1. Xerrej
1.1.
Xerrej
Isem uffiċjali: The University of Copenhagen - The Natural History Museum of Denmark
Tip legali tax-xerrej: Korp irregolat bil-liġi pubblika
Attività tal-awtorità kontraenti: Rikreazzjoni, kultura u reliġjon
2. Proċedura
2.1.
Proċedura
Titlu: Public procurement regarding media content for the new museum galleries at Natural History Museum of Denmark
Deskrizzjoni: This procurement procedure regards a contract for P4 Media Content. It concerns the design, production, delivery and on-site installation of media content, including software, interactives, film and animations, to the Natural History Museum of Denmark ('NHMD'). The media content must be installed, integrated, implemented, executed and/or run on the AV System in connection with presentations, exhibitions and interactive elements etc. on the site. An AV hardware system has been designed for NHMD prior to the P4 Media Content Contract and will be implemented, installed and located on site. The Contractors fee for the performance of the P4 Contract is fixed at DKK 23,000,000. Furthermore, the contract includes an option for the NHMD to – during the warranty period – request additional support such as maintenance and support. For a more thorough description of the task to be performed according to the contract, please see the Draft Media Content Services Contract and appendices, including the Scope of Works (Appendix 2). The NHMD has decided not to - further - divide the P4 Media contract into lots as it is the NHMD’s assessment that a single contract with one contractor will result in the most coherent solution and the best user experience.
Identifikatur tal-proċedura: 91d7f724-7f22-4e7d-ba6e-5426df39cac3
Identifikatur intern: 2024/19
Tip ta’ proċedura: Miftuħa
Il-proċedura hija aċċellerata: le
Elementi prinċipali tal-proċedura: The procurement procedure will be carried out as an open procedure pursuant to section 56-57 of the Danish Public Procurement Act (Act no. 1564 of 15 December 2015 with subsequent amendments). This means that any interested economic operator can submit a tender in response to the contract notice. The NHMD will award the contract to the most economically advantageous tender based on the criteria ‘best price-quality ratio’. Tenderers are excluded from participating in the procurement procedure if they are subject to one or more of the grounds for exclusion in sections 134(a) and 135-136 of the Danish Public Procurement Act. Furthermore, tenderers are excluded from participating in the procurement procedure if the tenderer (including other participants in an association, consortium or similar) is covered by article 5k of Regulation (EU) No 833/2014. To document that the tenderer is not subject to grounds for exclusion stipulated in sections 135-136 of the Danish Public Procurement Act, the NHMD expects to ask the tenderer to submit: • An extract from the relevant register or a similar document issued by a competent judicial or administrative authority stating that the tenderer is not subject to the grounds for exclusion stipulated in section 135(1). • A certificate issued by the competent authority in the country referred to as documentation that the tenderer is not subject to the grounds for exclusion stipulated in the cases stated in section 135(3). To document that the tenderer fulfils the requirements for suitability for participation in this procurement procedure the NHMD expects to ask the tenderer to submit: • An audited annual report or equivalent documentation stating the tenderer’s turnover, equity and equity ratio. If an annual report is not required under the law of the country in which the tenderer is established or if the tenderer’s annual report doesn’t contain the required information the NHMD will accept a signed declaration from the tenderer’s external accountant as equivalent documentation. • Documentation of the number of employees at the deadline for submission of the prequalification application, e.g., a signed declaration from the candidate’s external accountant. • Contact information (email and telephone number) to contact persons at the costumers mentioned as references in ESPD (or an appendix to the ESPD) if such contact information is not included in the ESPD (or an appendix to the ESPD). In this procurement procedure the NHMD intends to request the documentation regarding the information provided in the ESPD from the tenderer in connection with the evaluation of the tenders. The tenderer will be asked to submit the documentation within a suitable time limit. The NHMD will not be remunerating tenderers for their participation in the procurement procedure.
2.1.1.
Għan
Natura tal-kuntratt: Servizzi
Klassifikazzjoni prinċipali (cpv): 92000000 Servizzi rekreazzjonali, kulturali u sportivi
Klassifikazzjoni addizzjonali (cpv): 72000000 Servizzi ta' IT: konsulenza, żvilupp ta' softwer, Internet u appoġġ, 72200000 Servizzi ta' konsulenza dwar il-programmizzar tas-software, 92100000 Servizzi taċ-ċinema u tal-video, 92500000 Servizzi tal-libreriji, arkivji, mużewijiet u servizzi kulturali oħrajn, 92520000 Servizzi tal-mużewijiet u servizzi tal-preżervazzjoni ta' siti u bini storiċi
2.1.2.
