Procurement of work clothes and shoes for health and cleaning as well as culinary clothing.

The aim of the procurement is to enter into a framework agreement for the Contracting Authority that shall cover Bærum municipality ́s need for the procurement and delivery of work clothes and shoes for health and cleaning as well as chef clothing of the right quality, in a cost efficient …

CPV: 18100000 Radna odjeća, posebna radna oprema i pribor, 18110000 Radna odjeća, 18140000 Odjevna radna oprema, 18300000 Odjevni predmeti, 18440000 Šeširi i pokrivala za glavu, 18800000 Obuća, 33199000 Odjeća za medicinsko osoblje
rok:
14. studenoga 2025. 11:00
vrsta roka:
nadmetanje
mjesto izvršenja:
Procurement of work clothes and shoes for health and cleaning as well as culinary clothing.
registar:
Bærum kommune
nagradni broj:
2025/5064

1. Buyer

1.1 Buyer

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

2. Procedure

2.1 Procedure

Title : Procurement of work clothes and shoes for health and cleaning as well as culinary clothing.
Description : The aim of the procurement is to enter into a framework agreement for the Contracting Authority that shall cover Bærum municipality ́s need for the procurement and delivery of work clothes and shoes for health and cleaning as well as chef clothing of the right quality, in a cost efficient and environmental and social responsible manner. Call-offs will be staggered in the framework agreement period. The contract shall always apply to all of the Contracting Authority's addresses. The contracts are aimed at all service areas/service places in the municipality. The nursing home and the home care service will be the largest orders.
Procedure identifier : 70b871e2-4bc8-4944-82d3-03b826a5482d
Internal identifier : 2025/5064
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : The aim of the procurement is to enter into a framework agreement for the Contracting Authority that shall cover Bærum municipality ́s need for the procurement and delivery of work clothes and shoes for health and cleaning as well as chef clothing of the right quality, in a cost efficient and environmental and social responsible manner. Call-offs will be staggered in the framework agreement period. The contract shall always apply to all of the Contracting Authority's addresses. The contracts are aimed at all service areas/service places in the municipality. The nursing home and the home care service will be the largest orders.

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 ): 18300000 Garments
Additional classification ( cpv ): 18440000 Hats and headgear
Additional classification ( cpv ): 18800000 Footwear
Additional classification ( cpv ): 33199000 Medical clothing

2.1.2 Place of performance

Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 4 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - See documents.

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : European Single Procurement Document (ESPD), Notice, Procurement Document
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 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?

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Procurement of work clothes and shoes for health and cleaning as well as culinary clothing.
Description : The aim of the procurement is to enter into a framework agreement for the Contracting Authority that shall cover Bærum municipality ́s need for the procurement and delivery of work clothes and shoes for health and cleaning as well as chef clothing of the right quality, in a cost efficient and environmental and social responsible manner. Call-offs will be staggered in the framework agreement period. The contract shall always apply to all of the Contracting Authority's addresses. The contracts are aimed at all service areas/service places in the municipality. The nursing home and the home care service will be the largest orders.
Internal identifier : 2025/5064

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 ): 18300000 Garments
Additional classification ( cpv ): 18440000 Hats and headgear
Additional classification ( cpv ): 18800000 Footwear
Additional classification ( cpv ): 33199000 Medical clothing

5.1.2 Place of performance

Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 31/01/2026
Duration end date : 31/01/2028

5.1.4 Renewal

Maximum renewals : 2

5.1.5 Value

Estimated value excluding VAT : 4 000 000 Norwegian krone
Maximum value of the framework agreement : 4 000 000 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

Sources of selection criteria : Notice, Procurement Document, European Single Procurement Document (ESPD)
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 2 - Registered in a trade register or company register. Tenderers shall be registered in a company register or a trade register in the country where the tenderer is established. Documentation requirement: Norwegian companies: Company Registration Certificate Foreign companies: Documentation that the company is registered in a trade or business register as prescribed by the law of the country where the company is established.
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 3 - Finances The tenderer is required to be financially solvent, which gives the contracting authority the security that the tenderer will be financially viable throughout the period of the agreement. Documentation requirement: A complete credit assessment/report, not older than three months, from a publicly certified credit rating company, with score A (credit worthy) or an equivalent or better rating. The report shall be based on the last known accounting figures. The date must be clearly stated. Companies without a satisfactory credit rating, newly established companies with a credit rating of AN, some foreign companies or companies without reporting obligation to the Brønnøysund Register Centre will not always be able to document that the requirement is fulfilled. In such cases, they will be able to compensate with a satisfactory credit rating which provides an equivalent security for implementation ability. Such alternative documentation shall be included with the tender. If the tenderer has valid reasons for not submitting the documentation requested by the contracting authority, the tenderer can prove his economic and financial position with any other document that the Contracting Authority deems suitable. The contracting authority reserves the right to obtain updated credit assessments from a publicly certified credit rating company.
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 5 - Experience Experience from at least three similar assignments in the last three years is required. Equivalent assignments mean the delivery and sale of work clothes and shoes for health and cleaning as well as chef clothing to larger organisations or municipalities. Documentation requirement: List of at least three equivalent assignments during the past three years, including information about the value, date, and the name of the public or private recipients with contact information.
Criterion : Average yearly manpower
Description : The tenderer's average annual workforce in the last three years has been as follows: Minimum qualification requirements Requirement 4 - Implementation ability Tenderers are required to have an organisation that has the capacity to fulfil the contract. Documentation requirement: A statement of the tenderer's average workforce and the number of employees in the administrative management during the last three years.
Criterion : Certificates by independent bodies about quality assurance standards
Description : Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements? Minimum qualification requirements Requirement 6 - Quality Management System A good and well-functioning quality management system is required for the requested services. The concept of a quality management system is that i.a. the tenderer has a awareness of quality objectives, planning, securing, handling of deviations, quality improvement and data security. Documentation requirement: An account of the tenderer ́s quality management system, or a copy of a quality management certificate in accordance with ISO 9001:2015 or an equivalent certificate.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards? Minimum qualification requirements Requirement 7 - Environmental management system Systems and procedures are required that ensure low environmental impact when performing the delivery. The environmental management system must i.a. ensure continual improvement of: • The organisation ́s competence in the environment and safety. • the performance's climate impact Documentation requirement: An account of the tenderer ́s environmental management system, or a copy of a certificate of environmental management system in accordance with ISO 14001:2015, Miljøfyrtårn (Eco-lighthouse programme), EMAS or equivalent certificate.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Address of the procurement documents : https://permalink.mercell.com/266997059.aspx

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
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 14/11/2025 11:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 14/11/2025 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 : 10
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Ringerike, Asker og Bærum tingrett
Organisation providing more information on the review procedures : Bærum kommune
Organisation receiving requests to participate : Bærum kommune
Organisation processing tenders : Bærum kommune

8. Organisations

8.1 ORG-0001

Official name : Bærum kommune
Registration number : 935478715
Postal address : Postboks 700
Town : SANDVIKA
Postcode : 1304
Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Contact point : Hilde Marie Bakken
Telephone : +47 67504050
Roles of this organisation :
Buyer
Organisation receiving requests to participate
Organisation processing tenders
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Ringerike, Asker og Bærum tingrett
Registration number : 926725963
Town : Sandvika
Postcode : 1300
Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Telephone : 67576500
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : 19663e3f-e346-45f5-8b3f-1bac651f485a - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 08/10/2025 10:43 +00:00
Notice dispatch date (eSender) : 08/10/2025 11:51 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00664547-2025
OJ S issue number : 194/2025
Publication date : 09/10/2025