Framework agreement - Workwear for employees in the unit for education.

The contracting authority needs to procure a framework agreement for the procurement and delivery of work wear with a logo for the unit for education, more specifically employees in the municipality ́s nurseries, before-and-after-school care and 1st years. Tenderers shall offer a wide range of workwear for women and men …

CPV: 18110000 Occupational clothing, 18000000 Clothing, footwear, luggage articles and accessories, 18100000 Occupational clothing, special workwear and accessories, 18140000 Workwear accessories, 18200000 Outerwear, 18220000 Weatherproof clothing, 18221000 Waterproof clothing, 18222100 Suits, 18223200 Jackets, 18230000 Miscellaneous outerwear, 18234000 Trousers, 18235100 Pullovers, 18235300 Sweatshirts, 18300000 Garments, 18331000 T-shirts, 18410000 Special clothing, 19260000 Cloth
Deadline:
Oct. 1, 2025, 10 a.m.
Deadline type:
Submitting a bid
Place of execution:
Framework agreement - Workwear for employees in the unit for education.
Awarding body:
Sandnes kommune
Award number:
25/05633

1. Buyer

1.1 Buyer

Official name : Sandnes kommune
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Framework agreement - Workwear for employees in the unit for education.
Description : The contracting authority needs to procure a framework agreement for the procurement and delivery of work wear with a logo for the unit for education, more specifically employees in the municipality ́s nurseries, before-and-after-school care and 1st years. Tenderers shall offer a wide range of workwear for women and men in accordance with the contracting authority ́s needs in the contract period. It is important that the workwear is suitable for women and men, from small to very large sizes. For employees in the 1st year and in before-and-after-school care will be relevant with outerwear, whilst the employees in the nursery will be able to wear both outerwear and inside clothes. Further information on the procurement is in 'Annex 2 - Requirement Specification' and 'Annex 3 - Price Form'. The Contracting Authority reserves the right to leave the agreement if the tenderer does not have available goods that naturally come under workwear that the Contracting Authority needs. The Contracting Authority reserves the right to expand the units within education that come under the contract. The contracting authority is uncertain about the extent of the procurement, but estimates that the annual contract value will be approx. This gives an estimated total contract value for the entire contract period, including options, of NOK 13,000,000 excluding VAT. Please note that this is an estimate and is not binding for the municipality or rights for the tenderer. Subject to changes in volume as a result of changed financial framework conditions, organisational changes and municipal activity. Based on the estimated value of the contract, the contracting authority has stated the maximum contract value, c.f. the Court of Justice's case C-23/20. The maximum contract value is + 15% above the estimated value. The total maximum value is approx. NOK 14,950,000 excluding VAT.
Procedure identifier : b6c9422e-4def-4651-842e-70dedf020bf6
Internal identifier : 25/05633
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : The procurement will be made in accordance with the Public Procurement Act dated 17 June 2016 no. 73 (LOA) and the Public Procurement Regulations (FOA) dated 12 August 2016 no. 974 parts I and part III. The contract will be awarded in accordance with the open tender contest procedure, cf. the Public Procurement Regulations § 13-1. Negotiations are not allowed in this competition. Tenders cannot, therefore, be changed after the tender deadline has expired. Furthermore, attention is agreed that tenders that include significant deviations from the procurement documents shall be rejected in accordance with PPR § 24-8 (1) b. The contracting authority can reject tenders that include deviations from the procurement documents, uncertainties or similar that must not be considered insignificant, cf. the Public Procurement Regulations § 24-8 (2) a. Tenderers are therefore strongly encouraged to follow the instructions given in this tender documentation with annexes and possibly to question uncertainties through EU Supply to the contracting authority's gender neutral preferred.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 18110000 Occupational clothing
Additional classification ( cpv ): 18000000 Clothing, footwear, luggage articles and accessories
Additional classification ( cpv ): 18100000 Occupational clothing, special workwear and accessories
Additional classification ( cpv ): 18140000 Workwear accessories
Additional classification ( cpv ): 18200000 Outerwear
Additional classification ( cpv ): 18220000 Weatherproof clothing
Additional classification ( cpv ): 18221000 Waterproof clothing
Additional classification ( cpv ): 18222100 Suits
Additional classification ( cpv ): 18223200 Jackets
Additional classification ( cpv ): 18230000 Miscellaneous outerwear
Additional classification ( cpv ): 18234000 Trousers
Additional classification ( cpv ): 18235100 Pullovers
Additional classification ( cpv ): 18235300 Sweatshirts
Additional classification ( cpv ): 18300000 Garments
Additional classification ( cpv ): 18331000 T-shirts
Additional classification ( cpv ): 18410000 Special clothing
Additional classification ( cpv ): 19260000 Cloth

2.1.2 Place of performance

Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 13 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Framework agreement - Workwear for employees in the unit for education.
Description : The contracting authority needs to procure a framework agreement for the procurement and delivery of work wear with a logo for the unit for education, more specifically employees in the municipality ́s nurseries, before-and-after-school care and 1st years. Tenderers shall offer a wide range of workwear for women and men in accordance with the contracting authority ́s needs in the contract period. It is important that the workwear is suitable for women and men, from small to very large sizes. For employees in the 1st year and in before-and-after-school care will be relevant with outerwear, whilst the employees in the nursery will be able to wear both outerwear and inside clothes. Further information on the procurement is in 'Annex 2 - Requirement Specification' and 'Annex 3 - Price Form'. The Contracting Authority reserves the right to leave the agreement if the tenderer does not have available goods that naturally come under workwear that the Contracting Authority needs. The Contracting Authority reserves the right to expand the units within education that come under the contract. The contracting authority is uncertain about the extent of the procurement, but estimates that the annual contract value will be approx. This gives an estimated total contract value for the entire contract period, including options, of NOK 13,000,000 excluding VAT. Please note that this is an estimate and is not binding for the municipality or rights for the tenderer. Subject to changes in volume as a result of changed financial framework conditions, organisational changes and municipal activity. Based on the estimated value of the contract, the contracting authority has stated the maximum contract value, c.f. the Court of Justice's case C-23/20. The maximum contract value is + 15% above the estimated value. The total maximum value is approx. NOK 14,950,000 excluding VAT.
Internal identifier : 25/05633

