Furniture NORCE Research AS

Framework agreements that shall ensure simple and efficient access to furniture and fixtures for all of the Contracting Authority's locations. The agreement includes the purchase of office furniture for individual work stations, furniture for meeting rooms, suites and furniture for social zones, storage furniture as well as other types of …

CPV: 39000000 Nábytek (včetně kancelářského), zařízení interiéru, domácí spotřebiče (mimo osvětlení) a čisticí prostředky, 39100000 Nábytek, 39150000 Různý nábytek a vybavení, 39151000 Různý nábytek, 39200000 Zařízení interiéru, 39290000 Různé vybavení interiérů
Termín:
19. června 2025 11:00
Typ lhůty:
Podání nabídky
Místo provedení:
Furniture NORCE Research AS
Misto zadání:
NORCE Research AS
Číslo zakázky:
546

1. Buyer

1.1 Buyer

Official name : NORCE Research AS
Legal type of the buyer : Regional authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Furniture NORCE Research AS
Description : Framework agreements that shall ensure simple and efficient access to furniture and fixtures for all of the Contracting Authority's locations. The agreement includes the purchase of office furniture for individual work stations, furniture for meeting rooms, suites and furniture for social zones, storage furniture as well as other types of furniture and fixtures necessary in a workplace. The delivery includes both delivery, installation, follow-up and adaptation. In the competition the Contracting Authority will require that the Tenderer takes into account environmental and climate factors in the implementation of the agreement. This can include both requirements for sustainability, resource use and reduction of environmental impact and as a part of the award criteria. The tender documentation consists of the attached competition terms and associated annexes as well as a draft of the contract. The contracting authority will use e Proof to obtain documentation from public registers. The tenderer does not need to submit documentation that can be obtained in this way, but is responsible for ensuring that information in public registers is correct and up-to-date. In order to have their tender evaluated, the tenderer must confirm that all qualification requirements have been answered and documented. This is done in Artifik under the point Qualification Requirements.
Procedure identifier : 34116ca1-6d4e-4829-a707-dc3c1f870743
Internal identifier : 546
Type of procedure : Open
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 39000000 Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
Additional classification ( cpv ): 39100000 Furniture
Additional classification ( cpv ): 39150000 Miscellaneous furniture and equipment
Additional classification ( cpv ): 39151000 Miscellaneous furniture
Additional classification ( cpv ): 39200000 Furnishing
Additional classification ( cpv ): 39290000 Miscellaneous furnishing

2.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 1 600 000 Norwegian krone
Maximum value of the framework agreement : 2 500 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy under national law : 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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
Bankruptcy : 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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
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.
Arrangement with creditors : 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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
Participation in a criminal organisation : 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 combating organised crime (EUT L 300 of 11.11.2008, p. 42).
Agreements with other economic operators aimed at distorting competition : Has the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition?
Breaching of obligations in the fields of environmental law : Is 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.
Money laundering or terrorist financing : 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).
Fraud : 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).
Child labour and other forms of trafficking in human beings : 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).
Insolvency : 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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
Breaching of obligations in the fields of labour law : 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.
Assets being administered by liquidator : 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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Has 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?
Conflict of interest due to its participation in the procurement procedure : Is the tenderer aware of a conflict of interest as stated in national law, the relevant notice or procurement documents?
Direct or indirect involvement in the preparation of this procurement procedure : 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?
Guilty of grave professional misconduct : Has the tenderer committed serious errors in professional practice? If relevant, see the definitions in national law, the relevant notice or procurement documents.
Early termination, damages or other comparable sanctions : Has 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?
Breaching of obligations in the fields of social law : 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.
Payment of social security contributions : 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?
Business activities are suspended : 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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
Payment of taxes : Has the tenderer not fulfilled all of his tax and duty obligations in both the country where he is established and in the contracting authority's member state, if this is a different country than what he is established in?
Terrorist offences or offences linked to terrorist activities : 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.
Purely national exclusion grounds : 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.

