Framework agreement for the procurement, delivery and assembly of furniture

Trondheim municipality, hereafter called the contracting authority, invites tenderers to an open tender contest for a framework agreement for the purchase, delivery and assembly of furniture/mobile fixtures for the municipality's entities. Trondheim municipality shall enter into framework agreements for furniture that are designed for a circular economy and ensure access …

CPV: 39100000 Bútorok, 39110000 Ülések, székek és kapcsolódó termékek, valamint tartozékok, 39112000 Ülések, 39120000 Asztalok, szekrények, iróasztalok és könyvszekrények, 39121000 Íróasztalok és asztalok, 39130000 Irodabútor, 39143200 Étkezőbútorok, 39143300 Nappali szobai bútorok, 39150000 Különféle bútorok és felszerelések, 39153000 Konferenciatermi bútor, 39156000 Váró- és fogadótermi bútor, 39160000 Iskolabútor, 39161000 Óvodai bútor
Határidő:
2025. október 9. 10:00
A határidő típusa:
Ajánlat benyújtása
A végrehajtás helye:
Framework agreement for the procurement, delivery and assembly of furniture
Díjat odaítélő szervezet:
Trondheim kommune
Díj száma:
2025/20415

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 : General public services

1.1 Buyer

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

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 : General public services

2. Procedure

2.1 Procedure

Title : Framework agreement for the procurement, delivery and assembly of furniture
Description : Trondheim municipality, hereafter called the contracting authority, invites tenderers to an open tender contest for a framework agreement for the purchase, delivery and assembly of furniture/mobile fixtures for the municipality's entities. Trondheim municipality shall enter into framework agreements for furniture that are designed for a circular economy and ensure access to environmentally friendly furniture of high quality with a focus on sustainability and long lifetime. A framework agreement shall be signed with one tenderer per sub-tender. There are lots on nurseries, schools, offices and institution furniture. For procurements from AND including NOK 1.1 million excluding VAT, separate competitions will be made via Dynamic Purchasing System or separate tender contests. See the tender documentation and annexes for further details on the competition.
Procedure identifier : 454a71a1-79a2-471e-a99d-6cd3188df81c
Internal identifier : 2025/20415
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 39100000 Furniture
Additional classification ( cpv ): 39110000 Seats, chairs and related products, and associated parts
Additional classification ( cpv ): 39112000 Chairs
Additional classification ( cpv ): 39120000 Tables, cupboards, desk and bookcases
Additional classification ( cpv ): 39121000 Desks and tables
Additional classification ( cpv ): 39130000 Office furniture
Additional classification ( cpv ): 39143200 Dining-room furniture
Additional classification ( cpv ): 39143300 Living-room furniture
Additional classification ( cpv ): 39150000 Miscellaneous furniture and equipment
Additional classification ( cpv ): 39153000 Conference-room furniture
Additional classification ( cpv ): 39156000 Lounge and reception-area furniture
Additional classification ( cpv ): 39160000 School furniture
Additional classification ( cpv ): 39161000 Kindergarten furniture

2.1.2 Place of performance

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

2.1.3 Value

Estimated value excluding VAT : 82 000 000 Norwegian krone
Maximum value of the framework agreement : 82 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - Framework agreement, part III of the Procurement Regulations.

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 4
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 4

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 : A: Office furniture
Description : The framework agreement is for the procurement of furniture in areas for employees in Trondheim municipality. Office chairs that require a large degree of user adaptation and user choice will be included in the framework agreement for office furniture independent of the procurement volume. The framework agreement includes i.a. the following products: Office furniture Meeting room furniture Furniture for personnel rooms and social zones Furniture for public reception/waiting rooms Furniture for storage and archive roomPersonal wardrobes Screen wall and sound absorbentsMobiled quiet room Wall hung billboards/glass boardsDiverse other furniture for the employee areaLagerreoler, More descriptions of the tender competition are in the tender documentation and annexes.
Internal identifier : 2025/23805-0

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 39100000 Furniture
Additional classification ( cpv ): 39110000 Seats, chairs and related products, and associated parts
Additional classification ( cpv ): 39112000 Chairs
Additional classification ( cpv ): 39120000 Tables, cupboards, desk and bookcases
Additional classification ( cpv ): 39121000 Desks and tables
Additional classification ( cpv ): 39130000 Office furniture
Additional classification ( cpv ): 39143200 Dining-room furniture
Additional classification ( cpv ): 39143300 Living-room furniture
Additional classification ( cpv ): 39150000 Miscellaneous furniture and equipment
Additional classification ( cpv ): 39153000 Conference-room furniture
Additional classification ( cpv ): 39156000 Lounge and reception-area furniture
Additional classification ( cpv ): 39160000 School furniture
Additional classification ( cpv ): 39161000 Kindergarten furniture
Options :
Description of the options : The contracting authority has an option for a 1+1 year extension of the contract on verbatim terms.

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 : The contracting authority has an option for a 1+1 year extension of the contract on verbatim terms.

5.1.5 Value

Estimated value excluding VAT : 48 000 000 Norwegian krone
Maximum value of the framework agreement : 12 000 000 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