Post tal-prestazzjoni
Sottodiviżjoni tal-pajjiż (NUTS): Byen København (DK011)
Pajjiż: Id-Danimarka
2.1.3.
Valur
Valur stmat mingħajr VAT: 23 000 000,00 DKK
2.1.4.
Informazzjoni ġenerali
Informazzjoni addizzjonali: The NHMD invites all tenderers to a site visit at: Natural History Museum of Denmark Botanical Garden Gothersgade 130 1123 Copenhagen K The site visit will take place on 14 November 2024. The site visit will consist of a guided tour of the Underground Galleries and the Ocean Hall. During the site visit it is possible for the tenderers to ask questions to the NHMD regarding the facilities at the site. However, the NHMD may ask the tenderer to submit the question in writing via the tendering system if the question is not suitable to be answered orally and/or without further contemplation. After the site visit, the NHMD will publish the questions asked and answers given during the site visit via the tendering system. Tenderers who would like to participate in the site visit must sign up by informing the NHMD via the tendering system of the name and position of the person(s) to participate on behalf of the tenderer no later than 12 November 2024. Due to safety precautions on the building site, each tenderer may only sign up a maximum of two persons to participate in the site visit.
Bażi legali:
Direttiva 2014/24/UE
2.1.6.
Raġunijiet għall-esklużjoni
Il-korruzzjoni: Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for corruption, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 3 of the Convention on the fight against corruption involving officials of the European Communities or officials of Member States of the European Union, OJ C 195, 25.6.1997, p. 1, and in Article 2(1) of Council Framework Decision 2003/568/JHA of 22 July 2003 on combating corruption in the private sector (OJ L 192, 31.7.2003, p. 54). This exclusion ground also includes corruption as defined in the national law of the contracting authority (contracting entity) or the economic operator.
Parteċipazzjoni f’organizzazzjoni kriminali: Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for participation in a criminal organisation, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 2 of Council Framework Decision 2008/841/JHA of 24 October 2008 on the fight against organised crime (OJ L 300, 11.11.2008, p. 42).
Ħasil tal-flus jew finanzjament tat-terroriżmu: Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for money laundering or terrorist financing, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 1 of Directive 2005/60/EC of the European Parliament and of the Council of 26 October 2005 on the prevention of the use of the financial system for the purpose of money laundering and terrorist financing (OJ L 309, 25.11.2005, p. 15).
Frodi: Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for fraud, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? Within the meaning of Article 1 of the Convention on the protection of the European Communities' financial interests (OJ C 316, 27.11.1995, p. 48).
Tħaddim tat-tfal u forom oħra ta’ traffikar tal-bnedmin: Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for child labour and other forms of trafficking in human beings, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 2 of Directive 2011/36/EU of the European Parliament and of the Council of 5 April 2011 on preventing and combating trafficking in human beings and protecting its victims, and replacing Council Framework Decision 2002/629/JHA (OJ L 101, 15.4.2011, p. 1).
Ħatja ta’ rappreżentazzjoni ħażina, informazzjoni miżmuma li ma tistax tipprovdi dokumenti meħtieġa u informazzjoni kunfidenzjali ta’ din il-proċedura: Can the economic operator confirm that: a) It has been guilty of serious misrepresentation in supplying the information required for the verification of the absence of grounds for exclusion or the fulfilment of the selection criteria, b) It has withheld such information, c) It has not been able, without delay, to submit the supporting documents required by a contracting authority or contracting entity, and d) It has undertaken to unduly influence the decision making process of the contracting authority or contracting entity, to obtain confidential information that may confer upon it undue advantages in the procurement procedure or to negligently provide misleading information that may have a material influence on decisions concerning exclusion, selection or award?
Kunflitt ta’ interess minħabba l-parteċipazzjoni tiegħu fil-proċedura ta’ akkwist: Is the economic operator aware of any conflict of interest, as indicated in national law, the relevant notice or the procurement documents due to its participation in the procurement procedure?
