Framework agreement for the procurement of workwear and protective equipment 2025 - 2029.

The contracting authority shall enter into a contract with a tenderer for the delivery of work clothes and personal protective equipment for the Directorate of Fisheries ́s employees. The work clothes and protective equipment will be used for inspection and inspection assignments. The assignments are carried out in the following …

CPV: 18100000 Occupational clothing, special workwear and accessories, 18110000 Occupational clothing, 18140000 Workwear accessories, 18141000 Work gloves, 18142000 Safety visors
spriocdháta:
Beal. 5, 2025, 8 r.n.
cineál spriocdháta:
tairisceana
áit fhorghníomhaithe:
Framework agreement for the procurement of workwear and protective equipment 2025 - 2029.
clárlann:
Fiskeridirektoratet
uimhir dámhachtana:
25/5872

1. Buyer

1.1 Buyer

Official name : Fiskeridirektoratet
Legal type of the buyer : Central government authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Framework agreement for the procurement of workwear and protective equipment 2025 - 2029.
Description : The contracting authority shall enter into a contract with a tenderer for the delivery of work clothes and personal protective equipment for the Directorate of Fisheries ́s employees. The work clothes and protective equipment will be used for inspection and inspection assignments. The assignments are carried out in the following environments: • in production premises in the fishing industry companies • in office premises for farming companies and fishing companies • on quay areas with loading/unloading activity • in stores/production premises with vehicle traffic (truck) • in freezer stores with temperatures down to -30 degrees • in the refrigeration warehouse • on board fishing vessels and hired vessels • at sea in open workboat with temperatures down to -30 degrees and snowfall/sea/wind. • at sea in open workboat with temperatures up to 30 degrees. • Tenderers must be able to offer and deliver a wide range of workwear and personal protective equipment for women and men throughout the entire contract period in accordance with the contracting authority ́s needs and call-offs. The work clothes will consist of outer jackets, overdraft trousers, overalls, rain wear (oil hyre), jumpers, polo piquets, woollen underwear, hats, gloves and waterproof bags with wheels and protective equipment. The tenderer entering into an agreement with must be able to deliver all of the requested products. The offered products must be of high quality and produced by recognised manufacturers of work wear that can document that the environment is safeguarded by the production of work wear. The workwear will be used in cold environments and it must have high insulation ability. Furthermore, the outerwear must be waterproof and have the best possible breathable properties.
Procedure identifier : 68aac2c0-b090-4543-b77d-d922e95f5104
Internal identifier : 25/5872
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 18100000 Occupational clothing, special workwear and accessories
Additional classification ( cpv ): 18110000 Occupational clothing
Additional classification ( cpv ): 18140000 Workwear accessories
Additional classification ( cpv ): 18141000 Work gloves
Additional classification ( cpv ): 18142000 Safety visors

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 3 900 000 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 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.
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.
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 made mandatory in accordance with the current national law without the possibility for exceptions.
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)
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 made mandatory in accordance with the current national law without the possibility for exceptions.
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 made mandatory in accordance with the current national law without the possibility for exceptions.
Guilty of 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?
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 made mandatory in accordance with the current national law without the possibility for exceptions.
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?
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.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Framework agreement for the procurement of workwear and protective equipment 2025 - 2029.
Description : The contracting authority shall enter into a contract with a tenderer for the delivery of work clothes and personal protective equipment for the Directorate of Fisheries ́s employees. The work clothes and protective equipment will be used for inspection and inspection assignments. The assignments are carried out in the following environments: • in production premises in the fishing industry companies • in office premises for farming companies and fishing companies • on quay areas with loading/unloading activity • in stores/production premises with vehicle traffic (truck) • in freezer stores with temperatures down to -30 degrees • in the refrigeration warehouse • on board fishing vessels and hired vessels • at sea in open workboat with temperatures down to -30 degrees and snowfall/sea/wind. • at sea in open workboat with temperatures up to 30 degrees. • Tenderers must be able to offer and deliver a wide range of workwear and personal protective equipment for women and men throughout the entire contract period in accordance with the contracting authority ́s needs and call-offs. The work clothes will consist of outer jackets, overdraft trousers, overalls, rain wear (oil hyre), jumpers, polo piquets, woollen underwear, hats, gloves and waterproof bags with wheels and protective equipment. The tenderer entering into an agreement with must be able to deliver all of the requested products. The offered products must be of high quality and produced by recognised manufacturers of work wear that can document that the environment is safeguarded by the production of work wear. The workwear will be used in cold environments and it must have high insulation ability. Furthermore, the outerwear must be waterproof and have the best possible breathable properties.
Internal identifier : 25/5872