5.1.7 Strategic procurement

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Prices shall be given in the order requested in Annex 2 Tender Form and the price form shall be completed. The price shall be stated in NOK excluding VAT and it shall be delivered and assembled to the ordering unit free of charge. The products and prices shall cover the minimum requirements in the tender documentation annex 1 Requirement Specifications (see also the requirements in the Mercell Portal) and the description stated in the tender form. The prices apply for call-offs under NOK 1.1 million excluding VAT. Tenderers shall fill in their purchasing prices excluding VAT for the products in Annex 2 Tender Form, column G, as well as the mark-up percentage in column H. The mark-up in column H shall be the same as that stated in the table at the top of the tender form for the product category that the product line belongs to. The mark-up stated in the table is firm and binding in the contract period. The mark-up percentage shall apply for the entire assortment that the tenderer has for the product category in his portfolio. Different mark-up percentages can be offered for the different categories. Net purchase price and mark-up percentage are defined as follows: The net purchase price is defined as the purchase price that the tenderer pays for the goods excluding VAT including freight and customs, less any discounts (general and specially negotiated discounts, price reduction, tender support, quantity discounts etc., that the tenderer receives from the manufacturer/sub-contractor.) The net purchase price for self-produced items is defined as all of the tenderer's costs associated with production, i.e. the total manufacturing cost of the item. This shall include any freight and customs in to the Norway. The mark-up percentage shall include all other cost elements associated with fulfilment of the contract, including i.a. handling stores/goods, delivery, return of packaging, invoicing etc., as well as the tenderer's profits. It is not possible to offer a negative mark-up percentage. The contracting authority shall upon request, be given visibility into the tenderer's purchase prices and mark-up percentage in order to check compliance with the agreed prices and terms. The tenderer undertakes, as a part of the inspection, to provide access to the procurement invoice for the delivery that the contracting authority would always like to check. Tenderers cannot invoice the contracting authority with a different mark-up percentage than those stated in the table stated in the tender form. The products in the tender form shall be placed in the E-Commerce Catalogue in the contract form and the prices here shall be fixed for 1 contract year, with an option for adjustment once a year, cf. point 15.1 in the contract. When evaluating the award criteria price, the tender price per product line will be multiplied by the evaluation weight for the item line and column J shows the weighted price. Tenderers with the lowest total sum for the column weighted price achieve 10 points, other tenders will be given points in relation to the lowest price. Sheet 2 Assortment in the tender form: Tenderers shall set up a list of manufacturers that are in their assortment within the framework agreement ́s segments.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : 2.1 Quality - Product evaluation
Description : The tender shall include a product sheet. Product sheets shall be marked with numbering that corresponds with each product line annex 2 tender form. The product sheet shall contain information on: 1. Correct picture of the offered product. 2. Name of the manufacturer 3. Name of the product and link to the product's homepage/website. 4.Description of the product (including suitability and functionality for the user group) 5. Technical specifications (including information on noise/noise reduction) 6.Core material, and whether this deviates from the specifications in the tender form. 7.Execution/surface material, and whether this deviates from the specifications in the tender form. 8. Measurements and whether this deviates from the specifications in the tender form. 9. Information about maintenance and cleaning. 10. Guarantee period and expected lifetime from the manufacturer. 11. Certifications Inadequate description of the product in product sheets in relation to the contracting authority ́s list above will be treated as deviations and possible feature when evaluating the product. Points will be given when evaluating the quality and expression, based on a judgemental overall assessment of the elements in the award criteria. The elements that will be assessed are requirements set in the competition, functionality and suitability for the user group, material use and surface, ergonomics, design and overall expression, durability, stability and safety, quality textiles, cleaning and maintenance. The offered products will be assessed according to the following scale: 0 - Unsuitable- does not meet the needs/requirements 1 - Very low need satisfaction 2 - Low demand satisfaction 3 - Moderately good needs satisfaction, but not complete compliance 4- In accordance with the desired need satisfaction and expression. 5 - Very good need satisfaction as regards the wanted quality The score for the product evaluation will be multiplied by the evaluation weight for the relevant product and summed up. Theoretically possible quality score is Sum evaluation weight (100 %) x 5 points = 5 points, which would have been achieved if a tenderer offers products that are assessed to a score of 5 for all the requested products. Scoring for the criterion is based on an expectation for a score of 4.25 points (85% of the theoretical possible score). Achieving this expectation value gives 10 points on the criterion. The tenders will be awarded a point score based on a relative difference in the score compared with the expectation value for the score. The contracting authority reserves the right to assess whether there may be a need for a site inspection of a few products. This decision will be made right after the tender deadline and notification on which products this will apply for, will be notified via Mercell. Products that do not meet the requirements will be given 0 points. If 10 or more products or products that combined make up 10% or more of the estimated extent are given 0 points, the Contracting Authority will reject the tender. If 5 or more products or products that combined make up 5% or more of the estimated extent are given 0 points, the Contracting Authority can reject the tender. Products that do not meet the requirements shall be replaced with a product that fulfils the requirements and a price equal to or better than that offered, if the tender offer is not rejected.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 15
Criterion :
Type : Quality
Name : 2.2 Quality - implementation ability/competence
Description : The contracting authority sets consultancy and good guidelines for procuring functional furniture that covers the future needs and systems, as well as choosing environmentally friendly furniture high. Tenderers are asked to describe what routines/systems they have in order to ensure and safeguard their competence and capacity so that the implementation ability is maintained during the contract period. Also describe the tenderer ́s routines/system that ensures relevant environmental competence of employees about products in the assortment that do not have an official environmental labelling (such as the Swan Ecolabel (Type 1)) or a third-party verified environmental declaration (EPD). Account for how this information will be made available and presented to the contracting authority (e.g. when contacting ordering units) so that our employees can easily identify and choose the most sustainable alternatives when ordering. A procurement assessment will be made and given a score based on the description in the tender offer. Concrete measures with a useful value for the contracting authority will be awarded. The reply must be clearly stated in a separate annex to the tender. Responses should not exceed 2 A4 pages with normal margins, Type Calibri or Times New Roman, font size 12, and spaced 1.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 7,5
Criterion :
Type : Quality
Name : 2.3 Quality - service concept
Description : Tenderers shall describe their routines for and management of orders and follow-up of deliveries, including communication and interaction with the contracting authority through this process. Tenderers shall also describe handling deviations as regards the agreed delivery time and the agreed delivery. tenderers are also asked to describe their routines for following-up returns and claims, logging and reporting to the customer about claims. A procurement assessment will be made and given a score based on the description in the tender offer. The response must be clearly stated in a separate annex to the tender.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 7,5
Criterion :
Type : Quality
Name : 3.1 Climate and environment - Environmental marking Type-1
Description : Tenderers shall fill in columns K, L, M and N in Annex 2, Tender Form. In column K the name of the environmental label scheme (e.g. the Swan Ecolabel, EU Ecolabel, Blue Angel) shall be given in relation to the product item in question. The accompanying license numbers shall be stated in column L. In column M, a link leading to a relevant certificate shall be provided, in which the environmental certification for the product item can be verified through the points given in the section "Requirement for column M". If the certificate is not sufficient or comprehensive enough for verification, a link or the name of the attached document must be added in column N, where the remaining information is available. The links stated in column N and M must be accessible on the internet, they must therefore lead to either the homepage of the marking scheme or the homepage of the supplier or manufacturer. Points will not be given for products where environmental labelling cannot be verified through the stated link in column M and any link or annexes in column N. Requirement for column M: Marking scheme, license number, manufacturer/licence holder, validity dates, product name/article name, article number and description of the certified product shall be clearly stated in the link. The environmental labelling shall be third party verified, so links where these are not available and links that lead to self-declarations or equivalent will not be paid. Only the information provided in the link will be considered. This means that consideration will not be taken as to whether the certificate is referred to or linked to information elsewhere. If the certificate linked to contains annexes, there must be a clear link between the attachments and the environmental certification, to ensure that the information is relevant and correct. Links shall therefore be clarified by, for example, a similar report number, article name/product name and licence number. If the link is not obvious, the information will be ignored. Requirement for column N: The contracting authority is aware that the different marking schemes operate with different types of certificates and provide different types/amounts of information both in certificates and on their websites. If the certificate in column M does not include all the records listed above, a link in column N to a PDF that contains the remaining records can be given. Then the link between the information provided in the link in column M and the link in column N must be clearly stated by, for example, the same report number, article name/product name and license number, so that it is clear that the information is relevant and correct. If the link is not obvious, the information will be ignored. It is also possible to state the remaining items in an annex to the tender. The name of the annex shall be given in column N. The following is a list of the different environmental labels Type-1 that will pay off: Nordic Ecolabel/Svanen EU Ecolabel whole furniture Blue Angel/Blaue Angel NF Environment Swedish Möbelfakta FEMB level 3 Don't pay: EU Ecolabel Textile + Økotex - 0 points EU Ecolable textiles - 0 points Økotex - 0 points Greenguard Gold - 0 points Adherent Valdelia - 0 points Greenguard - 0 points EN 1335 - 0 points Green point - 0 points RSM & Co - Certificate of Compliance - 0 points Norwegian Møbelfakta - 0 points ISO 14001:2004 - 0 points ISO 9001 - 0 points Teknos certification on paint - 0 points Environment Tower - 0 points BS 5459-2 - 0 points DNV - 0 points EPA - 0 points Green responsibility - 0 points Teknos - Declaration of conformity - 0 points Dekra Certified - 0 points TÜV Reinland Certified - 0 points GS Gesüfre Sicherheit - 0 points Danak Test - 0 points Ilac Mra - 0 points Type I environmental labels, which are regulated in the standard ISO14024, will get a full score of 1 point. The entire product shall be environmentally labelled in order to obtain credits. Approval is made as to whether the products in the same series have deviations of length, width, depth and height, but the materials and surface must be the same as that described in the tender documents. Evaluation: One point will be given for each product that can be documented in valid environmental labelling type 1, these shall be valid at the tender deadline for the specific product in the offered product line. The number of approved environmental markings will be summed up and tenders with the highest number of approved type 1 environmental marking achieve a full score of 10 points. Other tenders will be given points in relation to the highest number.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 7,5
Criterion :
Type : Quality
Name : 3.2 Climate and environment - Environmental declaration - EPD
Description : Tenderers shall, in annex 2 Tender Form column O, P, Q and R, insert and document that the offered product has a valid environmental declaration so that this is verifiable for the contracting authority. EPD (carried out in accordance with the ISO 14025 standard) or an LCA (lifetime analysis carried out in accordance with ISO 14040 and ISO 14044). The environmental declaration shall be third party verified, so links where these are not available and links that lead to self-declarations or equivalent will not be paid. Only the information stated in the documents from the link or annex will be considered. This means that consideration will not be taken as to whether it is referred to or linked to information elsewhere inside the documents. Tenderers shall state EPDs and LCAer for the specific products they offer in each product item/product line. This means that, for example, core materials and surface treatments, as well as choices such as armrests, neck support etc., for the product for which EPD or LCA is intended, must be the same as the specific product offered or displayed as a choice with separate tables in the EPD. EPD: 1. Name of who has issued the EPD (e.g. EPD-Norway), license number/ID number, product name/article name, article number, validity dates, manufacturer/licence holder, description of which product is certified (with the accompanying surface material, core material, textile etc.) and any choices, shall be clearly stated in the link or annex from column Q. 2. The EPD must be valid by the tender deadline. LCA: The system limits/stages used in the calculation, data basis, assumptions (e.g. electricity mix), sources for the data basis, date of the production of the data basis, a description of the product for which A LCA has been prepared (with the accompanying surface material, core material, textile etc.), who has produced theLCA and when it has been produced, shall be clearly stated in the link or annex from column Q. The LLCA cannot be produced more than five (5) years before the tender deadline. Other documentation than the types of documentation described above will not be accepted and will not be included in the evaluation. Evaluation: 1 point will be given for each product that can be documented as a valid EPD or LCA for the specific product in the offered product line. The number of approved EPDs will be summed up, tenders with the highest number of approved EPD will achieve a full score of 10 points. Other tenders will be given points in relation to the highest number.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 7,5
Criterion :
Type : Quality
Name : 3.3 Climate and environment - Packaging
Description : Tenderers are requested to describe measures for packaging reduction. Account for how you will ensure the minimisation of packaging when delivering products in the contract period. Describe concrete measures in their own business and the requirements that are set for sub-suppliers. Describe how this shall be measured and reported to the contracting authority. Documentation requirement: A written account (maximum one A4 page) that describes: 1. Plan for reduction measures. 2. System for involving sub-suppliers. 3. Method for measuring and reporting the result from the packaging reduction. Tenderers are obliged to follow the offered plan for packaging reduction in the contract period. Results shall be reported to the contracting authority with an agreed frequency (e.g. annually). Procurement judgement is used for assessing the criterion.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 7,5
Criterion :
Type : Quality
Name : 3.4 Climate and environment - Tracing in the delivery chain
Description : Tenderers shall execute a tracing on two selected articles from Annex 2 Tender Form, see column S. The following information shall be provided and enclosed for the 2 selected articles: 1. Total number of factories/sub-suppliers involved for production and assembly of the final product. 2. List of the most important component and raw material suppliers for the product, including the place of origin of the raw products. 3. Certificates and license numbers for third-party certifications that the factories/sub-suppliers have until the finished product has. 4. Statement of the product content of substances on the REACH candidate list. Documentation: Tenderers shall provide a written response called "Tracing in the delivery chain". Procurement judgement is used for assessing the criterion.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 7,5

