Službene internetske stranice Europske unije

00756090-2024 - Nadmetanje

Prikaz obavijesti

Sažetak

TED v2 - Viewer
Nadmetanje
NorveškaUsluge pranja i kemijskog čišćenja
Framework agreement for laundry services
Viken (NO082)
Vrsta postupkaOtvoren

Kupac
KupacLillestrøm Kommune
NorveškaLillestrøm

LOT-0001Purchase
Usluge pranja i kemijskog čišćenja
Viken (NO082)
Datum početka01/06/2025 Datum završetka trajanja31/12/2027
Rok za zaprimanje ponuda21/01/2025 - 11:00:58 (UTC)

LOT-0002Award criteria
Usluge pranja i kemijskog čišćenja
Viken (NO082)
Datum početka01/06/2025 Datum završetka trajanja31/12/2027
Rok za zaprimanje ponuda21/01/2025 - 11:00:58 (UTC)

Jezici i formati

Službeni jezik (potpisani PDF)

BG
CS
DA
DE
EL
ES
ENPreuzimanje potpisanog PDF-a
ET
FI
FR
GA
HR
HU
IT
LT
LV
MT
NL
PL
PT
RO
SK
SL
SV

PDF

BGPreuzimanje PDF-a
CSPreuzimanje PDF-a
DAPreuzimanje PDF-a
DEPreuzimanje PDF-a
ELPreuzimanje PDF-a
ESPreuzimanje PDF-a
ENPreuzimanje PDF-a
ETPreuzimanje PDF-a
FIPreuzimanje PDF-a
FRPreuzimanje PDF-a
GAPreuzimanje PDF-a
HRPreuzimanje PDF-a
HUPreuzimanje PDF-a
ITPreuzimanje PDF-a
LTPreuzimanje PDF-a
LVPreuzimanje PDF-a
MTPreuzimanje PDF-a
NLPreuzimanje PDF-a
PLPreuzimanje PDF-a
PTPreuzimanje PDF-a
ROPreuzimanje PDF-a
SKPreuzimanje PDF-a
SLPreuzimanje PDF-a
SVPreuzimanje PDF-a