Involviment dirett jew indirett fit-tħejjija ta’ din il-proċedura ta’ akkwist: Has the economic operator or an undertaking related to it advised the contracting authority or contracting entity or otherwise been involved in the preparation of the procurement procedure?
Ħati ta’ mġiba ħażina professjonali serja: Is the economic operator guilty of grave professional misconduct? Where applicable, see definitions in national law, the relevant notice or the procurement documents.
Ħlas ta’ kontribuzzjonijiet tas-sigurtà soċjali: Has the economic operator breached its obligations relating to the payment social security contributions, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment?
Ħlas tat-taxxi: Has the economic operator breached its obligations relating to the payment of taxes, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment?
Reati terroristiċi jew reati marbuta ma’ attivitajiet terroristiċi: Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for terrorist offences or offences linked to terrorist activities, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Articles 1 and 3 of Council Framework Decision of 13 June 2002 on combating terrorism (OJ L 164, 22.6.2002, p. 3). This exclusion ground also includes inciting or aiding or abetting or attempting to commit an offence, as referred to in Article 4 of that Framework Decision.
5. Lott
5.1.
Lott: LOT-0000
Titlu: Public procurement regarding media content for the new museum galleries at Natural History Museum of Denmark
Deskrizzjoni: This procurement procedure regards a contract for P4 Media Content. It concerns the design, production, delivery and on-site installation of media content, including software, interactives, film and animations, to the Natural History Museum of Denmark ('NHMD'). The media content must be installed, integrated, implemented, executed and/or run on the AV System in connection with presentations, exhibitions and interactive elements etc. on the site. An AV hardware system has been designed for NHMD prior to the P4 Media Content Contract and will be implemented, installed and located on site. The Contractors fee for the performance of the P4 Contract is fixed at DKK 23,000,000. Furthermore, the contract includes an option for the NHMD to – during the warranty period – request additional support such as maintenance and support. For a more thorough description of the task to be performed according to the contract, please see the Draft Media Content Services Contract and appendices, including the Scope of Works (Appendix 2). The NHMD has decided not to - further - divide the P4 Media contract into lots as it is the NHMD’s assessment that a single contract with one contractor will result in the most coherent solution and the best user experience.
Identifikatur intern: 2024/19
5.1.1.
Għan
Natura tal-kuntratt: Servizzi
Klassifikazzjoni prinċipali (cpv): 92000000 Servizzi rekreazzjonali, kulturali u sportivi
Klassifikazzjoni addizzjonali (cpv): 72000000 Servizzi ta' IT: konsulenza, żvilupp ta' softwer, Internet u appoġġ, 72200000 Servizzi ta' konsulenza dwar il-programmizzar tas-software, 92100000 Servizzi taċ-ċinema u tal-video, 92500000 Servizzi tal-libreriji, arkivji, mużewijiet u servizzi kulturali oħrajn, 92520000 Servizzi tal-mużewijiet u servizzi tal-preżervazzjoni ta' siti u bini storiċi
Għażliet:
Deskrizzjoni tal-għażliet: The Draft Media Content Services Contract includes an option for the NHMD to – during the warranty period – request additional support such as maintenance and support.
5.1.2.
Post tal-prestazzjoni
Sottodiviżjoni tal-pajjiż (NUTS): Byen København (DK011)
Pajjiż: Id-Danimarka
5.1.3.
Tul ta’ żmien stmat
Tul ta’ żmien: 36 Xhur
5.1.5.
Valur
Valur stmat mingħajr VAT: 23 000 000,00 DKK
5.1.6.
Informazzjoni ġenerali
Parteċipazzjoni riżervata: Il-parteċipazzjoni mhijiex riżervata.