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 26/09/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/260353325.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 : 09/10/2025 10:00 +00:00
Deadline until which the tender must remain valid : 4 Month
Information that can be supplemented after the submission deadline :
At the discretion of the buyer, some missing tenderer-related documents may be submitted later.
Additional information : Concrete assessment will be made in each case.
Information about public opening :
Opening date : 09/10/2025 10:00 +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 : 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 : This procurement is in accordanc with the law and regulations on public procurements. The deadlines for appeals will be in accordance with these.
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 information concerning the general regulatory framework for environmental protection applicable in the place where the contract is to be performed : Trøndelag tingrett
Organisation providing information concerning the general regulatory framework for employment protection and working conditions 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 : B: nursery furniture
Description : The framework agreement includes nursery school furniture for Trondheim municipality. The agreement for nursery school furniture is used in playgrounds and living areas (loa). This means areas where children reside, including common areas etc. The agreement will be used for office furniture for furnishing areas for employees. The framework agreement comprises i.a. the following product areas/categories: Changing room furnishing (coarse and fine changing room, drying room) Tables (different heights and functions) Chairs and stools (different heights and functions)Storage and racks Collection steps and podiumsTeppes and matsMyk furniture (puffs, resting mattresses etc.) Stelle room furnishing, Wall mounted pedigree boards/glass boards, Wax furniture in the children ́s area, applies to the educator chairDiverse other furniture for use in nursery schools (including rooms in the room/houses/room parts/cave)Adult furniture in Nursery school (educator chair/stool) Further description of the tender competition is in the tender documentation and annexes.
Internal identifier : 2025/23926-1

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 39100000 Furniture
Additional classification ( cpv ): 39110000 Seats, chairs and related products, and associated parts
Additional classification ( cpv ): 39112000 Chairs
Additional classification ( cpv ): 39120000 Tables, cupboards, desk and bookcases
Additional classification ( cpv ): 39121000 Desks and tables
Additional classification ( cpv ): 39130000 Office furniture
Additional classification ( cpv ): 39143200 Dining-room furniture
Additional classification ( cpv ): 39143300 Living-room furniture
Additional classification ( cpv ): 39150000 Miscellaneous furniture and equipment
Additional classification ( cpv ): 39153000 Conference-room furniture
Additional classification ( cpv ): 39156000 Lounge and reception-area furniture
Additional classification ( cpv ): 39160000 School furniture
Additional classification ( cpv ): 39161000 Kindergarten furniture
Options :
Description of the options : The contracting authority has an option for a 1+1 year extension of the contract on verbatim terms.

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 : The contracting authority has an option for a 1+1 year extension of the contract on verbatim terms.

