Inscrivez-vous 01 49 36 46 20
appel-offre
appel-offre
 
            
Date de publication : 01/04/2025
Date de péremption : 12/05/2026
Type de procédure : Procédure ouverte
Type de document : Avis de marché ou de concession – régime ordinaire
Norvège
appel-offre

Norvège - Équipement de traitement de données - Hardware for Ferde AS

2025/S 2025-207227  (Voir l'avis original TED)
 
 
V  E  R  S  I  O  N      F  R  A  N  C  A  I  S  E
64/2025
207227-2025 - Mise en concurrence
Norvège – Équipement de traitement de données – Hardware for Ferde AS
OJ S 64/2025 01/04/2025
Avis de marché ou de concession – régime ordinaire
Fournitures

   1.  Acheteur
1.1.
Acheteur
Nom officiel: FERDE AS
Adresse électronique: guttorm.kvamme@ferde.no
Forme juridique de l’acheteur: Entreprise publique
Activité du pouvoir adjudicateur: Ordre et sécurité publics

   2.  Procédure
2.1.
Procédure
Titre: Hardware for Ferde AS
Description: The objective of the procurement is to enter into a framework agreement with one supplier who shall cover the Contracting Authority's need for hardware in the contract period. This includes, but is not limited to; Servers, switches, mobile telephones, laptops and desktop computers, and accessories such as monitors, docking stations, keyboards, mice and headsets. The most central equipment shall be priced and it will form the basis for the price comparison between the received tenders. The contracting authority currently has equipment from Hewlett Packard (HP). The contracting authority does not have plans for major changes to the technical on-prem server platform during the agreement period. In addition to new procurements, the Contracting Authority also requests supplementary procurements for our existing systems.
Identifiant de la procédure: 7855d46a-63fd-4667-bf16-afa4add70a1c
Identifiant interne: 13/2025
Type de procédure: Ouverte
La procédure est accélérée: non
Principales caractéristiques de la procédure: Tenderers shall offer both the delivery of new components and service and proactive maintenance for existing components at the prices stated in Annex 5a - Price Form. Tenderers shall also offer maintenance for the equipment listed below. The contracting authority will continually assess whether the need for maintenance contracts is present. The contracting authority has a computer environment that is assembled by equipment from HPE. The contract shall ensure necessary replacements and upgrades in the contract period. Tenderers must be at the highest partner level at HPE in order to ensure compatibility with the equipment that the Contracting Authority already has. At the time of agreement, the contracting authority has components of the type listed below in their computer environment. HPE DL560 Gen10 8SFF CTO ServerHPE DL360 Gen10 8SFFHPE 5820AF-24XG5510 48G 4SFP+ HI Swch5510 48G PoE+ 4SFP + HI SwchDer as it becomes necessary for the Contracting Authority to complete the completion procurement of components that are not priced specifically in Annex 5 - Price Form, tenderers shall offer the new component at a price that is calculated with the same mark-up percentage as for the component in the price form, which is most similar to the component that shall be purchased. An agreement for proactive maintenance shall apply for the first four years of the equipment ´s lifetime. After four years the Contracting Authority can choose to transfer the equipment to a contract for reactive maintenance. Deviation from this can be agreed between the parties. Tenderers must also offer a recycling scheme for used hardware that ensures the Contracting Authority's need for environmentally friendly recycling and safe annulment of data from the equipment. A climate report shall also be prepared, which shall be sent annually to the Contracting Authority. For further information on the procurement ´s purpose and extent; See Annex 1 - Requirement Specification and Annex 5a - Price Form.
2.1.1.
Objet
Nature du marché: Fournitures
Nomenclature principale (cpv): 32580000 Équipement de traitement de données
Nomenclature supplémentaire (cpv): 30000000 Machines, matériel et fourniture informatique et de bureau, excepté les meubles et logiciels, 30200000 Matériel et fournitures informatiques, 30213000 Ordinateurs personnels, 30232000 Périphériques (appareils)
2.1.2.
Lieu d’exécution
Subdivision pays (NUTS): Vestland (NO0A2)
Pays: Norvège
2.1.3.
Valeur
Valeur maximale de l’accord-cadre: 4 800 000,00 NOK
2.1.4.
Informations générales
Base juridique:
Directive 2014/24/UE
Anskaffelsesforskriften -
2.1.6.
Motifs d’exclusion
Situation analogue à la faillite prévue dans la législation nationale: Is 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.
Faillite: Is 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.
Corruption: Is 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.
Concordat: Is 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.
Participation à une organisation criminelle: Is 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)
Accords avec d’autres opérateurs économiques en vue de fausser la concurrence: Has the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition?
Blanchiment de capitaux ou financement du terrorisme: Is 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).
Fraude: Is 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).
Travail des enfants et autres formes de traite des êtres humains: Is 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).
Insolvabilité: Is 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.
Manquement aux obligations dans le domaine du droit du travail: Is 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.
Biens administrés par un liquidateur: 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.
Coupable de fausses déclarations, non-communication, n’a pas été en mesure de fournir les documents requis et a obtenu des informations confidentielles de la présente procédure: Have the tenderer:a) given grossly incorrect information when notifying the information required to verify that there is no basis for rejection, or of the qualification requirements being met,b) failed to provide such information,c) subject to immediately submitting the supporting documents requested by the Contracting Authority, ord) improperly affecting 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'
