Fuel, fuel oil and ADBlue (bulk)

Trondheim municipality, hereafter called the Contracting Authority, invites tenderers to an open tender contest for the delivery of: Lot 1 - Fuel and fuel oil (bulk)Lot 2 - ADBlue (bulk) Procurement of equivalent products from petrol stations etc. is not included in the contract. See the attached tender documentation and …

CPV: 09000000 Naftni proizvodi, gorivo, električna energija i ostali izvori energije, 09132000 Motorni benzin, 09134100 Dizelsko ulje, 09134200 Dizelsko gorivo, 09135000 Loživa ulja, 09135100 Ulje za loženje, 09200000 Nafta, ugljen i naftni derivati, 24957000 Kemijski aditivi, 34000000 Oprema i pomoćni proizvodi u prijevozu
rok:
31. listopada 2025. 11:00
vrsta roka:
nadmetanje
mjesto izvršenja:
Fuel, fuel oil and ADBlue (bulk)
registar:
Trondheim kommune
nagradni broj:
2025/26194

1. Buyer

1.1 Buyer

Official name : Trondheim kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Bakklandet Menighets Omsorgsenter
Legal type of the buyer : Entity with special or exclusive rights
Activity of the contracting authority : Health

1.1 Buyer

Official name : Trondhjems Hospital
Legal type of the buyer : Entity with special or exclusive rights
Activity of the contracting authority : Health

1.1 Buyer

Official name : Kystad helse- og velferdssenter
Legal type of the buyer : Entity with special or exclusive rights
Activity of the contracting authority : Health

2. Procedure

2.1 Procedure

Title : Fuel, fuel oil and ADBlue (bulk)
Description : Trondheim municipality, hereafter called the Contracting Authority, invites tenderers to an open tender contest for the delivery of: Lot 1 - Fuel and fuel oil (bulk)Lot 2 - ADBlue (bulk) Procurement of equivalent products from petrol stations etc. is not included in the contract. See the attached tender documentation and annexes, as well as the different sub-tenders for further details.
Procedure identifier : bab5fc41-6185-422e-a22f-278731607f03
Internal identifier : 2025/26194
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 09000000 Petroleum products, fuel, electricity and other sources of energy
Additional classification ( cpv ): 09132000 Petrol
Additional classification ( cpv ): 09134100 Diesel oil
Additional classification ( cpv ): 09134200 Diesel fuel
Additional classification ( cpv ): 09135000 Fuel oils
Additional classification ( cpv ): 09135100 Heating oil
Additional classification ( cpv ): 09200000 Petroleum, coal and oil products
Additional classification ( cpv ): 24957000 Chemical additives
Additional classification ( cpv ): 34000000 Transport equipment and auxiliary products to transportation

2.1.2 Place of performance

Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - Law and regulations on public procurements.

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 2
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 2

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 of obligations set under purely national exclusion grounds : The contracting authority shall state that in Norway there are national rejection reasons. These shall be described in the procurement documents. Tenderers must respond to whether they are in one or more of the situations described in the national rejection reasons. Will the purely national rejection reasons, as stated in the relevant notice or in the procurement documents, apply?
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-0001

Title : Fuel and fuel oil (bulk)
Description : Bulk deliveries of fuel and fuel oil.
Internal identifier : 2025/29521-0

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 09000000 Petroleum products, fuel, electricity and other sources of energy
Additional classification ( cpv ): 09132000 Petrol
Additional classification ( cpv ): 09134100 Diesel oil
Additional classification ( cpv ): 09134200 Diesel fuel
Additional classification ( cpv ): 09135000 Fuel oils
Additional classification ( cpv ): 09135100 Heating oil
Additional classification ( cpv ): 09200000 Petroleum, coal and oil products
Options :
Description of the options : Option for other types of fossil free fuel (bulk) for all or parts of the volume of the listed products, cf. criteria 4.