5.1.5 Value

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

5.1.7 Strategic procurement

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Prices shall be given in the order requested in Annex 2 Tender Form and the price form shall be completed. The price shall be stated in NOK excluding VAT and it shall be delivered and assembled to the ordering unit free of charge. The products and prices shall cover the minimum requirements in the tender documentation annex 1 Requirement Specifications (see also the requirements in the Mercell Portal) and the description stated in the tender form. The prices apply for call-offs under NOK 1.1 million excluding VAT. Tenderers shall fill in their purchasing prices excluding VAT for the products in Annex 2 Tender Form, column G, as well as the mark-up percentage in column H. The mark-up in column H shall be the same as that stated in the table at the top of the tender form for the product category that the product line belongs to. The mark-up stated in the table is firm and binding in the contract period. The mark-up percentage shall apply for the entire assortment that the tenderer has for the product category in his portfolio. Different mark-up percentages can be offered for the different categories. Net purchase price and mark-up percentage are defined as follows: The net purchase price is defined as the purchase price that the tenderer pays for the goods excluding VAT including freight and customs, less any discounts (general and specially negotiated discounts, price reduction, tender support, quantity discounts etc., that the tenderer receives from the manufacturer/sub-contractor.) The net purchase price for self-produced items is defined as all of the tenderer's costs associated with production, i.e. the total manufacturing cost of the item. This shall include any freight and customs in to the Norway. The mark-up percentage shall include all other cost elements associated with fulfilment of the contract, including i.a. handling stores/goods, delivery, return of packaging, invoicing etc., as well as the tenderer's profits. It is not possible to offer a negative mark-up percentage. The contracting authority shall upon request, be given visibility into the tenderer's purchase prices and mark-up percentage in order to check compliance with the agreed prices and terms. The tenderer undertakes, as a part of the inspection, to provide access to the procurement invoice for the delivery that the contracting authority would always like to check. Tenderers cannot invoice the contracting authority with a different mark-up percentage than those stated in the table stated in the tender form. The products in the tender form shall be placed in the E-Commerce Catalogue in the contract form and the prices here shall be fixed for 1 contract year, with an option for adjustment once a year, cf. point 15.1 in the contract. When evaluating the award criteria price, the tender price per product line will be multiplied by the evaluation weight for the item line and column J shows the weighted price. Tenderers with the lowest total sum for the column weighted price achieve 10 points, other tenders will be given points in relation to the lowest price. Sheet 2 Assortment in the tender form: Tenderers shall set up a list of manufacturers that are in their assortment within the framework agreement ́s segments.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : 2.1 Quality - Product evaluation
Description : The tender shall include a product sheet. Product sheets shall be marked with numbering that corresponds with each product line annex 2 tender form. The product sheet shall contain information on: 1. Correct picture of the offered product. 2. Name of the manufacturer 3. Name of the product and link to the product's homepage/website. 4.Description of the product (including suitability and functionality for the user group) 5. Technical specifications (including information on noise/noise reduction) 6.Core material, and whether this deviates from the specifications in the tender form. 7.Execution/surface material, and whether this deviates from the specifications in the tender form. 8. Measurements and whether this deviates from the specifications in the tender form. 9. Information about maintenance and cleaning. 10. Guarantee period and expected lifetime from the manufacturer. 11. Certifications Inadequate description of the product in product sheets in relation to the contracting authority ́s list above will be treated as deviations and possible feature when evaluating the product. Points will be given when evaluating the quality and expression, based on a judgemental overall assessment of the elements in the award criteria. The elements that will be assessed are requirements set in the competition, functionality and suitability for the user group, material use and surface, ergonomics, design and overall expression, durability, stability and safety, quality textiles, cleaning and maintenance. The offered products will be assessed according to the following scale: 0 - Unsuitable- does not meet the needs/requirements 1 - Very low need satisfaction 2 - Low demand satisfaction 3 - Moderately good needs satisfaction, but not complete compliance 4- In accordance with the desired need satisfaction and expression. 5 - Very good need satisfaction as regards the wanted quality The score for the product evaluation will be multiplied by the evaluation weight for the relevant product and summed up. Theoretically possible quality score is Sum evaluation weight (100 %) x 5 points = 5 points, which would have been achieved if a tenderer offers products that are assessed to a score of 5 for all the requested products. Scoring for the criterion is based on an expectation for a score of 4.25 points (85% of the theoretical possible score). Achieving this expectation value gives 10 points on the criterion. The tenders will be awarded a point score based on a relative difference in the score compared with the expectation value for the score. The contracting authority reserves the right to assess whether there may be a need for a site inspection of a few products. This decision will be made right after the tender deadline and notification on which products this will apply for, will be notified via Mercell. Products that do not meet the requirements will be given 0 points. If 10 or more products or products that combined make up 10% or more of the estimated extent are given 0 points, the Contracting Authority will reject the tender. If 5 or more products or products that combined make up 5% or more of the estimated extent are given 0 points, the Contracting Authority can reject the tender. Products that do not meet the requirements shall be replaced with a product that fulfils the requirements and a price equal to or better than that offered, if the tender offer is not rejected.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 15
Criterion :
Type : Quality
Name : 2.2 Quality - implementation ability/competence
Description : The contracting authority sets consultancy and good guidelines for procuring functional furniture that covers the future needs and systems, as well as choosing environmentally friendly furniture high. Tenderers are asked to describe what routines/systems they have in order to ensure and safeguard their competence and capacity so that the implementation ability is maintained during the contract period. Also describe the tenderer ́s routines/system that ensures relevant environmental competence of employees about products in the assortment that do not have an official environmental labelling (such as the Swan Ecolabel (Type 1)) or a third-party verified environmental declaration (EPD). Account for how this information will be made available and presented to the contracting authority (e.g. when contacting ordering units) so that our employees can easily identify and choose the most sustainable alternatives when ordering. A procurement assessment will be made and given a score based on the description in the tender offer. Concrete measures with a useful value for the contracting authority will be awarded. The reply must be clearly stated in a separate annex to the tender. Responses should not exceed 2 A4 pages with normal margins, Type Calibri or Times New Roman, font size 12, and spaced 1.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 7,5
Criterion :
Type : Quality
Name : 2.3 Quality - service concept
Description : Tenderers shall describe their routines for and management of orders and follow-up of deliveries, including communication and interaction with the contracting authority through this process. Tenderers shall also describe handling deviations as regards the agreed delivery time and the agreed delivery. tenderers are also asked to describe their routines for following-up returns and claims, logging and reporting to the customer about claims. A procurement assessment will be made and given a score based on the description in the tender offer. The response must be clearly stated in a separate annex to the tender.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 7,5
Criterion :
Type : Quality
Name : 3.1 Climate and environment - Environmental marking Type-1
Description : Tenderers shall fill in columns K, L, M and N in Annex 2, Tender Form. In column K the name of the environmental label scheme (e.g. the Swan Ecolabel, EU Ecolabel, Blue Angel) shall be given in relation to the product item in question. The accompanying license numbers shall be stated in column L. In column M, a link leading to a relevant certificate shall be provided, in which the environmental certification for the product item can be verified through the points given in the section "Requirement for column M". If the certificate is not sufficient or comprehensive enough for verification, a link or the name of the attached document must be added in column N, where the remaining information is available. The links stated in column N and M must be accessible on the internet, they must therefore lead to either the homepage of the marking scheme or the homepage of the supplier or manufacturer. Points will not be given for products where environmental labelling cannot be verified through the stated link in column M and any link or annexes in column N. Requirement for column M: Marking scheme, license number, manufacturer/licence holder, validity dates, product name/article name, article number and description of the certified product shall be clearly stated in the link. The environmental labelling shall be third party verified, so links where these are not available and links that lead to self-declarations or equivalent will not be paid. Only the information provided in the link will be considered. This means that consideration will not be taken as to whether the certificate is referred to or linked to information elsewhere. If the certificate linked to contains annexes, there must be a clear link between the attachments and the environmental certification, to ensure that the information is relevant and correct. Links shall therefore be clarified by, for example, a similar report number, article name/product name and licence number. If the link is not obvious, the information will be ignored. Requirement for column N: The contracting authority is aware that the different marking schemes operate with different types of certificates and provide different types/amounts of information both in certificates and on their websites. If the certificate in column M does not include all the records listed above, a link in column N to a PDF that contains the remaining records can be given. Then the link between the information provided in the link in column M and the link in column N must be clearly stated by, for example, the same report number, article name/product name and license number, so that it is clear that the information is relevant and correct. If the link is not obvious, the information will be ignored. It is also possible to state the remaining items in an annex to the tender. The name of the annex shall be given in column N. The following is a list of the different environmental labels Type-1 that will pay off: Nordic Ecolabel/Svanen EU Ecolabel whole furniture Blue Angel/Blaue Angel NF Environment Swedish Möbelfakta FEMB level 3 Don't pay: EU Ecolabel Textile + Økotex - 0 points EU Ecolable textiles - 0 points Økotex - 0 points Greenguard Gold - 0 points Adherent Valdelia - 0 points Greenguard - 0 points EN 1335 - 0 points Green point - 0 points RSM & Co - Certificate of Compliance - 0 points Norwegian Møbelfakta - 0 points ISO 14001:2004 - 0 points ISO 9001 - 0 points Teknos certification on paint - 0 points Environment Tower - 0 points BS 5459-2 - 0 points DNV - 0 points EPA - 0 points Green responsibility - 0 points Teknos - Declaration of conformity - 0 points Dekra Certified - 0 points TÜV Reinland Certified - 0 points GS Gesüfre Sicherheit - 0 points Danak Test - 0 points Ilac Mra - 0 points Type I environmental labels, which are regulated in the standard ISO14024, will get a full score of 1 point. The entire product shall be environmentally labelled in order to obtain credits. Approval is made as to whether the products in the same series have deviations of length, width, depth and height, but the materials and surface must be the same as that described in the tender documents. Evaluation: One point will be given for each product that can be documented in valid environmental labelling type 1, these shall be valid at the tender deadline for the specific product in the offered product line. The number of approved environmental markings will be summed up and tenders with the highest number of approved type 1 environmental marking achieve a full score of 10 points. Other tenders will be given points in relation to the highest number.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 7,5
Criterion :
Type : Quality
Name : 3.2 Climate and environment - Environmental declaration - EPD
Description : Tenderers shall, in annex 2 Tender Form column O, P, Q and R, insert and document that the offered product has a valid environmental declaration so that this is verifiable for the contracting authority. EPD (carried out in accordance with the ISO 14025 standard) or an LCA (lifetime analysis carried out in accordance with ISO 14040 and ISO 14044). The environmental declaration shall be third party verified, so links where these are not available and links that lead to self-declarations or equivalent will not be paid. Only the information stated in the documents from the link or annex will be considered. This means that consideration will not be taken as to whether it is referred to or linked to information elsewhere inside the documents. Tenderers shall state EPDs and LCAer for the specific products they offer in each product item/product line. This means that, for example, core materials and surface treatments, as well as choices such as armrests, neck support etc., for the product for which EPD or LCA is intended, must be the same as the specific product offered or displayed as a choice with separate tables in the EPD. EPD: 1. Name of who has issued the EPD (e.g. EPD-Norway), license number/ID number, product name/article name, article number, validity dates, manufacturer/licence holder, description of which product is certified (with the accompanying surface material, core material, textile etc.) and any choices, shall be clearly stated in the link or annex from column Q. 2. The EPD must be valid by the tender deadline. LCA: The system limits/stages used in the calculation, data basis, assumptions (e.g. electricity mix), sources for the data basis, date of the production of the data basis, a description of the product for which A LCA has been prepared (with the accompanying surface material, core material, textile etc.), who has produced theLCA and when it has been produced, shall be clearly stated in the link or annex from column Q. The LLCA cannot be produced more than five (5) years before the tender deadline. Other documentation than the types of documentation described above will not be accepted and will not be included in the evaluation. Evaluation: 1 point will be given for each product that can be documented as a valid EPD or LCA for the specific product in the offered product line. The number of approved EPDs will be summed up, tenders with the highest number of approved EPD will achieve a full score of 10 points. Other tenders will be given points in relation to the highest number.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 7,5
Criterion :
Type : Quality
Name : 3.3 Climate and environment - Packaging
Description : Tenderers are requested to describe measures for packaging reduction. Account for how you will ensure the minimisation of packaging when delivering products in the contract period. Describe concrete measures in their own business and the requirements that are set for sub-suppliers. Describe how this shall be measured and reported to the contracting authority. Documentation requirement: A written account (maximum one A4 page) that describes: 1. Plan for reduction measures. 2. System for involving sub-suppliers. 3. Method for measuring and reporting the result from the packaging reduction. Tenderers are obliged to follow the offered plan for packaging reduction in the contract period. Results shall be reported to the contracting authority with an agreed frequency (e.g. annually). Procurement judgement is used for assessing the criterion.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 7,5
Criterion :
Type : Quality
Name : 3.4 Climate and environment - Tracing in the delivery chain
Description : Tenderers shall execute a tracing on two selected articles from Annex 2 Tender Form, see column S. The following information shall be provided and enclosed for the 2 selected articles: 1. Total number of factories/sub-suppliers involved for production and assembly of the final product. 2. List of the most important component and raw material suppliers for the product, including the place of origin of the raw products. 3. Certificates and license numbers for third-party certifications that the factories/sub-suppliers have until the finished product has. 4. Statement of the product content of substances on the REACH candidate list. Documentation: Tenderers shall provide a written response called "Tracing in the delivery chain". Procurement judgement is used for assessing the criterion.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 7,5