Strojni prijevod u HTML-u

BG
CS
DA
DE
EL
ES
EN
ET
FI
FR
GA
HR
HU
IT
LT
LV
MT
NL
PL
PT
RO
SK
SL
SV

Obavijest

Trenutačno odabrani jezikPomoć
241/2024
756090-2024 - Nadmetanje
Norveška – Usluge pranja i kemijskog čišćenja – Framework agreement for laundry services
OJ S 241/2024 11/12/2024
Obavijest o nadmetanju ili koncesiji – standardni režim
Usluge
1. Kupac
1.1.
Kupac
Službeno imeLillestrøm Kommune
Pravni oblik kupcaRegionalno tijelo
Djelatnost javnog naručiteljaOpće javne usluge
2. Postupak
2.1.
Postupak
NaslovFramework agreement for laundry services
OpisLaundry services
Identifikacijska oznaka postupka4cd5d948-8572-4d92-9cf1-03328ccce033
Interna identifikacijska oznakaLillestrøm-24/080
Vrsta postupkaOtvoren
Postupak je ubrzanne
2.1.1.
Svrha
Priroda ugovoraUsluge
Glavna klasifikacija (cpv): 98310000 Usluge pranja i kemijskog čišćenja
Dodatna klasifikacija (cpv): 18000000 Odjeća, obuća, prtljaga i pribor, 18930000 Vreće i torbe, 19260000 Sukno, 98311000 Usluge skupljanja i dostave rublja na pranje, 98311100 Usluge upravljanja praonicom, 98311200 Usluge vođenja praonice
2.1.2.
Mjesto izvršenja
Zemlja – podregija (NUTS)Viken (NO082)
Dodatne informacijeLillestrøm, Norway
2.1.4.
Opće informacije
Pravna osnova
Direktiva 2014/24/EU
2.1.5.
Uvjeti nabave
Uvjeti podnošenja
Ponuditelj mora dostaviti ponude za sve grupe
2.1.6.
Razlozi za isključenje
Situacije istovrsne stečaju prema nacionalnim zakonimaIs the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
StečajIs the tenderer in a bankruptcy situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
KorupcijaIs the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a enforceable verdict has been convicted of corruption by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Corruption as defined in Article 3 of the Convention on Combating Corruption, Involving European Communities or European Union Member States (EUT C 195 of 25.6.1997, s. 1), and in Article 2, point 1, in the Council ́s framework decision 2003/568/RIA of 22 July 2003 on combating corruption in the private sector (EUT L 192 of 31.7.2003, p. 54). This rejection reason also includes corruption as defined in national law for the contracting authority or supplier.
Nagodba s vjerovnicimaIs the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Sudjelovanje u zločinačkoj organizacijiIs the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted verdict of participation in a criminal organisation by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Participation in a criminal organisation as defined in Article 2 of the Council ́s framework decision 2008/841/RIA of 24 October 2008 on control of organised crime (EUT L 300 of 11.11.2008, p. 42)
Sporazumi s drugim gospodarskim subjektima u cilju narušavanja tržišnog natjecanjaHas the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition?
Kršenje obveza u području prava o okolišuIs the tenderer aware of breaches of environmental provisions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Pranje novca ili financiranje terorizmaIs the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of money laundering or financing terrorism by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Money laundering or financing terrorism As defined in Article 1 of the European Parliament and Council Directive 2005/60/EF of 26 October 2005 on preventive measures against the use of the financial system for money laundering and financing terrorism (EUT L 309 of 25.11.2005, p. 15).
PrijevaraIs the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted of fraud has been convicted of fraud by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Fraud included in Article 1 of the Convention on protection of the Financial Interests of the European Communities (EFT C 316 of 27.11.1995, p. 48).
Dječji rad i drugi oblici trgovanja ljudimaIs the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of child labour and other forms of human trafficking by a verdict handed down no more than five years ago, or a rejection period determined directly in the judgement that still applies? Child labour and other forms of human trafficking as defined in Article 2 of the European Parliament and council directive 2011/36/EU of 5. 1 April 2011 on the prevention and control of human trafficking and the protection of its victims and for compensation of the Council ́s framework decision 2002/629/RIA (EUT L 101 of 15.4.2011, p. 1).