Motifs d’exclusion purement nationaux: The contracting authority shall state that in Norway there are national rejection reasons. These shall be described in the procurement documents. Tenderers must respond to whether they are in one or more of the situations described in the national rejection reasons. Will the purely national rejection reasons, as stated in the relevant notice or in the procurement documents, apply?
Conflit d’intérêt créé par sa participation à la procédure de passation de marché: Are tenderers aware of a conflict of interest as stated in national law, the relevant notice or procurement documents'
Association directe ou indirecte à la préparation de cette procédure de passation de marché: Has 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?
Manquement aux obligations dans le domaine du droit social: Is 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.
Paiement des cotisations de sécurité sociale: Have 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?
État de cessation d’activités: 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.
Paiement d’impôts et taxes: Has 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?
Infractions terroristes ou infractions liées aux activités terroristes: Is 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.  Lot
5.1.
Lot: LOT-0000
Titre: Hardware for Ferde AS
Description: The objective of the procurement is to enter into a framework agreement with one supplier who shall cover the Contracting Authority's need for hardware in the contract period. This includes, but is not limited to; Servers, switches, mobile telephones, laptops and desktop computers, and accessories such as monitors, docking stations, keyboards, mice and headsets. The most central equipment shall be priced and it will form the basis for the price comparison between the received tenders. The contracting authority currently has equipment from Hewlett Packard (HP). The contracting authority does not have plans for major changes to the technical on-prem server platform during the agreement period. In addition to new procurements, the Contracting Authority also requests supplementary procurements for our existing systems.
Identifiant interne: 13/2025
5.1.1.
Objet
Nature du marché: Fournitures
Nomenclature principale (cpv): 32580000 Équipement de traitement de données
Nomenclature supplémentaire (cpv): 30000000 Machines, matériel et fourniture informatique et de bureau, excepté les meubles et logiciels, 30200000 Matériel et fournitures informatiques, 30213000 Ordinateurs personnels, 30232000 Périphériques (appareils)
5.1.2.
Lieu d’exécution
Subdivision pays (NUTS): Vestland (NO0A2)
Pays: Norvège
5.1.3.
Durée estimée
Date de début: 19/05/2025
Date de fin de durée: 19/05/2029
5.1.5.
Valeur
Valeur maximale de l’accord-cadre: 4 800 000,00 NOK
5.1.6.
Informations générales
Participation réservée: La participation n’est pas réservée.
Projet de passation de marché non financé par des fonds de l’UE
Le marché relève de l’accord sur les marchés publics (AMP): non
Le marché en question convient aussi aux petites et moyennes entreprises (PME): oui
5.1.9.
Critères de sélection
Critère:
Type: Capacité économique et financière
Nom: 'Total' annual turnover
Description: The tenderer ´s ("total") annual turnover for the number of financial years requested in the tender notice or in the procurement documents is as follows:
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité économique et financière
Nom: Average annual turnover
Description: The tenderer ´s average annual turnover for the number of years requested in the notice or in the procurement documents is as follows:
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité économique et financière
Nom: "Specific annual turnover"
Description: Are the tenderer's ("specific") annual turnover within the area that the contract applies to and specified in the notice or in the procurement documents for the number of accounting years requested is as follows:
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité économique et financière
Nom: Average set-up
Description: Is the tenderer's average annual turnover within the area requested by the contract and specified in the notice or in the procurement documents for the number of financial years requested:
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité économique et financière
Nom: The tenderer's establishment date
Description: If the information about the turnover (combined or specific) is not available for the entire requested period, please state the date the company was established, or the tenderers started their business:
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité économique et financière
Nom: Financial key figures
Description: For financial key figures stated in the notice or in the procurement documents, the tenderer declares that the actual value(s) of the requested key figures are as follows:
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité économique et financière
Nom: Liability insurance
Description: The insured amount in the tenderer ´s liability insurance is the following:
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité économique et financière
Nom: Other economic and financial requirements
Description: Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that:
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité économique et financière
Nom: The tenderer's economic and financial capacity
Description: Tenderers must have sufficient economic and financial capacity to be able to fulfil the contract. Documentation: • A credit rating based on the most recent financial figures. The rating shall be carried out by a credit rating company with licence to conduct this service. • The contracting authority reserves the right to obtain further credit ratings or other financial information that, but not limited to, annual accounts including notes, the board's annual reports and auditor's reports. Minimum qualification requirements
Utilisation de ce critère: Utilisé