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 26/09/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/260353325.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 : 09/10/2025 10:00 +00:00
Deadline until which the tender must remain valid : 4 Month
Information that can be supplemented after the submission deadline :
At the discretion of the buyer, some missing tenderer-related documents may be submitted later.
Additional information : Concrete assessment will be made in each case.
Information about public opening :
Opening date : 09/10/2025 10:00 +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 : 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 : This procurement is in accordanc with the law and regulations on public procurements. The deadlines for appeals will be in accordance with these.
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 information concerning the general regulatory framework for environmental protection applicable in the place where the contract is to be performed : Trøndelag tingrett
Organisation providing information concerning the general regulatory framework for employment protection and working conditions 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-0003

Title : C: School furniture
Description : The agreement for school furniture is used in student areas/play and living areas (loa). This means areas where pupils stay, including common areas, teaching rooms, pupil canteens etc. The agreement will be used for office furniture for furnishing areas for employees. The framework agreement comprises i.a. the following product areas: Wardrobe furnishingSElevbord Chairs and stools Shelving and cupboards Wall-mounted boards/glass boards and sound absorbers in pupil areasMyk furniture (e.g. enclosed high chairs/sofas and "benches"/puffs for dialogue) Furniture for gathering and mediation in the learning areaMatter/carpets, other furniture for use in schools (i.a. arts and crafts, science, rooms in the room/cave/house etc.) Teacher furniture for the class room (educator chair/stool/catheter) Further description of the competition can be found in the tender documentation and annexes
Internal identifier : 2025/23927-2

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 39100000 Furniture
Additional classification ( cpv ): 39110000 Seats, chairs and related products, and associated parts
Additional classification ( cpv ): 39112000 Chairs
Additional classification ( cpv ): 39120000 Tables, cupboards, desk and bookcases
Additional classification ( cpv ): 39121000 Desks and tables
Additional classification ( cpv ): 39130000 Office furniture
Additional classification ( cpv ): 39143200 Dining-room furniture
Additional classification ( cpv ): 39143300 Living-room furniture
Additional classification ( cpv ): 39150000 Miscellaneous furniture and equipment
Additional classification ( cpv ): 39153000 Conference-room furniture
Additional classification ( cpv ): 39156000 Lounge and reception-area furniture
Additional classification ( cpv ): 39160000 School furniture
Additional classification ( cpv ): 39161000 Kindergarten furniture
Options :
Description of the options : The contracting authority has an option for a 1+1 year extension of the contract on verbatim terms.

5.1.2 Place of performance

Town : Trondheim
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 : The contracting authority has an option for a 1+1 year extension of the contract on verbatim terms.

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) : no
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes

5.1.7 Strategic procurement

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Prices shall be given in the order requested in Annex 2 Tender Form and the price form shall be completed. The price shall be stated in NOK excluding VAT and it shall be delivered and assembled to the ordering unit free of charge. The products and prices shall cover the minimum requirements in the tender documentation annex 1 Requirement Specifications (see also the requirements in the Mercell Portal) and the description stated in the tender form. The prices apply for call-offs under NOK 1.1 million excluding VAT. Tenderers shall fill in their purchasing prices excluding VAT for the products in Annex 2 Tender Form, column G, as well as the mark-up percentage in column H. The mark-up in column H shall be the same as that stated in the table at the top of the tender form for the product category that the product line belongs to. The mark-up stated in the table is firm and binding in the contract period. The mark-up percentage shall apply for the entire assortment that the tenderer has for the product category in his portfolio. Different mark-up percentages can be offered for the different categories. Net purchase price and mark-up percentage are defined as follows: The net purchase price is defined as the purchase price that the tenderer pays for the goods excluding VAT including freight and customs, less any discounts (general and specially negotiated discounts, price reduction, tender support, quantity discounts etc., that the tenderer receives from the manufacturer/sub-contractor.) The net purchase price for self-produced items is defined as all of the tenderer's costs associated with production, i.e. the total manufacturing cost of the item. This shall include any freight and customs in to the Norway. The mark-up percentage shall include all other cost elements associated with fulfilment of the contract, including i.a. handling stores/goods, delivery, return of packaging, invoicing etc., as well as the tenderer's profits. It is not possible to offer a negative mark-up percentage. The contracting authority shall upon request, be given visibility into the tenderer's purchase prices and mark-up percentage in order to check compliance with the agreed prices and terms. The tenderer undertakes, as a part of the inspection, to provide access to the procurement invoice for the delivery that the contracting authority would always like to check. Tenderers cannot invoice the contracting authority with a different mark-up percentage than those stated in the table stated in the tender form. The products in the tender form shall be placed in the E-Commerce Catalogue in the contract form and the prices here shall be fixed for 1 contract year, with an option for adjustment once a year, cf. point 15.1 in the contract. When evaluating the award criteria price, the tender price per product line will be multiplied by the evaluation weight for the item line and column J shows the weighted price. Tenderers with the lowest total sum for the column weighted price achieve 10 points, other tenders will be given points in relation to the lowest price. Sheet 2 Assortment in the tender form: Tenderers shall set up a list of manufacturers that are in their assortment within the framework agreement ́s segments.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : 2.1 Quality - product evaluation
Description : The tender shall include a product sheet. Product sheets shall be marked with numbering that corresponds with each product line annex 2 tender form. The product sheet shall contain information on: 1. Correct picture of the offered product. 2. Name of the manufacturer 3. Name of the product and link to the product's homepage/website. 4.Description of the product (including suitability and functionality for the user group) 5. Technical specifications (including information on noise/noise reduction) 6.Core material, and whether this deviates from the specifications in the tender form. 7.Execution/surface material, and whether this deviates from the specifications in the tender form. 8. Measurements and whether this deviates from the specifications in the tender form. 9. Information about maintenance and cleaning. 10. Guarantee period and expected lifetime from the manufacturer. 11. Certifications Inadequate description of the product in product sheets in relation to the contracting authority ́s list above will be treated as deviations and possible feature when evaluating the product. Points will be given when evaluating the quality and expression, based on a judgemental overall assessment of the elements in the award criteria. The elements that will be assessed are requirements set in the competition, functionality and suitability for the user group, material use and surface, ergonomics, design and overall expression, durability, stability and safety, quality textiles, cleaning and maintenance. The offered products will be assessed according to the following scale: 0 - Unsuitable- does not meet the needs/requirements 1 - Very low need satisfaction 2 - Low demand satisfaction 3 - Moderately good needs satisfaction, but not complete compliance 4- In accordance with the desired need satisfaction and expression. 5 - Very good need satisfaction as regards the wanted quality The score for the product evaluation will be multiplied by the evaluation weight for the relevant product and summed up. Theoretically possible quality score is Sum evaluation weight (100 %) x 5 points = 5 points, which would have been achieved if a tenderer offers products that are assessed to a score of 5 for all the requested products. Scoring for the criterion is based on an expectation for a score of 4.25 points (85% of the theoretical possible score). Achieving this expectation value gives 10 points on the criterion. The tenders will be awarded a point score based on a relative difference in the score compared with the expectation value for the score. The contracting authority reserves the right to assess whether there may be a need for a site inspection of a few products. This decision will be made right after the tender deadline and notification on which products this will apply for, will be notified via Mercell. Products that do not meet the requirements will be given 0 points. If 10 or more products or products that combined make up 10% or more of the estimated extent are given 0 points, the Contracting Authority will reject the tender. If 5 or more products or products that combined make up 5% or more of the estimated extent are given 0 points, the Contracting Authority can reject the tender. Products that do not meet the requirements shall be replaced with a product that fulfils the requirements and a price equal to or better than that offered, if the tender offer is not rejected.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 15
Criterion :
Type : Quality
Name : 2.2 Quality - implementation ability/competence
Description : The contracting authority sets consultancy and good guidelines for procuring functional furniture that covers the future needs and systems, as well as choosing environmentally friendly furniture high. Tenderers are asked to describe what routines/systems they have in order to ensure and safeguard their competence and capacity so that the implementation ability is maintained during the contract period. Also describe the tenderer ́s routines/system that ensures relevant environmental competence of employees about products in the assortment that do not have an official environmental labelling (such as the Swan Ecolabel (Type 1)) or a third-party verified environmental declaration (EPD). Account for how this information will be made available and presented to the contracting authority (e.g. when contacting ordering units) so that our employees can easily identify and choose the most sustainable alternatives when ordering. A procurement assessment will be made and given a score based on the description in the tender offer. Concrete measures with a useful value for the contracting authority will be awarded. The reply must be clearly stated in a separate annex to the tender. Responses should not exceed 2 A4 pages with normal margins, Type Calibri or Times New Roman, font size 12, and spaced 1.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 7,5
Criterion :
Type : Quality
Name : 2.3 Quality - service concept
Description : Tenderers shall describe their routines for and management of orders and follow-up of deliveries, including communication and interaction with the contracting authority through this process. Tenderers shall also describe handling deviations as regards the agreed delivery time and the agreed delivery. tenderers are also asked to describe their routines for following-up returns and claims, logging and reporting to the customer about claims. A procurement assessment will be made and given a score based on the description in the tender offer. The response must be clearly stated in a separate annex to the tender.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 7,5
Criterion :
Type : Quality
Name : 3.1 Climate and environment - Environmental marking Type-1
Description : Tenderers shall fill in columns K, L, M and N in Annex 2, Tender Form. In column K the name of the environmental label scheme (e.g. the Swan Ecolabel, EU Ecolabel, Blue Angel) shall be given in relation to the product item in question. The accompanying license numbers shall be stated in column L. In column M, a link leading to a relevant certificate shall be provided, in which the environmental certification for the product item can be verified through the points given in the section "Requirement for column M". If the certificate is not sufficient or comprehensive enough for verification, a link or the name of the attached document must be added in column N, where the remaining information is available. The links stated in column N and M must be accessible on the internet, they must therefore lead to either the homepage of the marking scheme or the homepage of the supplier or manufacturer. Points will not be given for products where environmental labelling cannot be verified through the stated link in column M and any link or annexes in column N. Requirement for column M: Marking scheme, license number, manufacturer/licence holder, validity dates, product name/article name, article number and description of the certified product shall be clearly stated in the link. The environmental labelling shall be third party verified, so links where these are not available and links that lead to self-declarations or equivalent will not be paid. Only the information provided in the link will be considered. This means that consideration will not be taken as to whether the certificate is referred to or linked to information elsewhere. If the certificate linked to contains annexes, there must be a clear link between the attachments and the environmental certification, to ensure that the information is relevant and correct. Links shall therefore be clarified by, for example, a similar report number, article name/product name and licence number. If the link is not obvious, the information will be ignored. Requirement for column N: The contracting authority is aware that the different marking schemes operate with different types of certificates and provide different types/amounts of information both in certificates and on their websites. If the certificate in column M does not include all the records listed above, a link in column N to a PDF that contains the remaining records can be given. Then the link between the information provided in the link in column M and the link in column N must be clearly stated by, for example, the same report number, article name/product name and license number, so that it is clear that the information is relevant and correct. If the link is not obvious, the information will be ignored. It is also possible to state the remaining items in an annex to the tender. The name of the annex shall be given in column N. The following is a list of the different environmental labels Type-1 that will pay off: Nordic Ecolabel/Svanen EU Ecolabel whole furniture Blue Angel/Blaue Angel NF Environment Swedish Möbelfakta FEMB level 3 Don't pay: EU Ecolabel Textile + Økotex - 0 points EU Ecolable textiles - 0 points Økotex - 0 points Greenguard Gold - 0 points Adherent Valdelia - 0 points Greenguard - 0 points EN 1335 - 0 points Green point - 0 points RSM & Co - Certificate of Compliance - 0 points Norwegian Møbelfakta - 0 points ISO 14001:2004 - 0 points ISO 9001 - 0 points Teknos certification on paint - 0 points Environment Tower - 0 points BS 5459-2 - 0 points DNV - 0 points EPA - 0 points Green responsibility - 0 points Teknos - Declaration of conformity - 0 points Dekra Certified - 0 points TÜV Reinland Certified - 0 points GS Gesüfre Sicherheit - 0 points Danak Test - 0 points Ilac Mra - 0 points Type I environmental labels, which are regulated in the standard ISO14024, will get a full score of 1 point. The entire product shall be environmentally labelled in order to obtain credits. Approval is made as to whether the products in the same series have deviations of length, width, depth and height, but the materials and surface must be the same as that described in the tender documents. Evaluation: One point will be given for each product that can be documented in valid environmental labelling type 1, these shall be valid at the tender deadline for the specific product in the offered product line. The number of approved environmental markings will be summed up and tenders with the highest number of approved type 1 environmental marking achieve a full score of 10 points. Other tenders will be given points in relation to the highest number.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 7,5
Criterion :
Type : Quality
Name : 3.2 Climate and environment - Environmental declaration - EPD
Description : Tenderers shall, in annex 2 Tender Form column O, P, Q and R, insert and document that the offered product has a valid environmental declaration so that this is verifiable for the contracting authority. EPD (carried out in accordance with the ISO 14025 standard) or an LCA (lifetime analysis carried out in accordance with ISO 14040 and ISO 14044). The environmental declaration shall be third party verified, so links where these are not available and links that lead to self-declarations or equivalent will not be paid. Only the information stated in the documents from the link or annex will be considered. This means that consideration will not be taken as to whether it is referred to or linked to information elsewhere inside the documents. Tenderers shall state EPDs and LCAer for the specific products they offer in each product item/product line. This means that, for example, core materials and surface treatments, as well as choices such as armrests, neck support etc., for the product for which EPD or LCA is intended, must be the same as the specific product offered or displayed as a choice with separate tables in the EPD. EPD: 1. Name of who has issued the EPD (e.g. EPD-Norway), license number/ID number, product name/article name, article number, validity dates, manufacturer/licence holder, description of which product is certified (with the accompanying surface material, core material, textile etc.) and any choices, shall be clearly stated in the link or annex from column Q. 2. The EPD must be valid by the tender deadline. LCA: The system limits/stages used in the calculation, data basis, assumptions (e.g. electricity mix), sources for the data basis, date of the production of the data basis, a description of the product for which A LCA has been prepared (with the accompanying surface material, core material, textile etc.), who has produced theLCA and when it has been produced, shall be clearly stated in the link or annex from column Q. The LLCA cannot be produced more than five (5) years before the tender deadline. Other documentation than the types of documentation described above will not be accepted and will not be included in the evaluation. Evaluation: 1 point will be given for each product that can be documented as a valid EPD or LCA for the specific product in the offered product line. The number of approved EPDs will be summed up, tenders with the highest number of approved EPD will achieve a full score of 10 points. Other tenders will be given points in relation to the highest number.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 7,5
Criterion :
Type : Quality
Name : 3.3 Climate and environment - Packaging
Description : Tenderers are requested to describe measures for packaging reduction. Account for how you will ensure the minimisation of packaging when delivering products in the contract period. Describe concrete measures in their own business and the requirements that are set for sub-suppliers. Describe how this shall be measured and reported to the contracting authority. Documentation requirement: A written account (maximum one A4 page) that describes: 1. Plan for reduction measures. 2. System for involving sub-suppliers. 3. Method for measuring and reporting the result from the packaging reduction. Tenderers are obliged to follow the offered plan for packaging reduction in the contract period. Results shall be reported to the contracting authority with an agreed frequency (e.g. annually). Procurement judgement is used for assessing the criterion.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 7,5
Criterion :
Type : Quality
Name : 3.4 Climate and environment - Tracing in the delivery chain
Description : Tenderers shall execute a tracing on two selected articles from Annex 2 Tender Form, see column S. The following information shall be provided and enclosed for the 2 selected articles: 1. Total number of factories/sub-suppliers involved for production and assembly of the final product. 2. List of the most important component and raw material suppliers for the product, including the place of origin of the raw products. 3. Certificates and license numbers for third-party certifications that the factories/sub-suppliers have until the finished product has. 4. Statement of the product content of substances on the REACH candidate list. Documentation: Tenderers shall provide a written response called "Tracing in the delivery chain". Procurement judgement is used for assessing the criterion.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 7,5