NesolventnostIs the tenderer in an insolvency situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Kršenje obveza u području radnog pravaIs the tenderer aware of breaches of provisions on working conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Imovinom subjekta upravlja stečajni upraviteljSpecify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Kriv za pogrešno prikazivanje, uskraćene informacije, nemogućnost dostavljanja traženih dokumenata i dobivanje povjerljivih informacija za taj postupakHas the tenderer: a) given grossly incorrect information with the notification of the information required to verify that there is no basis for rejection, or of the qualification requirements being fulfilled, b) failed to provide such information, c) made reservations immediately to present the supporting documents requested by the contracting authority, or d) improperly affected the contracting authority ́s decision process to acquire confidential information that could give this an unlawful advantage in connection with competition, or negligently has given misleading information that can have a significant influence on decisions on rejection, selection or award?
Sukob interesa koji proizlazi iz sudjelovanja u postupku javne nabaveAre tenderers aware of a conflict of interest as stated in national law, the relevant notice or procurement documents?
Izravno ili neizravno sudjelovanje u pripremi ovog postupka javne nabaveHas the tenderer or an entity associated with the supplier advised the contracting authority or in another way been involved in the planning of the competition?
Teška povreda poslovanjaHas the tenderer committed serious errors in professional practice? If relevant, see the definitions in national law, the relevant notice or procurement documents.
Prijevremeni raskid, naknada štete ili druge usporedive sankcijeHas the tenderer committed significant breaches of contract in connection with the fulfilment of a previous public contract, a previous contract with a public contracting authority or a previous concession contract, where the breach has led to the cancellation of the contract, compensation or other similar sanctions?
Kršenje obveza u području socijalnog pravaIs the tenderer aware of breaches of provisions on social conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Plaćanje doprinosa za socijalno osiguranjeHave tenderers failed to fulfil all their social security obligations in the country where they are established and in their member state, if this is a different country than what he is established in?
Suspendirane poslovne aktivnostiSpecify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Plaćanje porezaHas the tenderer not fulfilled his tax and duty obligations in the country in which he is established, and in the contracting authority's member state, if this is a different country than what he is established in?
Kaznena djela terorizma ili kaznena djela povezana s terorističkim aktivnostimaIs the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body, or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of acts of terrorism or criminal acts connected to terrorist activities by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Acts of terrorism or criminal acts relating to terrorist activity as defined in Article 1 and 3 of the Council ́s framework decision 2002/475/RIA of 13 June 2002 on combating terrorism (EFT L 164, af 22.6.2002, p. 3). This rejection reason also includes incitement to, participation or attempts to commit such actions as included in Article 4 in the mentioned framework decision.
5. Grupa
5.1.
GrupaLOT-0001
NaslovPurchase
OpisDemand
Interna identifikacijska oznakaLillestrøm-24/080
5.1.1.
Svrha
Priroda ugovoraUsluge
Glavna klasifikacija (cpv): 98310000 Usluge pranja i kemijskog čišćenja
Dodatna klasifikacija (cpv): 18000000 Odjeća, obuća, prtljaga i pribor, 18300000 Odjevni predmeti, 18930000 Vreće i torbe, 19260000 Sukno, 98311000 Usluge skupljanja i dostave rublja na pranje, 98311100 Usluge upravljanja praonicom, 98311200 Usluge vođenja praonice
5.1.2.
Mjesto izvršenja
Zemlja – podregija (NUTS)Viken (NO082)
Dodatne informacijeLillestrøm, Norway
5.1.3.
Očekivano trajanje
Datum početka01/06/2025
Datum završetka trajanja31/12/2027
5.1.4.
Obnova
Maksimalan broj obnavljanja3
Kupac zadržava pravo na dodatnu kupnju od ugovaratelja kako je ovdje opisanoRenewal lenght is 6 months
5.1.6.
Opće informacije
Rezervirano sudjelovanjeSudjelovanje nije rezervirano.
Projekt javne nabave ne financira se sredstvima EU-a
Javna nabava obuhvaćena je Sporazumom o javnoj nabavi (GPA)ne
5.1.9.
Kriteriji za odabir
Kriterij
VrstaEkonomska i financijska sposobnost
NazivEconomic and financial capacity
OpisRequirement: Tenderers shall have the financial and economic capacity the assignment requires. Documentation: Tenderers shall document this by presenting the company ́s last year ́s approved annual accounts and the auditor's report for the same year.  If a tenderer has a justifiable reason for not submitting the documentation required by the contracting authority, he can document his economic and financial capacity by presenting any other document that the Contracting Authority deems appropriate. When assessing the tenderer's financial and economic position, the contracting authority will itself obtain a credit rating from Dun & Bradstreet Norway AS.
Primjena ovog kriterijaUpotrijebljen