Critère:
Type: Autre
Nom: Certificates issued by independent bodies for quality assurance standards.
Description: Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements'
Utilisation de ce critère: Non utilisé

Critère:
Type: Autre
Nom: Certificates issued by independent bodies for environmental management standards.
Description: Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards'
Utilisation de ce critère: Non utilisé

Critère:
Type: Autre
Nom: Focus on sustainability
Description: Tenderers shall have a particular focus on sustainability. Documentation: The company's sustainability strategy, possibly other documentation that shows that the tenderer has a focus on and is actively working on sustainability. Minimum qualification requirements
Utilisation de ce critère: Utilisé

Critère:
Type: Aptitude à exercer l’activité professionnelle
Nom: Registered in a trade register
Description: Tenderers are registered in a professional register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
Utilisation de ce critère: Non utilisé

Critère:
Type: Aptitude à exercer l’activité professionnelle
Nom: Registered in a trade register or company register.
Description: Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
Utilisation de ce critère: Non utilisé

Critère:
Type: Aptitude à exercer l’activité professionnelle
Nom: The tenderer ´s registration, authorisations, etc.
Description: Tenderers shall be registered in a company register, professional register or registered in a commerce register in the country where the tenderer is established. Documentation: • Norwegian companies: Company Registration Certificate • Foreign companies: Proof that the company is registered in a company register, professional register or a commerce register in the country where the tenderer is established.
Utilisation de ce critère: Utilisé

Critère:
Type: Capacité technique et professionnelle
Nom: Only for public goods deliveries
Description: Only for public goods deliveries: In the reference period, the tenderer has carried out the following important deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three years to be taken into consideration.
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité technique et professionnelle
Nom: Technical personnel or technical units
Description: Tenderers can use the following technical personnel or technical units , particularly those who are responsible for quality control: For technical personnel or technical units that do not directly belong to the tenderer ´s business, but if the capacity the tenderer will use, cf. part II, section C, separate ESPD forms shall be supplemented.
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité technique et professionnelle
Nom: Technical facilities and quality assurance measures
Description: The tenderer utilises the following technical facilities and quality assurance measures and the tenderer ´s survey and research facility is as follows:
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité technique et professionnelle
Nom: Investigation and research facilities
Description: The tenderer ´s survey and research facilitates are as follows:
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité technique et professionnelle
Nom: Management and tracing of the supply chain
Description: The tenderer will be able to use the following management of the supply chain and tracing systems for the execution of the contract:
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité technique et professionnelle
Nom: Control Permission
Description: For goods or services that are complicated, or that in exceptional cases shall be used for a particular purpose: Will the tenderer allow checks of the tenderer's production capacity or technical capacity and, where necessary, of the survey and research facilities that the tenderer has at its disposal and of quality control measures' The inspections shall be undertaken by the contracting authority or the contracting authority can leave it to a competent public body in the country where the tenderer is established.
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité technique et professionnelle
Nom: Education and professional qualifications
Description: The following education and professional qualifications are possessed by the tenderer and/or (depending on the requirements set in the notice or in the procurement documents) of the leading employees:
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité technique et professionnelle
Nom: Environmental management measures
Description: Tenderers can employ the following environmental management measures in connection with the execution of the contract:
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité technique et professionnelle
Nom: Number of employees in the management
Description: The tenderer ´s number of employees in the management during the last three years was as follows:
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité technique et professionnelle
Nom: Average workforce
Description: The tenderer's average annual workforce in the last three years has been as follows:
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité technique et professionnelle
Nom: Tools, materials and technical equipment.
Description: Tenderers can use the following tools, material and technical equipment to carry out the contract:
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité technique et professionnelle
Nom: Portion of the contract to sub-suppliers.
Description: The tenderer is considering to outsource the following part (as a percentage) of the contract to sub-suppliers. Note that if the tenderer has decided to outsource a part of the contract to sub-suppliers and will use the sub-suppliers ´ capacity to carry out this part, a special ESPD will be supplemented for such sub-suppliers, see part II, section C, above.
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité technique et professionnelle
Nom: Procurement of goods: Requested samples, descriptions or photographs that do not need to be accompanied by certificates that they are genuine.
Description: Procurement of goods: The tenderer presents supplies that shall be delivered, requested samples, descriptions or photographs, which do not need to be accompanied by certificates that they are genuine.
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité technique et professionnelle
Nom: Procurement of goods: Requested samples, descriptions or photographs with certificates.
Description: When procurement of goods: If requested, the tenderer further declares that they will deliver the requested certificates that they are genuine.
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité technique et professionnelle
Nom: When procuring goods: Certificates issued by official bodies for quality control
Description: Can tenderers submit the requested certificates issued by official bodies for quality control, and who can confirm that the goods, which are clearly identified by reference to technical specifications or standards, as determined in the notice or in the procurement documents, are in accordance with these?
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité technique et professionnelle
Nom: The tenderer ´s technical and professional qualifications.
Description: Tenderers shall have experience from comparable contracts. Documentation: Description of the tenderer ´s up to five most relevant contracts in the course of the last 3 years. The description must include a statement of the contract ´s value, date and recipient (name, telephone number and e-mail address). It is the tenderer ´s responsibility to document relevance through the description. Tenderers can document their experience by referring to the competence of the personnel this prevails over and can use this assignment, even if the experience has been worked up while the personnel have served another service provider. Please complete Annex 4 - Reference List. Minimum qualification requirements
Utilisation de ce critère: Utilisé
5.1.10.
Critères d’attribution
Critère:
Type: Prix
Nom: Price
Catégorie du critère d’attribution poids: Pondération (pourcentage, valeur exacte)
Nombre critère d’attribution: 65
Critère:
Type: Qualité
Nom: Quality
Catégorie du critère d’attribution poids: Pondération (pourcentage, valeur exacte)
Nombre critère d’attribution: 35
5.1.11.
Documents de marché
Langues dans lesquelles les documents de marché sont officiellement disponibles: norvégien
Date limite de demande d’informations complémentaires: 05/05/2025 10:00:00 (UTC)
Adresse des documents de marché: https://permalink.mercell.com/253432228.aspx
Canal de communication ad hoc:
Nom: Mercell
5.1.12.
Conditions du marché public
Conditions de présentation:
Présentation par voie électronique: Requise
Langues dans lesquelles les offres ou demandes de participation peuvent être présentées: norvégien
Catalogue électronique: Autorisée
La signature ou le cachet électronique avancé(e) ou qualifié(e) [au sens du règlement (UE) ? 910/2014] est requis(e)
Variantes: Non autorisée
Date limite de réception des offres: 12/05/2025 10:00:00 (UTC)
Date limite de validité de l’offre: 6 Mois
Informations relatives à l’ouverture publique:
Date d'ouverture: 12/05/2025 10:00:00 (UTC)
Conditions du marché:
Le marché doit être exécuté dans le cadre de programmes d’emplois protégés: Non
Facturation en ligne: Requise
La commande en ligne sera utilisée: oui
Le paiement en ligne sera utilisé: oui
5.1.15.
Techniques
Accord-cadre: Accord-cadre, sans remise en concurrence
Informations sur le système d’acquisition dynamique: Pas de système d’acquisition dynamique
Enchère électronique: non
5.1.16.
Informations complémentaires, médiation et réexamen
Organisation chargée des procédures de recours: Hordaland tingrett