Proġett ta’ akkwist mhux iffinanzjat mill-Fondi tal-UE
L-akkwist huwa kopert mill-Ftehim dwar l-Akkwisti Pubbliċi (GPA): iva
Dan l-akkwist huwa adattat ukoll għall-intrapriżi żgħar u ta’ daqs medju (SMEs): iva
Informazzjoni addizzjonali: The NHMD invites all tenderers to a site visit at: Natural History Museum of Denmark Botanical Garden Gothersgade 130 1123 Copenhagen K The site visit will take place on 14 November 2024. The site visit will consist of a guided tour of the Underground Galleries and the Ocean Hall. During the site visit it is possible for the tenderers to ask questions to the NHMD regarding the facilities at the site. However, the NHMD may ask the tenderer to submit the question in writing via the tendering system if the question is not suitable to be answered orally and/or without further contemplation. After the site visit, the NHMD will publish the questions asked and answers given during the site visit via the tendering system. Tenderers who would like to participate in the site visit must sign up by informing the NHMD via the tendering system of the name and position of the person(s) to participate on behalf of the tenderer no later than 12 November 2024. Due to safety precautions on the building site, each tenderer may only sign up a maximum of two persons to participate in the site visit.
5.1.9.
Kriterji tal-għażla
Kriterju:
Tip: Kapaċità ekonomika u finanzjarja
Isem: General yearly turnover
Deskrizzjoni: The tenderer must have a turnover equivalent to at least DKK 10 million in the most recently concluded and audited financial year at the deadline for submission of the application for prequalification. The tenderer must fill in the required information regarding turnover in the following field in the ESPD, Part IV B: ‘General Yearly Turnover’.
Użu ta’ dan il-kriterju: Intużaw
Kriterju:
Tip: Kapaċità ekonomika u finanzjarja
Isem: Equity
Deskrizzjoni: The tenderer must have a positive equity in the most recently concluded and audited financial year at the deadline for submission of the application for prequalification. The tenderer must fill in the required information regarding equity in the following field in the ESPD, Part IV B: ‘Other economic or financial requirements’.
Użu ta’ dan il-kriterju: Intużaw
Kriterju:
Tip: Kapaċità ekonomika u finanzjarja
Isem: Equity ratio
Deskrizzjoni: The tenderer must have an equity ratio ((equity/assets)*100) equivalent to at least 30 % in the most recently concluded and audited financial year at the deadline for submission of the application for prequalification. The tenderer must fill in the required information regarding equity ratio in the following field in the ESPD, Part IV B: ‘Other economic or financial requirements’.
Użu ta’ dan il-kriterju: Intużaw
Kriterju:
Tip: Idoneità għat-twettiq tal-attività professjonali
Użu ta’ dan il-kriterju: Ma ntużawx
Kriterju:
Tip: Ħila teknika u professjonali
Isem: For service contracts: performance of services of the specified type
Deskrizzjoni: The tenderer must provide 3 references concerning ongoing or completed projects within the last 5 years. The NHMD defines “completed projects” as projects where hand over has been completed before the tender deadline. The tenderer’s references must fulfil the following requirements: 1) At least 1 of the references must regard the delivery of at least 70 pieces of mixed media types. However, in each reference a maximum of 10 % of the deliveries mentioned can be of purely audio. 2) At least 1 of the references must regard the delivery of complex multi-user interactives including sensor based interaction and interactives that explain complex processes. 3) At least 2 of the references must regard a project for which the tenderer’s fee was equivalent to at least DKK 4,500,000. The tenderer must fill in information regarding its references in the following field in the ESPD, Part IV C: ‘For service contracts: performance of deliveries of the specified type’. For each reference the tenderer is required to describe the reference regarding the following information: i. The tenderer’s scope of works, including the deliveries under the reference (number and type (e.g. purely audio, interactives, multi-user interactives etc.) of media content delivered) and the location of performance (‘Description’) ii. The final contract sum for the reference/contract (‘Amount’), if the project is handed over or the latest estimated contract sum for projects that are not completed. iii. The time of performance, i.e., the date of commencement and completion data (‘Start date’ and ‘End date’) iv. The name of the costumer and contact information, i.e., email and telephone number, to a contact person at the costumer (‘Recipient’) The tenderer can add references by clicking the ‘+’ button. As an alternative to describing the references in the ESPD, the tenderer may submit its references in a separate appendix to the ESPD. If so, the NHMD asks that the tenderer uses the template for references provided in Annex VII and that the tenderer refers to the appendix in the ESPD. The NHMD will accept references which have been performed by the following entities/persons as the tenderer’s references: • The tenderer itself • Supporting entities By submitting the references, the tenderer accepts that the NHMD may contact the customers’ contact persons regarding the tenderer’s performance of the contract. If necessary, the tenderer must assist the NHMD in contacting the customer.
