Public chairs DNS

The contracting authority ́s objective with this procurement is to enter into a contract for renovation of existing public chairs connected to Store Scene, or alternatively to have new public chairs delivered. Systems shall be offered that safeguard the lounge ́s aesthetic, ergonomic and acoustic qualities, with respect for the …

CPV: 45000000 Građevinski radovi, 39110000 Sjedalice, stolci i srodni proizvodi i pripadajući dijelovi, 39111200 Kazališne sjedalice, 39112000 Stolci, 39113000 Razne sjedalice i stolci, 39114100 Tapeciranje, 45400000 Završni građevinski radovi, 45450000 Ostali završni građevinski radovi, 79900000 Razne poslovne usluge i usluge vezane za poslovanje, 79930000 Usluge specijalnog oblikovanja, 79934000 Usluge oblikovanja namještaja, 98394000 Tapetarske usluge
mjesto izvršenja:
Public chairs DNS
registar:
AS Den Nationale Scene
nagradni broj:
24016

1. Buyer

1.1 Buyer

Official name : AS Den Nationale Scene
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : Recreation, culture and religion

2. Procedure

2.1 Procedure

Title : Public chairs DNS
Description : The contracting authority ́s objective with this procurement is to enter into a contract for renovation of existing public chairs connected to Store Scene, or alternatively to have new public chairs delivered. Systems shall be offered that safeguard the lounge ́s aesthetic, ergonomic and acoustic qualities, with respect for the building's cultural memorial values and practical operational needs. The procurement is divided into four alternative deliveries, with only one of the alternatives being implemented. The reason the procurement is divided into four alternatives is that the builder must be able to handle uncertainty connected to the budget framework and the technical condition of the existing chairs. Alternative deliveries in prioritised order: 1) Alternative 2: Upgraded renovation of existing chairs with improved sitting comfort and optimised acoustic adaptation. 2) Alternative 1: Renovation of existing chairs 3) Alternative 4: New, upgraded chairs 4) Alternative 3: New chairs The tenderer may choose to submit a tender for one or several of the alternatives. The contracting authority has ambitions to continue and upgrade the current public chairs. As stated in the list, alternative 2 will be the preferred option. The contracting authority ́s evaluation of the alternatives: Tenders on the highest priority option (alternative 2) will be evaluated first. If the contracting authority receives tenders that fulfil the requirements for alternative 2 that are within the budget limit, the contracting authority will award the contract to one of these tenderers. The evaluation will then be completed and the contracting authority will not evaluate tenders for any of the other alternatives. If the contracting authority does not receive tenders for alternative 2 within the budget limit, the contracting authority will move on to assessing tenders for alternative 1, which has the second highest priority. This will allow the contracting authority to continue down the priority list until there is a tender that fulfils the requirements for the alternative in question within the budget limit. See further information on the project and the need in annex 1.
Procedure identifier : 75687b09-a786-4df0-b991-e246186fb03c
Previous notice : c1183635-6a58-4df8-85fa-450b97c743e7-01
Internal identifier : 24016
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 39110000 Seats, chairs and related products, and associated parts
Additional classification ( cpv ): 39111200 Theatre seats
Additional classification ( cpv ): 39112000 Chairs
Additional classification ( cpv ): 39113000 Miscellaneous seats and chairs
Additional classification ( cpv ): 39114100 Upholstering
Additional classification ( cpv ): 45400000 Building completion work
Additional classification ( cpv ): 45450000 Other building completion work
Additional classification ( cpv ): 79900000 Miscellaneous business and business-related services
Additional classification ( cpv ): 79930000 Specialty design services
Additional classification ( cpv ): 79934000 Furniture design services
Additional classification ( cpv ): 98394000 Upholstering services

2.1.2 Place of performance

Postal address : Engen 1
Town : Bergen
Postcode : 5011
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway

2.1.4 General information

Call for competition is terminated
Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Alternative 2: Upgraded renovation of existing chairs
Description : Alternative 2 includes upgraded renovation of existing chairs.
Internal identifier : 2

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 39110000 Seats, chairs and related products, and associated parts
Additional classification ( cpv ): 39111200 Theatre seats
Additional classification ( cpv ): 39112000 Chairs
Additional classification ( cpv ): 39113000 Miscellaneous seats and chairs
Additional classification ( cpv ): 39114100 Upholstering
Additional classification ( cpv ): 45400000 Building completion work
Additional classification ( cpv ): 45450000 Other building completion work
Additional classification ( cpv ): 79900000 Miscellaneous business and business-related services
Additional classification ( cpv ): 79930000 Specialty design services
Additional classification ( cpv ): 79934000 Furniture design services
Additional classification ( cpv ): 98394000 Upholstering services

5.1.2 Place of performance

Postal address : Engen 1
Town : Bergen
Postcode : 5011
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 02/06/2025
Duration end date : 31/03/2027

5.1.5 Value

Estimated value excluding VAT : 7 500 000 Norwegian krone

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : The prices are stated in Annex 2 Price Form.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : Quality of the offered system
Description : The contracting authority will assess the quality of the offered system based on the following: - Ergonomics/comfort: What qualities the chairs have to support the body for long term use - Design and aesthetics: Visual adaptation to the cultural building's interior and architecture. - The offered guarantee scheme, including the number of years guarantee included in the tender sum. - Availability of spare parts and wearing parts. Describe the number of years. - Material quality: Durability and robustness of the materials beyond the minimum requirements, described from measurable data. Documentation: Description, maximum 4 A4 pages including pictures.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 60

5.1.15 Techniques

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

5.1.16 Further information, mediation and review

Review organisation : Hordaland tingrett
Information about review deadlines : The waiting period is ten days.

