Framework agreement for the purchase of work wear and outdoor clothing.

Lindesnes municipality would like to enter into a framework agreement for the procurement of workwear and outdoor clothing for employees in, for example, nurseries, before-and-after-school care, the home care service, environment therapeutic, mental health, residential teams, the Frisklivssentralen, physio/ergo, and health centres. Tenderers shall, as a minimum, offer workwear listed …

CPV: 18000000 Odjeća, obuća, prtljaga i pribor, 18110000 Radna odjeća, 18200000 Vanjska odjeća, 18800000 Obuća, 18812400 Japanke
mjesto izvršenja:
Framework agreement for the purchase of work wear and outdoor clothing.
registar:
Lindesnes kommune
nagradni broj:
N/A

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 : Framework agreement for the purchase of work wear and outdoor clothing.
Description : Lindesnes municipality would like to enter into a framework agreement for the procurement of workwear and outdoor clothing for employees in, for example, nurseries, before-and-after-school care, the home care service, environment therapeutic, mental health, residential teams, the Frisklivssentralen, physio/ergo, and health centres. Tenderers shall, as a minimum, offer workwear listed in Annex 4a Product and Price Form. The agreement does not include uniforms, technical workwear and protective equipment. The contract can be used by all units in Lindesnes municipality. For further information on the contents of the procurement, please refer to part II Annex 1 of the Contracting Authority's Need and Requirement Specifications with sub-annexes. A framework agreement shall be signed with one tenderer. The framework agreement will be valid for 2 years from when the contract is signed. The contracting authority has the option to extend the contract for a further one year + one year. The maximum agreement period is 4 years. The estimated annual extent is approx. NOK 1-1.5 million excluding VAT. The estimated turnover during the entire agreement period of four (4) years is NOK 6 million excluding VAT. The contract will be valid for one call-off for a total of NOK 12 million excluding VAT.
Procedure identifier : 7380feba-6be8-4ae8-b50c-a8296f3b3f1d
Previous notice : 716e28a7-5009-4d3e-925d-85c86090054c-01
Internal identifier : N/A
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 18000000 Clothing, footwear, luggage articles and accessories
Additional classification ( cpv ): 18110000 Occupational clothing
Additional classification ( cpv ): 18200000 Outerwear
Additional classification ( cpv ): 18800000 Footwear
Additional classification ( cpv ): 18812400 Flip-flops

2.1.2 Place of performance

Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 3 000 000 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 for the purchase of work wear and outdoor clothing.
Description : Lindesnes municipality would like to enter into a framework agreement for the procurement of workwear and outdoor clothing for employees in, for example, nurseries, before-and-after-school care, the home care service, environment therapeutic, mental health, residential teams, the Frisklivssentralen, physio/ergo, and health centres. Tenderers shall, as a minimum, offer workwear listed in Annex 4a Product and Price Form. The agreement does not include uniforms, technical workwear and protective equipment. The contract can be used by all units in Lindesnes municipality. For further information on the contents of the procurement, please refer to part II Annex 1 of the Contracting Authority's Need and Requirement Specifications with sub-annexes. A framework agreement shall be signed with one tenderer. The framework agreement will be valid for 2 years from when the contract is signed. The contracting authority has the option to extend the contract for a further one year + one year. The maximum agreement period is 4 years. The estimated annual extent is approx. NOK 1-1.5 million excluding VAT. The estimated turnover during the entire agreement period of four (4) years is NOK 6 million excluding VAT. The contract will be valid for one call-off for a total of NOK 12 million excluding VAT.
Internal identifier : N/A

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 18000000 Clothing, footwear, luggage articles and accessories
Additional classification ( cpv ): 18110000 Occupational clothing
Additional classification ( cpv ): 18200000 Outerwear
Additional classification ( cpv ): 18800000 Footwear
Additional classification ( cpv ): 18812400 Flip-flops

5.1.2 Place of performance

Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 4 Year

5.1.5 Value

Estimated value excluding VAT : 3 000 000 Norwegian krone
Maximum value of the framework agreement : 6 000 000 Norwegian krone