Użu ta’ dan il-kriterju: Intużaw
Kriterju:
Tip: Ħila teknika u professjonali
Isem: Average annual manpower
Deskrizzjoni: The tenderer must fulfil the following requirements: • The tenderer must have at least 10 employees The tenderer must fill in information regarding its organisation in the following field in the ESPD, Part IV C: ‘Average annual manpower’. Here, the tenderer is expected to fill in the following information: • Line 1: In the field ‘Year‘: 2024, and the field ‘Number‘: The candidate’s number of employees, including managerial staff, at the tender deadline.
Użu ta’ dan il-kriterju: Intużaw
5.1.10.
Kriterji tal-għoti
Kriterju:
Tip: Kwalità
Isem: Organisation
Deskrizzjoni: For a more detailed description of the evaluation of the criterion, please refer to the tender specifications, including its Annex I.
Kategorija tal-kriterju tal-għoti piż: Fattur ta’ ponderazzjoni (persentaġġ, eżatt)
Numru tal-kriterju għall-għoti: 15
Kriterju:
Tip: Kwalità
Isem: Project Execution
Deskrizzjoni: For a more detailed description of the evaluation of the criterion, please refer to the tender specifications, including its Annex I.
Kategorija tal-kriterju tal-għoti piż: Fattur ta’ ponderazzjoni (persentaġġ, eżatt)
Numru tal-kriterju għall-għoti: 35
Kriterju:
Tip: Kwalità
Isem: Creative Response
Deskrizzjoni: For a more detailed description of the evaluation of the criterion, please refer to the tender specifications, including its Annex I.
Kategorija tal-kriterju tal-għoti piż: Fattur ta’ ponderazzjoni (persentaġġ, eżatt)
Numru tal-kriterju għall-għoti: 50
5.1.11.
Dokumenti tal-akkwist
5.1.12.
Termini tal-akkwist
Termini tas-sottomissjoni:
Sottomissjoni elettronika: Meħtieġa
Lingwi li bihom jistgħu jiġu sottomessi offerti jew talbiet għall-parteċipazzjoni: Ingliż
Katalogu elettroniku: Mhux permessa
Varjanti: Mhux permessa
L-offerenti jistgħu jitfgħu aktar minn offerta waħda: Mhux permessa
Skadenza biex jintlaqgħu l-offerti: 16/12/2024 11:00:00 (UTC)
Skadenza sa meta l-offerta trid tibqa’ valida: 6 Xhur
Informazzjoni dwar il-ftuħ pubbliku:
Data tal-ftuħ: 16/12/2024 11:05:00 (UTC)
Informazzjoni addizzjonali: The tenderers are not allowed to attend the opening of the tenders.
Termini tal-kuntratt:
L-eżekuzzjoni tal-kuntratt għandha titwettaq fil-qafas ta’ programmi ta’ impjiegi protetti: Le
Fatturazzjoni elettronika: Meħtieġa
Se tintuża l-ordni elettronika: iva
Se jintuża l-pagament elettroniku: iva
5.1.15.
Tekniki
Ftehim qafas: Ebda ftehim ta' qafas
Informazzjoni dwar is-sistema dinamika tax-xiri: Ebda sistema dinamika ta’ xiri
Irkant elettroniku: le
5.1.16.
Aktar informazzjoni, medjazzjoni u rieżami
Organizzazzjoni tar-rieżami: Klagenævnet for Udbud
Informazzjoni dwar l-iskadenzi tar-rieżami: The Danish Complaints Board for Public Procurement Act (Act no. 593 of 02.06.2016 which is available at www.retsinformation.dk.) contain the regulation governing the deadlines for review procedures regarding public procurement under Danish law. Complaints must be lodged with the Danish Complaints Board for Public Procurement ('the Complaints Board') within a 45 calendar day deadline initiated by the NHMD's publication of a contract award notice in the Official Journal of the European Union. The first day of the deadline is the day following the publication date, cf. section 7(2)(i) of the Danish Complaints Board for Public Procurement Act. The complainant must notify the NHMD of the complaint in writing at the latest at the same time as the complainant lodges the complaint with the Complaints Board. Furthermore, the complainant must inform the NHMD as to whether or not the complaint has been lodged in the standstill-period and whether the complainant has requested the complaint to be given suspensory effect, cf. section 6(4) of the Danish Complaints Board for Public Procurement Act. To lodge a complaint with the Danish Complaints Board for Public Procurement the complainant must pay a fee of DKK 20,000.