   8.  Organisations
8.1.
ORG-0001
Nom officiel: FERDE AS
Numéro d’enregistrement: 918012745
Adresse postale: Fjøsangerveien 68
Ville: BERGEN
Code postal: 5068
Subdivision pays (NUTS): Vestland (NO0A2)
Pays: Norvège
Point de contact: Guttorm Kvamme
Adresse électronique: guttorm.kvamme@ferde.no
Téléphone: +47 55559494
Adresse internet: http://www.ferde.no
Rôles de cette organisation:
Acheteur
8.1.
ORG-0002
Nom officiel: Hordaland tingrett
Numéro d’enregistrement: 926723367
Ville: Bergen
Pays: Norvège
Adresse électronique: hordaland.tingrett@domstol.no
Téléphone: 4755699700
Rôles de cette organisation:
Organisation chargée des procédures de recours
Informations relatives à l’avis
Identifiant/version de l’avis: 9539c504-7702-4793-9dd5-a1a33fdfaf58 - 01
Type de formulaire: Mise en concurrence
Type d’avis: Avis de marché ou de concession – régime ordinaire
Sous-type d’avis: 16
Date d’envoi de l’avis: 28/03/2025 14:02:06 (UTC)
Date d’envoi de l’avis (eSender): 28/03/2025 14:31:53 (UTC)
Langues dans lesquelles l’avis en question est officiellement disponible: anglais
Numéro de publication de l’avis: 207227-2025
Numéro de publication au JO S: 64/2025
Date de publication: 01/04/2025

 
 
C L A S S E    C P V
30000000 - Machines, matériel et fourniture informatique et de bureau, excepté les meubles et logiciels 
30200000 - Matériel et fournitures informatiques 
30213000 - Ordinateurs personnels 
30232000 - Périphériques (appareils) 
32580000 - Équipement de traitement de données