Kriterij
VrstaOstalo
NazivRequirements for responsible business
OpisRequirement: Tenderers shall be suited to fulfil the contractual requirements for due diligence assessments for responsible businesses, this means that the tenderer has implemented measures and systems used in the tenderer ́s work to safeguard basic human rights and decent working conditions, as well as prevent environmental degradation and corruption. Documentation requirement: A description of the tenderer's systems for working with due diligence assessments in accordance with the UN ́s guiding principles for business and human rights (UNGP) and OECD ́s guidelines for multinational companies. The documentation shall include: Complete annex 15 - Reply form qualification requirements: Due diligence assessments for responsible businesses. • Formal policy/guidelines that cover an obligation to comply with the requirements of responsible business. • It should be noted that documentation of fulfilment of the qualification requirements on responsible business can be delivered in English.
Primjena ovog kriterijaUpotrijebljen

Kriterij
VrstaOstalo
NazivTax and VAT certificates The tenderer fulfils the stated qualification requirements:
OpisRequirement: Tenderers shall have fulfilled their tax and duty obligations. Documentation: Tenderers shall document this by submitting a tax certificate that is not older than 6 months when seen in relation to the tender deadline.
Primjena ovog kriterijaUpotrijebljen

Kriterij
VrstaSposobnost za obavljanje stručne djelatnosti
NazivThe organisational and legal position of the tenderer.
OpisRequirement: Tenderers shall be legally established and registered in a company register or a commerce register in the member state where the tenderer is established. Documentation: Tenderers shall document this by presenting documentation that shows that the tenderer is registered in a professional register, trade register or other business register as prescribed by the law of the country where the tenderer is established, for example the Brønnøysund Register Centre.
Primjena ovog kriterijaUpotrijebljen

Kriterij
VrstaTehnička i stručna sposobnost
NazivTechnical and professional qualifications
Opis1. Competence and implementation ability Requirement: Tenderers shall have the necessary capacity and have access to resources that have the competence and implementation ability within the disciplines required by the assignment. Documentation: Tenderers shall document this by presenting a general description of relevant professional competence, as well as the manner in which the organisation will be used to fulfil the contract. 2. Experience from equivalent assignments Requirement: The tenderer shall have experience from minimum 1 equivalent assignment. By equivalent we mean the provision of the same services and of approximately the same extent as this contract. Contract with a public or private actor with an annual extent from NOK 100,000,000 excluding VAT. 500,000 are seen as sufficient. Documentation: Tenderers shall document this by presenting a list of the most important relevant deliveries in the last three years, including information on why the reference is seen as relevant, date, value and contracting authority. 3. Quality assurance system Requirement: Tenderers shall have an established quality assurance system. Documentation: Tenderers shall document this by presenting a description, on approx. 1 A4 page, of their quality assurance system, including submitting any certifications, f.eks. ISO or equivalent. 4. Environmental management system Requirement: Tenderers shall have an environmental management system. Documentation: Tenderers shall document this by presenting a description, of approx. 1 A4 page, of their environmental management system, including submitting any certifications, f.eks. ISO or equivalent.
Primjena ovog kriterijaUpotrijebljen
5.1.11.
Dokumentacija o nabavi
Rok za podnošenje zahtjeva za dodatne informacije12/01/2025 23:00:00 (UTC)
Adresa dokumentacije o nabavihttps://tendsign.com/doc.aspx?MeFormsNoticeId=39839
5.1.12.
Uvjeti nabave
Uvjeti podnošenja
Elektroničko podnošenjeObvezno
Jezici na kojima se mogu podnijeti ponude ili zahtjevi za sudjelovanjenorveški
Elektronički katalogDopušteno
Rok za zaprimanje ponuda21/01/2025 11:00:58 (UTC)
Rok do kojeg ponuda mora ostati valjana98 Dani
Informacije o javnom otvaranju
Datum otvaranja21/01/2025 11:01:00 (UTC)
Uvjeti ugovora
Ugovor se mora izvršiti u okviru programa zaštićenih radnih mjestaNe
Elektroničko izdavanje računaObvezno
Naručivanje će biti elektroničkoda
Plaćanje će biti elektroničkoda
5.1.15.
Tehnike
Okvirni sporazumOkvirni sporazum bez ponovne provedbe nadmetanja
Informacije o dinamičkom sustavu nabaveNema dinamičkog sustava nabave
Elektronička dražbane
5.1.16.
Dodatne informacije, posredovanje i pravna zaštita (preispitivanje)
Organizacija za preispitivanje (pravnu zaštitu)Romerike og Glåmdal tingrett
5.1.
GrupaLOT-0002
NaslovAward criteria
OpisAward criteria
Interna identifikacijska oznakaLillestrøm-24/080
5.1.1.
Svrha
Priroda ugovoraUsluge
Glavna klasifikacija (cpv): 98310000 Usluge pranja i kemijskog čišćenja
Dodatna klasifikacija (cpv): 18000000 Odjeća, obuća, prtljaga i pribor, 18300000 Odjevni predmeti, 18930000 Vreće i torbe, 19260000 Sukno, 98311000 Usluge skupljanja i dostave rublja na pranje, 98311100 Usluge upravljanja praonicom, 98311200 Usluge vođenja praonice
5.1.2.
Mjesto izvršenja
Zemlja – podregija (NUTS)Viken (NO082)
Dodatne informacijeLillestrøm, Norway
5.1.3.
Očekivano trajanje
Datum početka01/06/2025
Datum završetka trajanja31/12/2027
5.1.4.
Obnova
Maksimalan broj obnavljanja3
Kupac zadržava pravo na dodatnu kupnju od ugovaratelja kako je ovdje opisanoRenewal lenght is 6 months
5.1.6.
Opće informacije
Rezervirano sudjelovanjeSudjelovanje nije rezervirano.
Projekt javne nabave ne financira se sredstvima EU-a
Javna nabava obuhvaćena je Sporazumom o javnoj nabavi (GPA)ne
5.1.9.
Kriteriji za odabir
Kriterij
VrstaEkonomska i financijska sposobnost
NazivEconomic and financial capacity
OpisRequirement: Tenderers shall have the financial and economic capacity the assignment requires. Documentation: Tenderers shall document this by presenting the company ́s last year ́s approved annual accounts and the auditor's report for the same year. If a tenderer has a justifiable reason for not submitting the documentation required by the contracting authority, he can document his economic and financial capacity by presenting any other document that the Contracting Authority deems appropriate. When assessing the tenderer's financial and economic position, the contracting authority will itself obtain a credit rating from Dun & Bradstreet Norway AS.
Primjena ovog kriterijaUpotrijebljen