5.1.2 Place of performance

Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 31/12/2025
Duration end date : 31/12/2027

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : Option for 1+1 year extension on verbatim terms.

5.1.5 Value

Estimated value excluding VAT : 40 000 000 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
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex. Minimum qualification requirements Requirement: The tenderer shall be a legally established company. Documented by a Company Registration Certificate or equivalent.
Criterion : Other economic or financial requirements
Description : Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that: Minimum qualification requirements Requirement: The tenderer shall have sufficient economic and financial capacity to carry out the assignment - the tenderer shall be credit worthy. Credit worthy with security is not accepted. A/N is sufficient for newly established tenderers. Documentation requirement: • Credit rating of the tenderer, not older than 6 months calculated from the deadline for receipt of tenders. The assessment shall be based on the last known fiscal figures with an indication of how the credit rating has evolved during the past three years. The result of the credit rating must be given as a graded value (letters or numbers) on a defined scale. Newly established tenderers must document the financial capacity to fulfil the assignment by other documentation, such as accounting figures and a bank guarantee.
Criterion : References on specified deliveries
Description : Only for public goods deliveries: In the reference period, the tenderer has carried out the following important deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three years to be taken into consideration. Minimum qualification requirements Requirement: Tenderers shall have experience from similar contracts. Newly established tenderers are sufficient to have experience from similar assignments for the offered key personnel. Documentation requirement: An overview of the most important goods deliveries or services that the tenderer has carried out in the last three years, together with information on the contract ́s value, date of delivery or execution and the name of the recipient.
Criterion : Measures for ensuring quality
Description : The tenderer utilises the following technical facilities and quality assurance measures and the tenderer ́s survey and research facility is as follows: Minimum qualification requirements Requirement: Tenderers shall have a functioning quality assurance system/quality management system. Documentation requirement: Description of the tenderer's quality assurance/quality management measures.
Criterion : Supply chain management
Description : The tenderer will be able to use the following management of the supply chain and tracing systems for the execution of the contract: Minimum qualification requirements Requirement: Tenderers shall have a system for managing and tracing the delivery chain. Documentation requirement: Description of the tenderer's system for managing and tracing the delivery chain.
Criterion : Environmental management measures
Description : Tenderers can employ the following environmental management measures in connection with the execution of the contract: Minimum qualification requirements Requirement: Tenderers shall have a system and routines for reducing the most important environmental impact from their activities and shall use environmental management measures throughout the contract period. Therefore it is a requirement that the company has an environmental management system, such as Miljøfyrtårn, EMAS, ISO 14001 or equivalent. If the entire company is environmentally labelled with a type 1 environmental label, such as the Swan Ecolabel or equivalent, this is also approved. Documentation: Tenderers shall complete the attached Environmental Self-Declaration, as well as enclose a certificate of environmental management system.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Prices shall be given in the order requested in annex 5, sheet 1 - Bulk deliveries. The price shall be stated in NOK excluding VAT. The contracting authority will not accept any freight or other fees, in the form of invoice fees, environmental fees, administration fees etc. All duties or fees shall be taken into account and calculated in the tender price. See the sheet "guide to the price form" in annex 3 for further details on the price form. The volume for bulk deliveries is specified in the tender form. When calculating the total price, the Contracting Authority will use the stated volume, offered price and winter supplements. Winter supplements will be calculated in relation to the stated volume within the months that the tenderer has stated that there will be winter supplements. The lowest price will achieve a maximum score, whilst a point score will be given that reflects relevant differences in the price downwards for the other tenders.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 65
Criterion :
Type : Quality
Name : Environment - Sulphur Content
Description : Sulphur content for each product shall be stated. The tender with the lowest sulphur content in total will achieve the best score. State the answer below in the Mercell portal.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 5
Criterion :
Type : Quality
Name : Environment - Transport
Description : The contracting authority will award additional fulfilment of requirement 9 - Transport. Tenderers shall state: To what degree the tenderer can deliver with biogas or zero emissions before the deadlines in requirement 9 To what degree the tenderer can deliver with zero emissions. How the tenderer will work on logistics and measures in the contract in order to minimise the number of driven kilometres The contracting authority will assess which tender has the lowest environmental impact. State the answer below in the Mercell portal.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
Criterion :
Type : Price
Name : Environment - HVO100 Construction diesel
Description : Annex 5 - Tender Form sheet 3 - HVO Anleggsdiesel shall state what can be offered by the HVO 100 site diesel. Both the product name and the price shall be provided. The offered HVO 100 site diesel must fulfil the requirements specified in requirements 5 and 6. The lowest price will achieve a maximum score, whilst a point score will be given that reflects relevant differences in the price downwards for the other tender offers.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 23/10/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/264375152.aspx
Ad hoc communication channel :
Name : Mercell. Ta kontakt med Mercell support for brukerstøtte.

