Purchase of Workwear, Work Shoes and Work Gloves

BIR would like to use this competition to ensure that the group has the necessary workwear, footwear and gloves for its employees for both outdoor and indoor work, in all seasons. BIR therefore needs a broad range of products that tolerate rough and frequent use and provide good protection in …

CPV: 18100000 Occupational clothing, special workwear and accessories, 18110000 Occupational clothing, 18140000 Workwear accessories, 18141000 Work gloves, 18424000 Gloves, 18424300 Disposable gloves, 18800000 Footwear, 18810000 Footwear other than sports and protective footwear, 18830000 Protective footwear, 18832000 Special footwear
Deadline:
Sept. 12, 2025, 10 a.m.
Deadline type:
Submitting a bid
Place of execution:
Purchase of Workwear, Work Shoes and Work Gloves
Awarding body:
BIR AS
Award number:
BIR REF: AFH-0625

1. Buyer

1.1 Buyer

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

2. Procedure

2.1 Procedure

Title : Purchase of Workwear, Work Shoes and Work Gloves
Description : BIR would like to use this competition to ensure that the group has the necessary workwear, footwear and gloves for its employees for both outdoor and indoor work, in all seasons. BIR therefore needs a broad range of products that tolerate rough and frequent use and provide good protection in demanding environments. Products shall be delivered free to all of the contracting authority ́s locations:
Procedure identifier : 2ab13669-6a47-4009-9217-499dcfca3e30
Internal identifier : BIR REF: AFH-0625
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : PPR parts I and III

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 18110000 Occupational clothing
Additional classification ( cpv ): 18100000 Occupational clothing, special workwear and accessories
Additional classification ( cpv ): 18140000 Workwear accessories
Additional classification ( cpv ): 18141000 Work gloves
Additional classification ( cpv ): 18424000 Gloves
Additional classification ( cpv ): 18424300 Disposable gloves
Additional classification ( cpv ): 18800000 Footwear
Additional classification ( cpv ): 18810000 Footwear other than sports and protective footwear
Additional classification ( cpv ): 18830000 Protective footwear
Additional classification ( cpv ): 18832000 Special footwear

2.1.2 Place of performance

Postal address : BIRs eierkommuner og aktuelle lokasjoner
Town : Bergen
Postcode : 5020
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 12 000 000 Norwegian krone
Maximum value of the framework agreement : 16 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Hordaland Tingrett -

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
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.
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).
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).
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 control of organised crime (EUT L 300 of 11.11.2008, p. 42)
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.
Child labour and including 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).
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.
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.
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.
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?
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.
Misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : 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?
Conflict of interest due to its participation in the procurement procedure : Are tenderers 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?
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 obligation relating to 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?
Breaching obligation relating to payment of 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?
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 made mandatory in accordance with the current national law without the possibility for exceptions.
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 made mandatory in accordance with the current national law without the possibility for exceptions.
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 made mandatory in accordance with the current national law without the possibility for exceptions.
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 made mandatory in accordance with the current national law without the possibility for exceptions.
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 made mandatory in accordance with the current national law without the possibility for exceptions.
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national law : 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.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Purchase of Workwear, Work Shoes and Work Gloves
Description : BIR would like to use this competition to ensure that the group has the necessary workwear, footwear and gloves for its employees for both outdoor and indoor work, in all seasons. BIR therefore needs a broad range of products that tolerate rough and frequent use and provide good protection in demanding environments. Products shall be delivered free to all of the contracting authority ́s locations:
Internal identifier : BIR REF: AFH-0625

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 18110000 Occupational clothing
Additional classification ( cpv ): 18100000 Occupational clothing, special workwear and accessories
Additional classification ( cpv ): 18140000 Workwear accessories
Additional classification ( cpv ): 18141000 Work gloves
Additional classification ( cpv ): 18424000 Gloves
Additional classification ( cpv ): 18424300 Disposable gloves
Additional classification ( cpv ): 18800000 Footwear
Additional classification ( cpv ): 18810000 Footwear other than sports and protective footwear
Additional classification ( cpv ): 18830000 Protective footwear
Additional classification ( cpv ): 18832000 Special footwear

5.1.2 Place of performance

Postal address : BIRs eierkommuner og aktuelle lokasjoner
Town : Bergen
Postcode : 5020
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 12 000 000 Norwegian krone
Maximum value of the framework agreement : 16 000 000 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) : yes
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes