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 18110000 Occupational clothing
Additional classification ( cpv ): 18000000 Clothing, footwear, luggage articles and accessories
Additional classification ( cpv ): 18100000 Occupational clothing, special workwear and accessories
Additional classification ( cpv ): 18140000 Workwear accessories
Additional classification ( cpv ): 18200000 Outerwear
Additional classification ( cpv ): 18220000 Weatherproof clothing
Additional classification ( cpv ): 18221000 Waterproof clothing
Additional classification ( cpv ): 18222100 Suits
Additional classification ( cpv ): 18223200 Jackets
Additional classification ( cpv ): 18230000 Miscellaneous outerwear
Additional classification ( cpv ): 18234000 Trousers
Additional classification ( cpv ): 18235100 Pullovers
Additional classification ( cpv ): 18235300 Sweatshirts
Additional classification ( cpv ): 18300000 Garments
Additional classification ( cpv ): 18331000 T-shirts
Additional classification ( cpv ): 18410000 Special clothing
Additional classification ( cpv ): 19260000 Cloth

5.1.2 Place of performance

Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 4 Year

5.1.5 Value

Estimated value excluding VAT : 13 000 000 Norwegian krone

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) : no

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : Qualification requirement: Tenderers shall be registered in a company register, professional register or a commerce register in the country where the tenderer is established. Documentation requirement: Norwegian companies: Company Registration Certificate. Foreign companies: Verification that the tenderer is registered in a company register, professional register or a commerce register in the country where the tenderer is established.
Criterion : Other economic or financial requirements
Description : Qualification requirement: Tenderers must not have significant tax and VAT arrears, or an approved repayment plan must be in existence. Documentation requirement: Norwegian companies: Tax certificate, not older than 6 months. Foreign tenderers must submit equivalent certificates from their own country that show that they have an arrangement for the payment of taxes and duties. If the authorities in the relevant country do not issue such certificates, the tenderer shall submit a statement which states that all taxes and duties have been paid. The declaration shall be approved and signed by the tenderer's Financial Director/ person responsible for Finance.
Criterion : Environmental management measures
Description : Qualification requirement: Tenderers shall have environmental management measures suitable for the delivery's environmental objectives, environmental properties, complexity and risk. Documentation requirement: Tenderers shall enclose a description of the tenderer's environmental management measures. If a tenderer is certified in accordance with ISO 14001, EMAS, Miljøfyrtårn or equivalent, it is sufficient to enclose a copy of a valid certificate provided that the environmental management measures are covered by the certification scheme.
Criterion : Other economic or financial requirements
Description : Qualification requirement: Tenderers shall have sufficient economic and financial capacity to fulfil the contract. Tenderers must achieve a minimum rating of "Credit worthy". Documentation requirement: Tenderers shall have sufficient economic and financial capacity to fulfil the contract. Tenderers must achieve a minimum rating of "Credit worthy".
Criterion : References on specified deliveries
Description : Qualification requirement: Tenderers shall have experience from relevant assignments as regards the extent and complexity. Documentation requirement: As documentation, tenderers shall enclose a list of the three most important, relevant assignments in the last five years, including specific information on: - The assignment (short description) - Contract value excluding VAT. - Date (year) of the assignment. -Principal Based on the list, the tenderer shall state the name and e-mail address of a gender neutral preferred for the most relevant assignment. The reference will only be contacted if required.

5.1.10 Award criteria

Criterion :
Type : Quality
Name : Quality
Description : The quality of product samples is assessed under the award criteria, with emphasis on the comfort and fit, design and functionality and material quality.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Price
Name : Price
Description : The completed "Annex 3 - Price Form" is being completed under the award criteria.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Environment
Description : A system for repairs and service and concrete environmental measures under the contract that promotes climate and environmental considerations will be assessed under the award criteria.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30

5.1.11 Procurement documents

Deadline for requesting additional information : 19/09/2025 10:00 +00:00

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Not allowed
Deadline for receipt of tenders : 01/10/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 100
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Sør-Rogaland Tingrett
Organisation providing more information on the review procedures : Sør-Rogaland Tingrett

8. Organisations

8.1 ORG-0001

Official name : Sandnes kommune
Registration number : 964965137
Postal address : Rådhusgata 1
Town : Sandnes
Postcode : 4306
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Contact point : Sandra Pedersen
Telephone : +47 48206011
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Sør-Rogaland Tingrett
Registration number : 926723448
Department : Sandnes
Postal address : Olav Vs plass 1
Town : Sandnes
Postcode : 4306
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures

Notice information

Notice identifier/version : 0f8994f7-69a7-48cd-ad1f-2765d9d0312d - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 29/08/2025 08:39 +00:00
Notice dispatch date (eSender) : 29/08/2025 09:00 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00569350-2025
OJ S issue number : 166/2025
Publication date : 01/09/2025