5.1 Lot technical ID : LOT-0002

Title : Alternative 1: Renovation of existing chairs
Description : Renovation of existing chairs

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work

5.1.2 Place of performance

Postal address : Engen 1
Town : Bergen
Postcode : 5011
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Additional information :

5.1.6 General information

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

5.1.7 Strategic procurement

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : The prices are stated in Annex 2 Price Form.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : Quality of the offered system
Description : The contracting authority will assess the quality of the offered system based on the following: - Ergonomics/comfort: What qualities the chairs have to support the body for long term use - Design and aesthetics: Visual adaptation to the cultural building's interior and architecture. - The offered guarantee scheme, including the number of years guarantee included in the tender sum. - Availability of spare parts and wearing parts. Describe the number of years. - Material quality: Durability and robustness of the materials beyond the minimum requirements, described from measurable data.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 60

5.1.15 Techniques

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

5.1.16 Further information, mediation and review

Review organisation : Hordaland tingrett
Information about review deadlines : Not applicable

5.1 Lot technical ID : LOT-0003

Title : Alternative 4: New, upgraded chairs
Description : New, upgraded chairs

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work

5.1.2 Place of performance

Town : Bergen
Postcode : 5011
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Additional information :

5.1.6 General information

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

5.1.7 Strategic procurement

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Prices are stated in annex 02 Price Form.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 35
Criterion :
Type : Quality
Name : Quality of the offered system
Description : The contracting authority will assess the quality of the offered system based on the following: - Ergonomics/comfort: What qualities the chairs have to support the body for long term use - Design and aesthetics: Visual adaptation to the cultural building's interior and architecture. - The offered guarantee scheme, including the number of years guarantee included in the tender sum. - Availability of spare parts. Describe the number of years. Documentation: Description, maximum 4 A4 pages including pictures.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 35
Criterion :
Type : Quality
Name : Climate and environment
Description : The contracting authority will emphasise whether the chairs are marked with the Swan Ecolabel, EU Ecolabel Blå Engel, NF Environnement, Swedish Møbelfakta or FEMB level 3. Equivalent labelling schemes will also be paid. Other labelling schemes will give a lower score, if the environmental labels are assessed as less relevant or comprehensive. For example FEMB level 2 will give a 50% profit from the Swan Ecolabel. FSC/PEFC, ASI, Økotex 100, Økotex Made in Green, FEMB level 1 or Greenguard will give 25% credit compared to the Swan Ecolabel. The EU Ecolabel or the Swan Ecolabel on components/materials will be given a relative value. 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. Documentation: Tenderers shall provide information on offered chairs, possibly components/materials, being environmentally labelled. The name of the marking scheme shall be given, and a valid licence number must either be given, or a valid certificate/licence certificate must be enclosed. If a license number is provided, it must be possible to apply for the license number on the brand scheme ́s website to check that it is valid. Marking schemes where it is sufficient to state the valid licence number: The Swan Ecolabel, EU Ecolabel, NF Environnement, Swedish Furniture Act, FSC, PEFC, Økotex 100, Økotex Made in Green. For the marking schemes Blue Angel, FEMB and Greenguard, certificates/licence certificates must be enclosed as it is not possible to apply for a licence number on the marking schemes ́ website. Alternative documentation According to PPR § 15-3 (2), the contracting authority shall accept alternative documentation if a tenderer is unable to participate in the marking scheme or an equivalent marking scheme by the deadline, and this is not due to the tenderer himself. This may be the case where the tenderer is offering a new product, or have recently taken over sales rights for a product. If alternative documentation is given, it is the tenderer ́s responsibility to facilitate this in an educational way so that it is easy to assess whether the requirements are met. If it takes more than four hours in total to assess alternative documentation in the tender, this can lead to the relevant documentation being rejected. If alternative documentation is accepted by the contracting authority, an application for a licence for offered products in the Swan Ecolabel or equivalent marking scheme will be sent as soon as possible after the contract has been signed and at the latest within three months. This shall be documented to the contracting authority. It is the tenderer ́s responsibility to ensure that sufficient documentation is given to the marking scheme in time.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 35

5.1.15 Techniques

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

5.1.16 Further information, mediation and review

Review organisation : Hordaland tingrett
Information about review deadlines : Not applicable

5.1 Lot technical ID : LOT-0004

Title : Alternative 3: New chairs
Description : New chairs

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work

5.1.2 Place of performance

Town : Bergen
Postcode : 5011
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Additional information :