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 26/09/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/260353325.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 : 09/10/2025 10:00 +00:00
Deadline until which the tender must remain valid : 4 Month
Information that can be supplemented after the submission deadline :
At the discretion of the buyer, some missing tenderer-related documents may be submitted later.
Additional information : Concrete assessment will be made in each case.
Information about public opening :
Opening date : 09/10/2025 10:00 +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 : 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 : This procurement is in accordanc with the law and regulations on public procurements. The deadlines for appeals will be in accordance with these.
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 information concerning the general regulatory framework for environmental protection applicable in the place where the contract is to be performed : Trøndelag tingrett
Organisation providing information concerning the general regulatory framework for employment protection and working conditions 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-0004

Title : D: institution furniture
Description : The framework agreement includes i.a. the following product areas: Recliners, footskammel and extra covers for seating furniture Table Storage including dining carriage lighting Changing wardrobes including mirrors (common areas and training room) Message boards and picture list Outdoor furniture, Practice furniture for the institutionThe agreement does not include beds, mattresses and bedside tables. Further details on the tender contest are in the tender documentation and annexes.
Internal identifier : 2025/23928-3

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 39100000 Furniture
Additional classification ( cpv ): 39110000 Seats, chairs and related products, and associated parts
Additional classification ( cpv ): 39112000 Chairs
Additional classification ( cpv ): 39120000 Tables, cupboards, desk and bookcases
Additional classification ( cpv ): 39121000 Desks and tables
Additional classification ( cpv ): 39130000 Office furniture
Additional classification ( cpv ): 39143200 Dining-room furniture
Additional classification ( cpv ): 39143300 Living-room furniture
Additional classification ( cpv ): 39150000 Miscellaneous furniture and equipment
Additional classification ( cpv ): 39153000 Conference-room furniture
Additional classification ( cpv ): 39156000 Lounge and reception-area furniture
Additional classification ( cpv ): 39160000 School furniture
Additional classification ( cpv ): 39161000 Kindergarten furniture
Options :
Description of the options : The contracting authority has an option for a 1+1 year extension of the contract on verbatim terms.

5.1.2 Place of performance

Town : Trondheim
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 : The contracting authority has an option for a 1+1 year extension of the contract on verbatim terms.

5.1.5 Value

Estimated value excluding VAT : 8 000 000 Norwegian krone
Maximum value of the framework agreement : 8 000 000 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