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 : 31/10/2025 11:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information that can be supplemented after the submission deadline :
At the discretion of the buyer, all missing tenderer-related documents may be submitted later.
Additional information : Concrete assessment will be made in each case.
Information about public opening :
Opening date : 31/10/2025 11:00 +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
Maximum number of participants : 1
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Trøndelag tingrett
Information about review deadlines : See the tender documentation.
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed : Trøndelag tingrett
Organisation providing additional information about the procurement procedure : Trondheim kommune
Organisation providing offline access to the procurement documents : Trondheim kommune
Organisation receiving requests to participate : Trondheim kommune
Organisation processing tenders : Trondheim kommune

5.1 Lot technical ID : LOT-0002

Title : ADBlue (bulk)
Description : Bulk deliveries of ADBlue.
Internal identifier : 2025/29522-1

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 24957000 Chemical additives
Additional classification ( cpv ): 09000000 Petroleum products, fuel, electricity and other sources of energy
Additional classification ( cpv ): 09200000 Petroleum, coal and oil products
Additional classification ( cpv ): 34000000 Transport equipment and auxiliary products to transportation

5.1.2 Place of performance

Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 31/12/2025
Duration end date : 31/12/2027

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : Option for an extension for 1+1 year on verbatim terms.

5.1.5 Value

Estimated value excluding VAT : 600 000 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
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex. Minimum qualification requirements Requirement: The tenderer shall be a legally established company. Documented by a Company Registration Certificate or equivalent.
Criterion : Other economic or financial requirements
Description : Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that: Minimum qualification requirements Requirement: The tenderer shall have sufficient economic and financial capacity to carry out the assignment - the tenderer shall be credit worthy. Credit worthy with security is not accepted. A/N is sufficient for newly established tenderers. Documentation requirement: • Credit rating of the tenderer, not older than 6 months calculated from the deadline for receipt of tenders. The assessment shall be based on the last known fiscal figures with an indication of how the credit rating has evolved during the past three years. The result of the credit rating must be given as a graded value (letters or numbers) on a defined scale. Newly established tenderers must document the financial capacity to fulfil the assignment by other documentation, such as accounting figures and a bank guarantee.
Criterion : References on specified deliveries
Description : Only for public goods deliveries: In the reference period, the tenderer has carried out the following important deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three years to be taken into consideration. Minimum qualification requirements Requirement: Tenderers shall have experience from similar contracts. Newly established tenderers are sufficient to have experience from similar assignments for the offered key personnel. Documentation requirement: An overview of the most important goods deliveries or services that the tenderer has carried out in the last three years, together with information on the contract ́s value, date of delivery or execution and the name of the recipient.
Criterion : Measures for ensuring quality
Description : The tenderer utilises the following technical facilities and quality assurance measures and the tenderer ́s survey and research facility is as follows: Minimum qualification requirements Requirement: Tenderers shall have a functioning quality assurance system/quality management system. Documentation requirement: Description of the tenderer's quality assurance/quality management measures.
Criterion : Supply chain management
Description : The tenderer will be able to use the following management of the supply chain and tracing systems for the execution of the contract: Minimum qualification requirements Requirement: Tenderers shall have a system for managing and tracing the delivery chain. Documentation requirement: Description of the tenderer's system for managing and tracing the delivery chain.
Criterion : Environmental management measures