Organizzazzjoni li tipprovdi iktar informazzjoni dwar proċeduri tar-rieżami: Konkurrence- og Forbrugerstyrelsen
Organizzazzjoni li tirċievi t-talbiet għall-parteċipazzjoni: The University of Copenhagen - The Natural History Museum of Denmark
Organizzazzjoni li tipproċessa l-offerti: The University of Copenhagen - The Natural History Museum of Denmark
TED eSender: Mercell Holding ASA
8. Organizzazzjonijiet
8.1.
ORG-0001
Isem uffiċjali: The University of Copenhagen - The Natural History Museum of Denmark
Numru tar-reġistrazzjoni: ORG-29979812
Indirizz postali: Gothersgade 130
Belt: København K
Kodiċi postali: 1123
Sottodiviżjoni tal-pajjiż (NUTS): Byen København (DK011)
Pajjiż: Id-Danimarka
Punt ta’ kuntatt: Elin Gíslason
Telefown: +45 29 87 70 52
Rwoli ta’ din l-organizzazzjoni:
Xerrej
Organizzazzjoni li tirċievi t-talbiet għall-parteċipazzjoni
Organizzazzjoni li tipproċessa l-offerti
8.1.
ORG-0002
Isem uffiċjali: Klagenævnet for Udbud
Numru tar-reġistrazzjoni: ORG-37795526
Indirizz postali: Toldboden 2
Belt: Viborg
Kodiċi postali: 8800
Sottodiviżjoni tal-pajjiż (NUTS): Vestjylland (DK041)
Pajjiż: Id-Danimarka
Punt ta’ kuntatt: Klagenævnet for Udbud
Telefown: +45 72405600
Rwoli ta’ din l-organizzazzjoni:
Organizzazzjoni tar-rieżami
8.1.
ORG-0003
Isem uffiċjali: Konkurrence- og Forbrugerstyrelsen
Numru tar-reġistrazzjoni: ORG-10294819
Indirizz postali: Carl Jacobsens Vej 35
Belt: Valby
Kodiċi postali: 2500
Sottodiviżjoni tal-pajjiż (NUTS): Byen København (DK011)
Pajjiż: Id-Danimarka
Punt ta’ kuntatt: Konkurrence- og Forbrugerstyrelsen
Telefown: +45 41715000
Rwoli ta’ din l-organizzazzjoni:
Organizzazzjoni li tipprovdi iktar informazzjoni dwar proċeduri tar-rieżami
8.1.
ORG-0004
Isem uffiċjali: Mercell Holding ASA
Numru tar-reġistrazzjoni: 980921565
Indirizz postali: Askekroken 11
Belt: Oslo
Kodiċi postali: 0277
Sottodiviżjoni tal-pajjiż (NUTS): Oslo (NO081)
Pajjiż: In-Norveġja
Punt ta’ kuntatt: eSender
Telefown: +47 21018800
Fax: +47 21018801
Rwoli ta’ din l-organizzazzjoni:
TED eSender
10. Bidla
10.1.
Bidla
Identifikatur tas-sezzjoni: LOT-0000
Id-dokumenti tal-akkwist inbidlu fi: 29/11/2024
Identifikatur/verżjoni tal-avviż: 6beebd25-15ad-4747-a965-81e308f5c822 - 01
Tip ta’ formola: Kompetizzjoni
Tip ta’ avviż: Avviż tal-kuntratt jew tal-konċessjoni – reġim standard
Sottotip tal-avviż: 16
Data ta’ meta ntbagħat l-avviż: 03/12/2024 15:15:27 (UTC)
Data tad-dispaċċ tal-avviż (eSender): 04/12/2024 12:32:28 (UTC)
Lingwi li bihom dan l-avviż huwa disponibbli uffiċjalment: Ingliż
Numru tal-pubblikazzjoni tal-avviż: 743880-2024
Numru tal-ħarġa tal-ĠU S: 237/2024
Data tal-pubblikazzjoni: 05/12/2024