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Furniture NORCE Research AS
Description : Framework agreements that shall ensure simple and efficient access to furniture and fixtures for all of the Contracting Authority's locations. The agreement includes the purchase of office furniture for individual work stations, furniture for meeting rooms, suites and furniture for social zones, storage furniture as well as other types of furniture and fixtures necessary in a workplace. The delivery includes both delivery, installation, follow-up and adaptation. In the competition the Contracting Authority will require that the Tenderer takes into account environmental and climate factors in the implementation of the agreement. This can include both requirements for sustainability, resource use and reduction of environmental impact and as a part of the award criteria. The tender documentation consists of the attached competition terms and associated annexes as well as a draft of the contract. The contracting authority will use e Proof to obtain documentation from public registers. The tenderer does not need to submit documentation that can be obtained in this way, but is responsible for ensuring that information in public registers is correct and up-to-date. In order to have their tender evaluated, the tenderer must confirm that all qualification requirements have been answered and documented. This is done in Artifik under the point Qualification Requirements.
Internal identifier : 666

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 39000000 Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
Additional classification ( cpv ): 39100000 Furniture
Additional classification ( cpv ): 39150000 Miscellaneous furniture and equipment
Additional classification ( cpv ): 39151000 Miscellaneous furniture
Additional classification ( cpv ): 39200000 Furnishing
Additional classification ( cpv ): 39290000 Miscellaneous furnishing

5.1.3 Estimated duration

Start date : 01/08/2025
Duration end date : 01/08/2029

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.9 Selection criteria

Criterion :
Type : Suitability to pursue the professional activity
Name : The tenderer ́s registration, authorisations, etc.
Description : Tenderers shall be registered in a company register, professional register or a commerce register in the country where the tenderer is established. Documentation requirements: -Norwegian companies: Company Registration Certificate. -Foreign companies: Documentation that the company is registered in a company register/trade register in accordance with national requirements in the country where the tenderer is established. Documented by replying to ESPD.
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : The tenderer's tax and VAT certificate.
Description : Tenderers shall have their tax, payroll tax and VAT payments in order. Documentation requirements: Norwegian tenderers shall submit a tax certificate, not older than six months. The certificate can be ordered from the Norwegian Tax Administration for www.altinn.no. Foreign tenderers must provide certificates from authorities equivalent to the Norwegian authorities. Documented by replying to ESPD.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Quality assurance and supplier management.
Description : Tenderers shall have a quality assurance system relevant for the execution of the delivery, including a system for traceability in the supplier chain for the product groups included in the contract. Documentation requirements: Tenderers shall present a certificate for their quality assurance system issued by an independent body, which confirms fulfilment of relevant quality assurance standards, for example ISO 9001 or equivalent. Alternatively: The contracting authority will also accept other documentation which shows that the tenderer has equivalent quality assurance measures. This shall at least include a general description of the system, adapted to this agreement, with a maximum length of two A4 pages. Furthermore, the tenderer shall describe the management of the supplier chain as well as the tracking systems that will be used to ensure fulfilment of the contract.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : The tenderer's environmental management system.
Description : Tenderers shall have a third party certified environmental management system such as EMAS, ISO 14001, Miljøfyrtårn or equivalent.   Documentation requirements: ·       Valid licence number for EMAS, ISO 14001 or The Eco-Lighthouse issued by independent bodies. The contracting authority will also accept other equivalent certificates issued by bodies in other EEA states. ·       Other documentation of equivalent environmental management measures can be accepted, provided that the tenderer has not been able to obtain the certificates mentioned within the set deadlines in the tender documentation. This must not, however, be a result of the tenderer ́s own lack of measures. ·        If the tenderer does not have certification at the time of the tender, a concrete progress plan for achieving certification within six months of the contract being signed, approved by a relevant body mentioned above, will be accepted.
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Quality
Name :
Description : Product and delivery quality
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Price
Name :
Description : Price
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name :
Description : Environment and sustainability
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Access to certain procurement documents is restricted
Information about restricted documents is available at : https://app.artifik.no/procurements/546
Ad hoc communication channel :
Name : e-Tendering

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English, Norwegian
Electronic catalogue : Not allowed
Deadline for receipt of tenders : 19/06/2025 11:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : N/A
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : N/A

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Hordaland tingrett -
Organisation providing additional information about the procurement procedure : NORCE Research AS -
Organisation receiving requests to participate : Artifik AS -

8. Organisations

8.1 ORG-0001

Official name : NORCE Research AS
Registration number : 919408049
Postal address : Nygårdsgaten 112
Town : Bergen
Postcode : 5008
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Contact point : Gunn Inger Jæger
Telephone : +47 56107000
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure

8.1 ORG-0002

Official name : Hordaland tingrett
Registration number : 926723367
Postal address : Postboks 7412
Town : Bergen
Postcode : 5020
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : +47 55699700
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Artifik AS
Registration number : 925364967
Postal address : Stortingsgata 12
Town : Oslo
Postcode : 0161
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : +47 46630107
Internet address : https://artifik.no
Roles of this organisation :
Procurement service provider
Organisation receiving requests to participate
Notice information
Notice identifier/version : 37ceac4d-33cd-4c34-aa87-32ddb9f25720 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 16/05/2025 11:05 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00321384-2025
OJ S issue number : 95/2025
Publication date : 19/05/2025