Furniture for a new sheltered accommodation centre and health centre.

Lindesnes municipality requests tenders for the delivery of furniture for a new welfare centre and a health centre in Lindesnes municipality, which is under construction. The project new welfare centre and health centre in Lindesnes consists of 2 buildings that are constructed in sequence. First a building (BT 1) with …

CPV: 39100000 Furniture, 33192000 Medical furniture, 39130000 Office furniture, 39200000 Furnishing, 39290000 Miscellaneous furnishing, 45212230 Installation of changing rooms
spriocdháta:
Beal. 13, 2025, 10 r.n.
cineál spriocdháta:
tairisceana
áit fhorghníomhaithe:
Furniture for a new sheltered accommodation centre and health centre.
clárlann:
Lindesnes kommune
uimhir dámhachtana:
20/00252

1. Buyer

1.1 Buyer

Official name : Lindesnes kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : Public order and safety

2. Procedure

2.1 Procedure

Title : Furniture for a new sheltered accommodation centre and health centre.
Description : Lindesnes municipality requests tenders for the delivery of furniture for a new welfare centre and a health centre in Lindesnes municipality, which is under construction. The project new welfare centre and health centre in Lindesnes consists of 2 buildings that are constructed in sequence. First a building (BT 1) with 72 sheltered accommodation flats and a base for the home care service, then a health centre (BT 2) with co-localised health service and short-term places for rehabilitation. The welfare centre and the health centre are built together with a middle building, which is constructed in the first construction stage. The project also includes a car park in the basement and outdoor installations with a sensory garden. Furniture shall be delivered for both construction stages, see the attached furniture description where tab BT 1 is for delivery autumn 2025 and tab BT2 is for delivery autumn 2027.
Procedure identifier : bc8282ba-1f9d-44f8-95eb-0e33ab6ad6aa
Internal identifier : 20/00252
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The procurement will be made in accordance with the current law dated 17 June 2016 no. 73 on public procurements (the Public Procurement Act) and regulations 12 August 2016 no. 974 on public procurements (FOA) parts I and part III. The procurement will be carried out as an open tender contest, cf. the Public Procurement Regulations § 13-1 (1). This procedure gives all interested tenderers the possibility to submit tender offers. Negotiations are not allowed in this competition. Tenders cannot, therefore, be changed after the tender deadline has expired.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 39100000 Furniture
Additional classification ( cpv ): 33192000 Medical furniture
Additional classification ( cpv ): 39130000 Office furniture
Additional classification ( cpv ): 39200000 Furnishing
Additional classification ( cpv ): 39290000 Miscellaneous furnishing
Additional classification ( cpv ): 45212230 Installation of changing rooms

2.1.2 Place of performance

Anywhere
Additional information : Delivered to a health centre in Mandal.

2.1.3 Value

Estimated value excluding VAT : 20 000 000 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 : Furniture for a new sheltered accommodation centre and health centre.
Description : Lindesnes municipality requests tenders for the delivery of furniture for a new welfare centre and a health centre in Lindesnes municipality, which is under construction. The project new welfare centre and health centre in Lindesnes consists of 2 buildings that are constructed in sequence. First a building (BT 1) with 72 sheltered accommodation flats and a base for the home care service, then a health centre (BT 2) with co-localised health service and short-term places for rehabilitation. The welfare centre and the health centre are built together with a middle building, which is constructed in the first construction stage. The project also includes a car park in the basement and outdoor installations with a sensory garden. Furniture shall be delivered for both construction stages, see the attached furniture description where tab BT 1 is for delivery autumn 2025 and tab BT2 is for delivery autumn 2027.
Internal identifier : 20/00252

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 39100000 Furniture
Additional classification ( cpv ): 33192000 Medical furniture
Additional classification ( cpv ): 39130000 Office furniture
Additional classification ( cpv ): 39200000 Furnishing
Additional classification ( cpv ): 39290000 Miscellaneous furnishing
Additional classification ( cpv ): 45212230 Installation of changing rooms

5.1.2 Place of performance

Anywhere
Additional information : Delivered to a health centre in Mandal.

5.1.3 Estimated duration

Other duration : Unlimited

5.1.5 Value

Estimated value excluding VAT : 20 000 000 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

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Economic and financial capacity
Description : Tenderers shall have sufficient economic and financial capacity to fulfil the contract. The required capacity will be assessed in relation to the contract ́s value, services, risk and duration.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Tenderers shall be registered in a company register, professional register or a commerce register in the country where the tenderer is established.
Description : • Norwegian companies: Company Registration Certificate • Foreign companies: Confirmation that the tenderer is registered in a company register, professional register or a commerce register in the country where the tenderer is established.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Tenderers shall have experience from assignments of equivalent assignments.
Description : Similar assignments are deemed: Delivery to a health institution is required.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Tenderers shall have a satisfactory quality management system.
Description : Tenderers are required to have a good and well-functioning quality assurance system/quality management system. Documentation requirement: Alternative 1: A description of the tenderer's system (routines and measures) for quality assurance. Alternative 2: If the tenderer is certified in accordance with ISO 9001:2015 or equivalent quality assurance standards, and the certification covers the delivery, it is sufficient to enclose a copy of a valid certificate.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Tenderers shall have a satisfactory environmental management system.
Description : Alternative 1: Description of the company's environmental goals and environmental policy, competence strategy in the environment, as well as a description of the existing routines for providing the service in an environmentally responsible manner. Alternative 2: If the tenderer is certified in accordance with ISO 14001:2015, EMAS, Miljøfyrtårn or equivalent third-party verified systems, it will be sufficient to enclose a copy of a valid certificate.
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : - Total price for offered furniture (including option furniture) - Mark-up percentage
Weight (percentage, exact) : 70
Criterion :
Type : Quality
Name : Solution proposal
Description : The tenderer ́s solution description in annex 2 The tenderer is asked to give a solution description of how the order, delivery and assembly will take place. Emphasis will be put on flexibility in this process. Tenderers are asked to describe how the delivery can take place so that it can be as flexible as possible. It is considered that the floor-by-floor delivery will be advantageous. Tenderers are asked for a description of how 1 year and 2 year inspections shall be carried out. Tenderers are asked to describe what access the tenderer has for wear and tear parts and how long a guarantee can be delivered for wear parts. The description shall be maximum 2 A4 pages, in font size 11, Calibri.
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

Deadline for requesting additional information : 06/05/2025 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
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 13/05/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 13/05/2025 10:05 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : no
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : no

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Agder Tingrett
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed : Agder Tingrett
Organisation providing offline access to the procurement documents : Lindesnes kommune
Organisation receiving requests to participate : Lindesnes kommune
Organisation processing tenders : Lindesnes kommune

8. Organisations

8.1 ORG-0001

Official name : Lindesnes kommune
Registration number : 921060440
Department : Lindesnes kommune
Postal address : Nordre Heddeland 26
Town : Marnardal
Postcode : 4534
Country : Norway
Contact point : Jonas Leyre Amstrup
Telephone : +47 97512929
Roles of this organisation :
Buyer
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Agder Tingrett
Registration number : 974732998
Postal address : Tollbodgata 45
Town : Kristiansand
Postcode : 4614
Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Contact point : Agder tingrett
Telephone : 38176300
Roles of this organisation :
Review organisation
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed

11. Notice information

11.1 Notice information

Notice identifier/version : 1baab521-9be3-41fa-87ea-0f0e9caaa6fc - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 09/04/2025 11:52 +00:00
Notice dispatch date (eSender) : 09/04/2025 12:06 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00234610-2025
OJ S issue number : 71/2025
Publication date : 10/04/2025