5.1.7 Strategic procurement

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Prices shall be given in the order requested in Annex 2 Tender Form and the price form shall be completed. The price shall be stated in NOK excluding VAT and it shall be delivered and assembled to the ordering unit free of charge. The products and prices shall cover the minimum requirements in the tender documentation annex 1 Requirement Specifications (see also the requirements in the Mercell Portal) and the description stated in the tender form. The prices apply for call-offs under NOK 1.1 million excluding VAT. Tenderers shall fill in their purchasing prices excluding VAT for the products in Annex 2 Tender Form, column G, as well as the mark-up percentage in column H. The mark-up in column H shall be the same as that stated in the table at the top of the tender form for the product category that the product line belongs to. The mark-up stated in the table is firm and binding in the contract period. The mark-up percentage shall apply for the entire assortment that the tenderer has for the product category in his portfolio. Different mark-up percentages can be offered for the different categories. Net purchase price and mark-up percentage are defined as follows: The net purchase price is defined as the purchase price that the tenderer pays for the goods excluding VAT including freight and customs, less any discounts (general and specially negotiated discounts, price reduction, tender support, quantity discounts etc., that the tenderer receives from the manufacturer/sub-contractor.) The net purchase price for self-produced items is defined as all of the tenderer's costs associated with production, i.e. the total manufacturing cost of the item. This shall include any freight and customs in to the Norway. The mark-up percentage shall include all other cost elements associated with fulfilment of the contract, including i.a. handling stores/goods, delivery, return of packaging, invoicing etc., as well as the tenderer's profits. It is not possible to offer a negative mark-up percentage. The contracting authority shall upon request, be given visibility into the tenderer's purchase prices and mark-up percentage in order to check compliance with the agreed prices and terms. The tenderer undertakes, as a part of the inspection, to provide access to the procurement invoice for the delivery that the contracting authority would always like to check. Tenderers cannot invoice the contracting authority with a different mark-up percentage than those stated in the table stated in the tender form. The products in the tender form shall be placed in the E-Commerce Catalogue in the contract form and the prices here shall be fixed for 1 contract year, with an option for adjustment once a year, cf. point 15.1 in the contract. When evaluating the award criteria price, the tender price per product line will be multiplied by the evaluation weight for the item line and column J shows the weighted price. Tenderers with the lowest total sum for the column weighted price achieve 10 points, other tenders will be given points in relation to the lowest price. Sheet 2 Assortment in the tender form: Tenderers shall set up a list of manufacturers that are in their assortment within the framework agreement ́s segments.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : 2.1 Quality - Product evaluation
Description : The tender shall include a product sheet. Product sheets shall be marked with numbering that corresponds with each product line annex 2 tender form. The product sheet shall contain information on: 1. Correct picture of the offered product. 2. Name of the manufacturer 3. Name of the product and link to the product's homepage/website. 4.Description of the product (including suitability and functionality for the user group) 5. Technical specifications (including information on noise/noise reduction) 6.Core material, and whether this deviates from the specifications in the tender form. 7.Execution/surface material, and whether this deviates from the specifications in the tender form. 8. Measurements and whether this deviates from the specifications in the tender form. 9. Information about maintenance and cleaning. 10. Guarantee period and expected lifetime from the manufacturer. 11. Certifications Inadequate description of the product in product sheets in relation to the contracting authority ́s list above will be treated as deviations and possible feature when evaluating the product. Points will be given when evaluating the quality and expression, based on a judgemental overall assessment of the elements in the award criteria. The elements that will be assessed are requirements set in the competition, functionality and suitability for the user group, material use and surface, ergonomics, design and overall expression, durability, stability and safety, quality textiles, cleaning and maintenance. The offered products will be assessed according to the following scale: 0 - Unsuitable- does not meet the needs/requirements 1 - Very low need satisfaction 2 - Low demand satisfaction 3 - Moderately good needs satisfaction, but not complete compliance 4- In accordance with the desired need satisfaction and expression. 5 - Very good need satisfaction as regards the wanted quality The score for the product evaluation will be multiplied by the evaluation weight for the relevant product and summed up. Theoretically possible quality score is Sum evaluation weight (100 %) x 5 points = 5 points, which would have been achieved if a tenderer offers products that are assessed to a score of 5 for all the requested products. Scoring for the criterion is based on an expectation for a score of 4.25 points (85% of the theoretical possible score). Achieving this expectation value gives 10 points on the criterion. The tenders will be awarded a point score based on a relative difference in the score compared with the expectation value for the score. The contracting authority reserves the right to assess whether there may be a need for a site inspection of a few products. This decision will be made right after the tender deadline and notification on which products this will apply for, will be notified via Mercell. Products that do not meet the requirements will be given 0 points. If 10 or more products or products that combined make up 10% or more of the estimated extent are given 0 points, the Contracting Authority will reject the tender. If 5 or more products or products that combined make up 5% or more of the estimated extent are given 0 points, the Contracting Authority can reject the tender. Products that do not meet the requirements shall be replaced with a product that fulfils the requirements and a price equal to or better than that offered, if the tender offer is not rejected.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 15
Criterion :
Type : Quality
Name : 2.2 Quality - implementation ability/competence
Description : The contracting authority sets consultancy and good guidelines for procuring functional furniture that covers the future needs and systems, as well as choosing environmentally friendly furniture high. Tenderers are asked to describe what routines/systems they have in order to ensure and safeguard their competence and capacity so that the implementation ability is maintained during the contract period. Also describe the tenderer ́s routines/system that ensures relevant environmental competence of employees about products in the assortment that do not have an official environmental labelling (such as the Swan Ecolabel (Type 1)) or a third-party verified environmental declaration (EPD). Account for how this information will be made available and presented to the contracting authority (e.g. when contacting ordering units) so that our employees can easily identify and choose the most sustainable alternatives when ordering. A procurement assessment will be made and given a score based on the description in the tender offer. Concrete measures with a useful value for the contracting authority will be awarded. The reply must be clearly stated in a separate annex to the tender. Responses should not exceed 2 A4 pages with normal margins, Type Calibri or Times New Roman, font size 12, and spaced 1.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 7,5
Criterion :
Type : Quality
Name : 2.3 Quality - service concept
Description : Tenderers shall describe their routines for and management of orders and follow-up of deliveries, including communication and interaction with the contracting authority through this process. Tenderers shall also describe handling deviations as regards the agreed delivery time and the agreed delivery. tenderers are also asked to describe their routines for following-up returns and claims, logging and reporting to the customer about claims. A procurement assessment will be made and given a score based on the description in the tender offer. The response must be clearly stated in a separate annex to the tender.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 7,5
Criterion :
Type : Quality
Name : 3.1 Climate and environment - Environmental marking Type-1
Description : Tenderers shall fill in columns K, L, M and N in Annex 2, Tender Form. In column K the name of the environmental label scheme (e.g. the Swan Ecolabel, EU Ecolabel, Blue Angel) shall be given in relation to the product item in question. The accompanying license numbers shall be stated in column L. In column M, a link leading to a relevant certificate shall be provided, in which the environmental certification for the product item can be verified through the points given in the section "Requirement for column M". If the certificate is not sufficient or comprehensive enough for verification, a link or the name of the attached document must be added in column N, where the remaining information is available. The links stated in column N and M must be accessible on the internet, they must therefore lead to either the homepage of the marking scheme or the homepage of the supplier or manufacturer. Points will not be given for products where environmental labelling cannot be verified through the stated link in column M and any link or annexes in column N. Requirement for column M: Marking scheme, license number, manufacturer/licence holder, validity dates, product name/article name, article number and description of the certified product shall be clearly stated in the link. The environmental labelling shall be third party verified, so links where these are not available and links that lead to self-declarations or equivalent will not be paid. Only the information provided in the link will be considered. This means that consideration will not be taken as to whether the certificate is referred to or linked to information elsewhere. If the certificate linked to contains annexes, there must be a clear link between the attachments and the environmental certification, to ensure that the information is relevant and correct. Links shall therefore be clarified by, for example, a similar report number, article name/product name and licence number. If the link is not obvious, the information will be ignored. Requirement for column N: The contracting authority is aware that the different marking schemes operate with different types of certificates and provide different types/amounts of information both in certificates and on their websites. If the certificate in column M does not include all the records listed above, a link in column N to a PDF that contains the remaining records can be given. Then the link between the information provided in the link in column M and the link in column N must be clearly stated by, for example, the same report number, article name/product name and license number, so that it is clear that the information is relevant and correct. If the link is not obvious, the information will be ignored. It is also possible to state the remaining items in an annex to the tender. The name of the annex shall be given in column N. The following is a list of the different environmental labels Type-1 that will pay off: Nordic Ecolabel/Svanen EU Ecolabel whole furniture Blue Angel/Blaue Angel NF Environment Swedish Möbelfakta FEMB level 3 Don't pay: EU Ecolabel Textile + Økotex - 0 points EU Ecolable textiles - 0 points Økotex - 0 points Greenguard Gold - 0 points Adherent Valdelia - 0 points Greenguard - 0 points EN 1335 - 0 points Green point - 0 points RSM & Co - Certificate of Compliance - 0 points Norwegian Møbelfakta - 0 points ISO 14001:2004 - 0 points ISO 9001 - 0 points Teknos certification on paint - 0 points Environment Tower - 0 points BS 5459-2 - 0 points DNV - 0 points EPA - 0 points Green responsibility - 0 points Teknos - Declaration of conformity - 0 points Dekra Certified - 0 points TÜV Reinland Certified - 0 points GS Gesüfre Sicherheit - 0 points Danak Test - 0 points Ilac Mra - 0 points Type I environmental labels, which are regulated in the standard ISO14024, will get a full score of 1 point. The entire product shall be environmentally labelled in order to obtain credits. Approval is made as to whether the products in the same series have deviations of length, width, depth and height, but the materials and surface must be the same as that described in the tender documents. Evaluation: One point will be given for each product that can be documented in valid environmental labelling type 1, these shall be valid at the tender deadline for the specific product in the offered product line. The number of approved environmental markings will be summed up and tenders with the highest number of approved type 1 environmental marking achieve a full score of 10 points. Other tenders will be given points in relation to the highest number.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 7,5
Criterion :
Type : Quality
Name : 3.2 Climate and environment - Environmental declaration - EPD
Description : Tenderers shall, in annex 2 Tender Form column O, P, Q and R, insert and document that the offered product has a valid environmental declaration so that this is verifiable for the contracting authority. EPD (carried out in accordance with the ISO 14025 standard) or an LCA (lifetime analysis carried out in accordance with ISO 14040 and ISO 14044). The environmental declaration shall be third party verified, so links where these are not available and links that lead to self-declarations or equivalent will not be paid. Only the information stated in the documents from the link or annex will be considered. This means that consideration will not be taken as to whether it is referred to or linked to information elsewhere inside the documents. Tenderers shall state EPDs and LCAer for the specific products they offer in each product item/product line. This means that, for example, core materials and surface treatments, as well as choices such as armrests, neck support etc., for the product for which EPD or LCA is intended, must be the same as the specific product offered or displayed as a choice with separate tables in the EPD. EPD: 1. Name of who has issued the EPD (e.g. EPD-Norway), license number/ID number, product name/article name, article number, validity dates, manufacturer/licence holder, description of which product is certified (with the accompanying surface material, core material, textile etc.) and any choices, shall be clearly stated in the link or annex from column Q. 2. The EPD must be valid by the tender deadline. LCA: The system limits/stages used in the calculation, data basis, assumptions (e.g. electricity mix), sources for the data basis, date of the production of the data basis, a description of the product for which A LCA has been prepared (with the accompanying surface material, core material, textile etc.), who has produced theLCA and when it has been produced, shall be clearly stated in the link or annex from column Q. The LLCA cannot be produced more than five (5) years before the tender deadline. Other documentation than the types of documentation described above will not be accepted and will not be included in the evaluation. Evaluation: 1 point will be given for each product that can be documented as a valid EPD or LCA for the specific product in the offered product line. The number of approved EPDs will be summed up, tenders with the highest number of approved EPD will achieve a full score of 10 points. Other tenders will be given points in relation to the highest number.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 7,5
Criterion :
Type : Quality
Name : 3.3 Climate and environment - Packaging
Description : Tenderers are requested to describe measures for packaging reduction. Account for how you will ensure the minimisation of packaging when delivering products in the contract period. Describe concrete measures in their own business and the requirements that are set for sub-suppliers. Describe how this shall be measured and reported to the contracting authority. Documentation requirement: A written account (maximum one A4 page) that describes: 1. Plan for reduction measures. 2. System for involving sub-suppliers. 3. Method for measuring and reporting the result from the packaging reduction. Tenderers are obliged to follow the offered plan for packaging reduction in the contract period. Results shall be reported to the contracting authority with an agreed frequency (e.g. annually). Procurement judgement is used for assessing the criterion.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 7,5
Criterion :
Type : Quality
Name : 3.4 Climate and environment - Tracing in the delivery chain
Description : Tenderers shall execute a tracing on two selected articles from Annex 2 Tender Form, see column S. The following information shall be provided and enclosed for the 2 selected articles: 1. Total number of factories/sub-suppliers involved for production and assembly of the final product. 2. List of the most important component and raw material suppliers for the product, including the place of origin of the raw products. 3. Certificates and license numbers for third-party certifications that the factories/sub-suppliers have until the finished product has. 4. Statement of the product content of substances on the REACH candidate list. Documentation: Tenderers shall provide a written response called "Tracing in the delivery chain". Procurement judgement is used for assessing the criterion.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 7,5

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 26/09/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/260353325.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 : 09/10/2025 10:00 +00:00
Deadline until which the tender must remain valid : 4 Month
Information that can be supplemented after the submission deadline :
At the discretion of the buyer, some missing tenderer-related documents may be submitted later.
Additional information : Concrete assessment will be made in each case.
Information about public opening :
Opening date : 09/10/2025 10:00 +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 : 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 : This procurement is in accordanc with the law and regulations on public procurements. The deadlines for appeals will be in accordance with these.
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 information concerning the general regulatory framework for environmental protection applicable in the place where the contract is to be performed : Trøndelag tingrett
Organisation providing information concerning the general regulatory framework for employment protection and working conditions 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 : Vibeke Klock Fleten
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
Department : Trondheim kommune
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
Telephone : 73542400
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
Organisation providing information concerning the general regulatory framework for environmental protection applicable in the place where the contract is to be performed
Organisation providing information concerning the general regulatory framework for employment protection and working conditions applicable in the place where the contract is to be performed

Notice information

Notice identifier/version : 331bfbcc-91f8-4b56-beee-884400af1cfd - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 26/08/2025 06:53 +00:00
Notice dispatch date (eSender) : 26/08/2025 08:08 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00558463-2025
OJ S issue number : 163/2025
Publication date : 27/08/2025