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 18100000 Occupational clothing, special workwear and accessories
Additional classification ( cpv ): 18110000 Occupational clothing
Additional classification ( cpv ): 18140000 Workwear accessories
Additional classification ( cpv ): 18141000 Work gloves
Additional classification ( cpv ): 18142000 Safety visors

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 4 Year

5.1.5 Value

Estimated value excluding VAT : 3 900 000 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

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Economic and financial position
Description : Requirement: The tenderer shall have sufficient financial strength to be able to fulfil the contract. To fulfil the requirement, the annual turnover must exceed NOK 7,800,000 within the area included in the contract, positive operating profit for at least one of the last two years (2023 and 2024) and no payment remarks. All the requirements must be fulfilled. Documentation requirement: 1: The tenderer's annual accounts including notes with the Board's and auditor's reports from the last two years. 2: Credit rating, not older than 2 months. If the Annual Financial Statements for the last year have not been completed, the preliminary annual accounts for the last year should be enclosed. A new start-up company must in another manner document financial strength for the execution of the contract. The tenderer may choose to rely on another company's capacity to fulfil the requirement for the tenderer's economic and financial position. If so, the tenderer must document the resources of the company that they will use and that they can use them (cf. the commitment statement in Annex C).
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Tenderers shall have their tax, payroll tax and VAT payments in order.
Description : Documentation requirement: Tenderers shall submit a tax certificate that is not older than six months, cf. the Public Procurement Regulations § 7-2 (2). • Norwegian tenderers can order a tax certificate through form RF-1316 in Altinn. • 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.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : The tenderer shall be a legally established company.
Description : Norwegian tenderers shall enclose a company registration certificate. Foreign tenderers will provide confirmation that the tenderer is registered in a company register or a trade register in accordance with the law in the country where the tenderer is established or registered.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : 4.2.4 Quality assurance and environmental management standards
Description : Requirement: Tenderers shall be certified in accordance with ISO-standard 9001 for quality management or equivalent standards. The main supplier cannot rely on other suppliers to fulfil this requirement. Documentation requirement: Certificate issued by an independent body.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Quality assurance and environmental management standards.
Description : Requirement: Tenderers shall be certified in accordance with ISO-standard 14001 for environmental management, Eco-lighthouse, Svanen or equivalent standards. Documentation requirement: Certificate issued by an independent body.
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Quality
Name : Award criteria 1 - Quality - functionality
Description :
Weight (percentage, exact) : 40
Criterion :
Type : Price
Name : Award Criteria 2 - Price
Description :
Weight (percentage, exact) : 20
Criterion :
Type : Quality
Name : Award criteria 3 - Delivery, assortment, ordering and service.
Description :
Weight (percentage, exact) : 10
Criterion :
Type : Quality
Name : Award criteria 4 - Environment
Description :
Weight (percentage, exact) : 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

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 28/04/2025 08:00 +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 : Required
Deadline for receipt of tenders : 05/05/2025 08:00 +00:00
Information about public opening :
Opening date : 05/05/2025 08:05 +00:00
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
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Hordaland Tingrett

8. Organisations

8.1 ORG-0001

Official name : Fiskeridirektoratet
Registration number : 971203420
Postal address : Strandgaten 229
Town : BERGEN
Postcode : 5004
Country : Norway
Contact point : Erik Myrmel
Telephone : +47 99168997
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Hordaland Tingrett
Registration number : 926 723 367
Town : Bergen
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Telephone : 4755699700
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : 1d9b405d-f9cb-4b1e-b3bc-ec82f607af0b - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 02/04/2025 16:37 +00:00
Notice dispatch date (eSender) : 02/04/2025 17:00 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00217420-2025
OJ S issue number : 67/2025
Publication date : 04/04/2025