Kriterij
VrstaOstalo
NazivRequirements for responsible business
OpisRequirement: Tenderers shall be suited to fulfil the contractual requirements for due diligence assessments for responsible businesses, this means that the tenderer has implemented measures and systems used in the tenderer ́s work to safeguard basic human rights and decent working conditions, as well as prevent environmental degradation and corruption. Documentation requirement: A description of the tenderer's systems for working with due diligence assessments in accordance with the UN ́s guiding principles for business and human rights (UNGP) and OECD ́s guidelines for multinational companies. The documentation shall include: Complete annex 15 - Reply form qualification requirements: Due diligence assessments for responsible businesses. • Formal policy/guidelines that cover an obligation to comply with the requirements of responsible business. • It should be noted that documentation of fulfilment of the qualification requirements on responsible business can be delivered in English.
Primjena ovog kriterijaUpotrijebljen

Kriterij
VrstaOstalo
NazivTax and VAT certificates
OpisRequirement: Tenderers shall have fulfilled their tax and duty obligations. Documentation: Tenderers shall document this by submitting a tax certificate that is not older than 6 months when seen in relation to the tender deadline.
Primjena ovog kriterijaUpotrijebljen

Kriterij
VrstaSposobnost za obavljanje stručne djelatnosti
NazivThe organisational and legal position of the tenderer.
OpisRequirement: Tenderers shall be legally established and registered in a company register or a commerce register in the member state where the tenderer is established. Documentation: Tenderers shall document this by presenting documentation that shows that the tenderer is registered in a professional register, trade register or other business register as prescribed by the law of the country where the tenderer is established, for example the Brønnøysund Register Centre.
Primjena ovog kriterijaUpotrijebljen