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Criterion: Under this criteria, - Evaluation sum Documentation requirement: Completed prices, cf. annex 4a All product and product lines shall be priced by the tenderer.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 35
Criterion :
Type : Quality
Name : Quality
Description : Criterion: Product quality and shelf life The tender will be assessed based on a total assessment of the products quality and shelf life, including i.a. the degree the products are intended as workwear and for user groups that shall use them, comfort, fit, user friendliness (e.g. allergy friendly colour substances), breathable materials, durability and trend/design as important product characteristics. Service level and delivery ability The tender will be assessed based on a total assessment of the tenderer's service level and delivery ability. - how the tenderer will, among other things, facilitate the simplest possible trial before ordering, ordering, delivery and return scheme in the event of wrong orders/error deliveries. - warranty and warranty scheme. Documentation requirement: Product quality and shelf life -Samples - Response to annex 1: o requirement 2.1.1 o requirement 2.1.5 o requirement 2.1.10 o requirement 2.1.25 o requirement 2.2.2 - Response to annex 4a. Service level and delivery ability - Response to annex 1: o requirement 3.1.2 o requirement 3.1.8 o requirement 3.1.12 o requirement 3.1.1
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 35
Criterion :
Type : Quality
Name : Environment
Description : Criterion: The tender will be assessed based on whether the products are labelled with the Swan Ecolabel, GOTS, Blue Engel, Bra Miljøval or EU Ecolabel or an equivalent environmental label type 1. Products where parts of the product are marked with environmental label type 1 will give 70% value. Other labelling schemes will give a lower score, if the environmental labels are assessed as less relevant or comprehensive. For example, Fairtrade, Cotton Made in Africa (CMiA), Better Cotton Initiative (BCI), Økotex 100, Økotex Made in Green, organically labelled goods and Greenguard will give 30% profit from the Swan Ecolabel. Tenderers who offer other brands will have the legal responsibility to document that their environmental label can be seen as equal/equivalent with the marks specified above. * GOTS (for products of a minimum of 70 percent natural fibre such as wool/cotton) Documentation requirement: - Complete the column "Miljømerket" in Annex 4a Product and Price Form if the offered product is environmentally labelled, see Annex 1 Requirement 2.3.2.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30

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 : Agder tingrett
Information about review deadlines : In accordance with Norwegian law.
Organisation providing more information on the review procedures : Lindesnes kommune

6. Results

Maximum value of the framework agreements in this notice : 6 000 000 Norwegian krone
Approximate value of the framework agreements : 3 000 000 Norwegian krone

6.1 Result lot ldentifier : LOT-0000

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 6 000 000 Norwegian krone
Re-estimated value of the framework agreement : 3 000 000 Norwegian krone

6.1.2 Information about winners

Winner :
Official name : Norengros Kjosavik
Tender :
Tender identifier : Rammeavtale for kjøp av arbeidstøy og friluftstøy - Norengros Kjosavik
Identifier of lot or group of lots : LOT-0000
Subcontracting : No
Contract information :
Identifier of the contract : Rammeavtale for kjøp av arbeidstøy og friluftstøy - Norengros Kjosavik
Date of the conclusion of the contract : 01/10/2025

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 4

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 subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Contact point : Solveig Skrivervik
Telephone : +47 93481148
Roles of this organisation :
Buyer
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Agder tingrett
Registration number : 926 723 480
Postal address : Postboks 63
Town : Kristiansand
Postcode : 4661
Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Norengros Kjosavik
Size of the economic operator : Medium
Registration number : 884205662
Postal address : Postboks 23
Town : STAVANGER
Postcode : 4064
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Telephone : +47 93288938
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0000

Notice information

Notice identifier/version : 50bbae8b-bbc7-4832-992c-871992bd62d8 - 02
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 07/10/2025 12:58 +00:00
Notice dispatch date (eSender) : 07/10/2025 12:59 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00662700-2025
OJ S issue number : 194/2025
Publication date : 09/10/2025