5.1.6 General information

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

5.1.7 Strategic procurement

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : The prices are stated in Annex 2 Price Form.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 35
Criterion :
Type : Quality
Name : Quality of the offered system
Description : The contracting authority will assess the quality of the offered system based on the following: - Ergonomics/comfort: What qualities the chairs have to support the body for long term use - Design and aesthetics: Visual adaptation to the cultural building's interior and architecture. - The offered guarantee scheme, including the number of years guarantee included in the tender sum. - Availability of spare parts. Describe the number of years.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 35
Criterion :
Type : Quality
Name : Climate and environment
Description : The contracting authority will emphasise whether the chairs are marked with the Swan Ecolabel, EU Ecolabel Blå Engel, NF Environnement, Swedish Møbelfakta or FEMB level 3. Equivalent labelling schemes will also be paid. Other labelling schemes will give a lower score, if the environmental labels are assessed as less relevant or comprehensive. For example FEMB level 2 will give a 50% profit from the Swan Ecolabel. FSC/PEFC, ASI, Økotex 100, Økotex Made in Green, FEMB level 1 or Greenguard will give 25% credit compared to the Swan Ecolabel. The EU Ecolabel or the Swan Ecolabel on components/materials will be given a relative value. 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. Documentation: Tenderers shall provide information on offered chairs, possibly components/materials, being environmentally labelled. The name of the marking scheme shall be given, and a valid licence number must either be given, or a valid certificate/licence certificate must be enclosed. If a license number is provided, it must be possible to apply for the license number on the brand scheme ́s website to check that it is valid. Marking schemes where it is sufficient to state the valid licence number: The Swan Ecolabel, EU Ecolabel, NF Environnement, Swedish Furniture Act, FSC, PEFC, Økotex 100, Økotex Made in Green. For the marking schemes Blue Angel, FEMB and Greenguard, certificates/licence certificates must be enclosed as it is not possible to apply for a licence number on the marking schemes ́ website. Alternative documentation According to PPR § 15-3 (2), the contracting authority shall accept alternative documentation if a tenderer is unable to participate in the marking scheme or an equivalent marking scheme by the deadline, and this is not due to the tenderer himself. This may be the case where the tenderer is offering a new product, or have recently taken over sales rights for a product. If alternative documentation is given, it is the tenderer ́s responsibility to facilitate this in an educational way so that it is easy to assess whether the requirements are met. If it takes more than four hours in total to assess alternative documentation in the tender, this can lead to the relevant documentation being rejected. If alternative documentation is accepted by the contracting authority, an application for a licence for offered products in the Swan Ecolabel or equivalent marking scheme will be sent as soon as possible after the contract has been signed and at the latest within three months. This shall be documented to the contracting authority. It is the tenderer ́s responsibility to ensure that sufficient documentation is given to the marking scheme in time.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30

5.1.15 Techniques

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

5.1.16 Further information, mediation and review

Review organisation : Hordaland tingrett
Information about review deadlines : Not applicable

6. Results

Value of all contracts awarded in this notice : 6 211 600 Norwegian krone

6.1 Result lot ldentifier : LOT-0001

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : Adept Collection AB
Tender :
Tender identifier : Alternativ 2: Oppgradert renovering av eksisterende stoler - Adept Collection AB
Identifier of lot or group of lots : LOT-0001
Value of the tender : 6 211 600 Norwegian krone
Subcontracting : Not yet known
Contract information :
Identifier of the contract : Alternativ 2: Oppgradert renovering av eksisterende stoler - Adept Collection AB
Date of the conclusion of the contract : 23/06/2025

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 2

6.1 Result lot ldentifier : LOT-0002

No winner was chosen and the competition is closed.
The reason why a winner was not chosen : Other

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 1

6.1 Result lot ldentifier : LOT-0003

No winner was chosen and the competition is closed.
The reason why a winner was not chosen : Other

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 1

6.1 Result lot ldentifier : LOT-0004

No winner was chosen and the competition is closed.
The reason why a winner was not chosen : Other

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 1

8. Organisations

8.1 ORG-0001

Official name : AS Den Nationale Scene
Registration number : 811167452
Postal address : Engen 1
Town : BERGEN
Postcode : 5059
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Contact point : Linn Marie Rian
Telephone : +47 99560996
Internet address : https://odinprosjekt.no
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Hordaland tingrett
Registration number : 926723367
Town : Bergen
Postcode : 5020
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Telephone : 55699700
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Adept Collection AB
Size of the economic operator : Small
Registration number : 556497-4938
Postal address : Diabasgatan 15
Town : Helsingborg
Postcode : 25468
Country subdivision (NUTS) : Skåne län ( SE224 )
Country : Sweden
Telephone : +46 703201291
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001

Notice information

Notice identifier/version : b2bdb057-4196-41e2-ad84-b7a3a099b998 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 07/10/2025 07:05 +00:00
Notice dispatch date (eSender) : 07/10/2025 07:30 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00658044-2025
OJ S issue number : 193/2025
Publication date : 08/10/2025