Kriterij
VrstaTehnička i stručna sposobnost
NazivTechnical and professional qualifications
Opis1. Competence and implementation ability Requirement: Tenderers shall have the necessary capacity and have access to resources that have the competence and implementation ability within the disciplines required by the assignment. Documentation: Tenderers shall document this by presenting a general description of relevant professional competence, as well as the manner in which the organisation will be used to fulfil the contract. 2. Experience from equivalent assignments Requirement: The tenderer shall have experience from minimum 1 equivalent assignment. By equivalent we mean the provision of the same services and of approximately the same extent as this contract. Contract with a public or private actor with an annual extent from NOK 100,000,000 excluding VAT. 500,000 are seen as sufficient. Documentation: Tenderers shall document this by presenting a list of the most important relevant deliveries in the last three years, including information on why the reference is seen as relevant, date, value and contracting authority. 3. Quality assurance system Requirement: Tenderers shall have an established quality assurance system. Documentation: Tenderers shall document this by presenting a description, on approx. 1 A4 page, of their quality assurance system, including submitting any certifications, f.eks. ISO or equivalent. 4. Environmental management system Requirement: Tenderers shall have an environmental management system. Documentation: Tenderers shall document this by presenting a description, of approx. 1 A4 page, of their environmental management system, including submitting any certifications, f.eks. ISO or equivalent.
Primjena ovog kriterijaUpotrijebljen
5.1.11.
Dokumentacija o nabavi
Rok za podnošenje zahtjeva za dodatne informacije12/01/2025 23:00:00 (UTC)
Adresa dokumentacije o nabavihttps://tendsign.com/doc.aspx?MeFormsNoticeId=39839
5.1.12.
Uvjeti nabave
Uvjeti podnošenja
Elektroničko podnošenjeObvezno
Jezici na kojima se mogu podnijeti ponude ili zahtjevi za sudjelovanjenorveški
Elektronički katalogDopušteno
Rok za zaprimanje ponuda21/01/2025 11:00:58 (UTC)
Rok do kojeg ponuda mora ostati valjana98 Dani
Informacije o javnom otvaranju
Datum otvaranja21/01/2025 11:01:00 (UTC)
Uvjeti ugovora
Ugovor se mora izvršiti u okviru programa zaštićenih radnih mjestaNe
Elektroničko izdavanje računaObvezno
Naručivanje će biti elektroničkoda
Plaćanje će biti elektroničkoda
5.1.15.
Tehnike
Okvirni sporazumOkvirni sporazum bez ponovne provedbe nadmetanja
Informacije o dinamičkom sustavu nabaveNema dinamičkog sustava nabave
Elektronička dražbane
5.1.16.
Dodatne informacije, posredovanje i pravna zaštita (preispitivanje)
Organizacija za preispitivanje (pravnu zaštitu)Romerike og Glåmdal tingrett
8. Organizacije
8.1.
ORG-0001
Službeno imeLillestrøm Kommune
Registracijski broj820710592
OdjelInnkjøp
Poštanska adresaJonas Lies gate 18
GradLillestrøm
Poštanski broj2000
ZemljaNorveška
Kontaktna točkaAmbrina Shaikh
Tel.+47
Uloge ove organizacije
Kupac
8.1.
ORG-0002
Službeno imeRomerike og Glåmdal tingrett
Registracijski broj926 723 863
Poštanska adresaPostboks 393
GradLillestrøm
Poštanski broj2001
Zemlja – podregija (NUTS)Viken (NO082)
ZemljaNorveška
Tel.61 99 22 00
Uloge ove organizacije
Organizacija za preispitivanje (pravnu zaštitu)
Informacije o obavijesti
Identifikacijska oznaka / verzija obavijesti85635d9e-752f-49bc-a322-7e4539e82ae2  -  01
Vrsta obrascaNadmetanje
Vrsta obavijestiObavijest o nadmetanju ili koncesiji – standardni režim
Podvrsta obavijesti16
Datum slanja obavijesti10/12/2024 12:46:18 (UTC)
Datum e-pošiljateljeva slanja obavijesti10/12/2024 12:59:39 (UTC)
Jezici na kojima je ova obavijest službeno dostupnaengleski
Broj objave obavijesti756090-2024
Broj izdanja SL S-a241/2024
Datum objave11/12/2024