5.1.7 Strategic procurement

Green Procurement Criteria : Other Green Public Procurement criteria

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : Norwegian tenderers: Company Registration Certificate. Foreign tenderers: Registration certificates in professional registers as determined by legislation in the countries in which the tenderer is established.
Criterion : Financial ratio
Description : ● 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 carry out a credit assessment. The financial strength will be assessed in relation to turnover, operating degree, solidity and liquidity. ● If the tenderer has a justifiable reason for not submitting the documentation required by the contracting authority, he can document his economic and financial capacity by presenting any other document that the Contracting Authority deems suitable. If so, this shall be described in the above mentioned field in the ESPD form. The certificate must not be more than six months old. The certificate must not be older than 6 months calculated from the deadline for receipt of tenders. Foreign companies shall present certificates from equivalent authorities to the Norwegian authorities. Description/documentation that explains any arrears.
Criterion : References on specified deliveries
Description : Overview of a minimum of 2 references. Information shall be given on: The contracting authority/business customer with contact data, description of the content of the delivery, value in NOK and the contract period in the number of months. Filled in and signed commitment statement In addition the tender shall state the role, assignments and responsibilities the supporting company will have in the contract period.
Criterion : Environmental management measures
Description : Description of the Tenderer's and the Manufacturer's environmental management system. The description does not need to show that the Tenderer's and the Manufacturer's system would fulfil an official certification, but show that the system is adapted to the Tenderer's and the Manufacturer's activities according to the Contracting Authority's requirements. The qualification requirement will also be seen as met if the Tenderer and Manufacturer can submit certificates issued by independent bodies as documentation that the Tenderer and Manufacturer fulfil recognised environmental management systems or standards. In this case, it is not necessary to describe the environmental management measures.
Criterion : Certificates by independent bodies about quality assurance standards
Description : Description of the Tenderer and the Manufacturer's quality assurance system. The description does not need to show that the Tenderer and the Manufacturer ́s system would fulfil an official certification, but show that the system is adapted to the Tenderer's and the Manufacturer's activities according to the Contracting Authority's needs. The qualification requirement will also be seen as met if the Tenderer and Manufacturer can submit certificates issued by independent bodies as documentation that the Tenderer and Manufacturer fulfil the recognised quality assurance system or standards. In this case it is not necessary to describe the quality assurance system.

5.1.10 Award criteria

Criterion :
Type : Cost
Name : Total cost
Description : The total cost is calculated from the attached Product and Price Matrix. (annex 1). The stated price is hereby multiplied by the stated volume for all price items.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 70
Criterion :
Type : Quality
Name : Share of environmentally labelled products
Description : Environmental labelling - offered products: (here are 52 selected products under the product group: work clothes in the product and price matrix. Certifications/branded devices for sustainability: BIR would like products with certifications such as GOTS (Global Organic Textile Standard) for textiles, or other equivalent environmental labels such as the SWAN LABEL, OEKO-TEK STANDARD 100, BLÅ ENGEL, BLUESIGN, BRA MILJØVAL or EU ECOLABEL. These certifications indicate that production occurs in a more environmentally friendly way, with less use of chemicals and more responsible resource management. In this competition the share of environmentally labelled products will be evaluated. Equivalent/equally good branded tenderers can be assessed if tenderers can document equivalent environmental effect and environmental benefit. The source/documentation (licence number or documentation) must be stated in the product and price set up.
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

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
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 12/09/2025 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 : 25
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Hordaland Tingrett -
Information about review deadlines : 11 days after the award of contract notice.
Organisation providing additional information about the procurement procedure : BIR AS -
Organisation providing offline access to the procurement documents : BIR AS -
Organisation receiving requests to participate : BIR AS -
Organisation processing tenders : BIR AS -

8. Organisations

8.1 ORG-0001

Official name : BIR AS
Registration number : 983495400
Postal address : Pb 6004
Town : Bergen
Postcode : 5892
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Contact point : Atle Hitland
Telephone : +47 55277728
Internet address : https://www.bir.no
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Hordaland Tingrett
Registration number : 935364906
Postal address : C Sunds Gate 42
Town : Bergen
Postcode : 5020
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : 8e43e0ab-2666-4627-9366-a91ed0a9441c - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 17/06/2025 12:54 +00:00
Notice dispatch date (eSender) : 17/06/2025 13:30 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00396054-2025
OJ S issue number : 116/2025
Publication date : 19/06/2025