Description : Tenderers can employ the following environmental management measures in connection with the execution of the contract: Minimum qualification requirements Requirement: Tenderers shall have a system and routines for reducing the most important environmental impact from their activities and shall use environmental management measures throughout the contract period. Therefore it is a requirement that the company has an environmental management system, such as Miljøfyrtårn, EMAS, ISO 14001 or equivalent. If the entire company is environmentally labelled with a type 1 environmental label, such as the Swan Ecolabel or equivalent, this is also approved. Documentation: Tenderers shall complete the attached Environmental Self-Declaration, as well as enclose a certificate of environmental management system.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Tenderers shall state a litre price. The price shall be stated in NOK excluding VAT. The price is a fixed first year and can then be adjusted in accordance with the contract ́s provisions on price adjustment. The contracting authority will not accept any freight or other fees, in the form of invoice fees, environmental fees, administration fees etc. All duties or fees shall be taken into account and calculated in the tender price. The lowest price will achieve a maximum score, whilst a point score will be given that reflects relevant differences in the price downwards for the other tenders. State the litre price here in the Mercell portal.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 70
Criterion :
Type : Quality
Name : Environment - Transport
Description : The Contracting Authority will award additional fulfilment of Requirement 3 - Transport. Tenderers shall state: To what degree the tenderer can deliver with biogas or zero emissions before the deadlines in requirement 3 To what degree the tenderer can deliver with zero emissions. How the tenderer will work on logistics and measures in the contract in order to minimise the number of driven kilometres The contracting authority will assess which tender has the lowest environmental impact. Enclose a description here in the Mercell portal.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 23/10/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/264375152.aspx
Ad hoc communication channel :
Name : Mercell. Ta kontakt med Mercell support for brukerstøtte.

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
Deadline for receipt of tenders : 31/10/2025 11:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 31/10/2025 11:00 +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
Maximum number of participants : 1
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Trøndelag tingrett
Information about review deadlines : See the tender documentation.
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed : Trøndelag tingrett
Organisation providing additional information about the procurement procedure : Trondheim kommune
Organisation providing offline access to the procurement documents : Trondheim kommune
Organisation receiving requests to participate : Trondheim kommune
Organisation processing tenders : Trondheim kommune

8. Organisations

8.1 ORG-0001

Official name : Trondheim kommune
Registration number : 942110464
Postal address : Erling Skakkes gate 14
Town : TRONDHEIM
Postcode : 7004
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Contact point : Kåre Sagmo-Søvde
Telephone : +47 72540000
Roles of this organisation :
Buyer
Group leader
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 : Bakklandet Menighets Omsorgsenter
Registration number : 970161414
Town : TRONDHEIM
Postcode : 7015
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Telephone : 72544500
Roles of this organisation :
Buyer

8.1 ORG-0003

Official name : Trondhjems Hospital
Registration number : 938658374
Town : TRONDHEIM
Postcode : 7012
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Telephone : 72544200
Roles of this organisation :
Buyer

8.1 ORG-0004

Official name : Kystad helse- og velferdssenter
Registration number : 875383922
Town : TRONDHEIM
Postcode : 7026
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Telephone : 72545520
Roles of this organisation :
Buyer

8.1 ORG-0005

Official name : Trøndelag tingrett
Registration number : 926722794
Town : Trondheim
Postcode : 7004
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
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

Notice information

Notice identifier/version : 43797dae-f2f6-4510-abf1-e556dcc6a72b - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 29/09/2025 06:58 +00:00
Notice dispatch date (eSender) : 29/09/2025 12:30 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00638130-2025
OJ S issue number : 187/2025
Publication date : 30/09/2025