IK-EEA 005-2025 Office furniture for Bergen municipality and cooperation partners

Framework agreement for office furniture. The contract includes the purchase of new furniture, the purchase of used furniture, repairs, redesign, furniture mapping and storage space for furniture. The agreement shall have a sustainable profile with a focus on circular design. This is reflected in both the minimum requirements and the …

CPV: 39100000 Mēbeles, 39110000 Sēdekļi, krēsli un ar tiem saistīti izstrādājumi un to daļas, 39120000 Galdi, trauku skapji, rakstāmgaldi un grāmatu skapji, 39130000 Biroju mēbeles, 39150000 Dažādas mēbeles un iekārtas, 39153000 Konferenču telpu mēbeles, 39156000 Uzgaidāmo telpu un reģistratūru mēbeles
Termiņš:
2025. gada 28. maijs, 12:00
Termiņa veids:
Piedāvājuma iesniegšana
Izpildes vieta:
IK-EEA 005-2025 Office furniture for Bergen municipality and cooperation partners
Piešķīrēja iestāde:
Bergen kommune - Innkjøp konsern
Piešķīruma numurs:
2024/153215

1. Buyer

1.1 Buyer

Official name : Bergen kommune - Innkjøp konsern
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Alver kommune
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Askøy kommune
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Austevoll kommune
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Austrheim kommune
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Bjørnafjorden kommune
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Kvam Herad
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Masfjorden kommune
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Modalen kommune
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Osterøy kommune
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Samnanger kommune
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Vaksdal kommune
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Voss herad
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Øygarden kommune
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Ullensvang kommune
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Betanien rehabilitering og sykehjem
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : Health

1.1 Buyer

Official name : Omsorgssenteret Bergens Indremisjon
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : Health

1.1 Buyer

Official name : Stiftelsen Metodisthjemmet Bergen
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : Health

1.1 Buyer

Official name : Stiftelsen St. Johanneshjemmet
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : Health

1.1 Buyer

Official name : Bergen Kirkelige Fellesråd
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : Health

2. Procedure

2.1 Procedure

Title : IK-EEA 005-2025 Office furniture for Bergen municipality and cooperation partners
Description : Framework agreement for office furniture. The contract includes the purchase of new furniture, the purchase of used furniture, repairs, redesign, furniture mapping and storage space for furniture. The agreement shall have a sustainable profile with a focus on circular design. This is reflected in both the minimum requirements and the award criteria. Bergen municipality shall increase the share of used furniture during the contract period, and the aim is to reduce the purchase of new furniture by at least 50% by 2030.All new furniture offered shall be adapted to public use and have an expected lifetime of 15-20 years. The re-use department of Bergen municipality has a separate contract that shall be used for repairs and redesign of the furniture that the re-use department is responsible for. The contracting authority will also use the services from the tenderer. The contracting authority has agreements for health furniture, school furniture and nursery furniture. Office furniture shall, however, be delivered to schools, nurseries and institutions under the agreement for office furniture.
Procedure identifier : d0e3ad8d-2426-496f-988d-672feb25d19a
Internal identifier : 2024/153215
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : Bergen municipality enters into a framework agreement together with the following cooperation partners: Alver municipality, Askøy municipality, Austevoll municipality, Austrheim municipality, Bjørnafjorden municipality (Oseana arts centre KF and Os Idrettspark KF), Kvam Herad, Masfjorden municipality, Modalen municipality, Osterøy municipality, Samnanger municipality, Vaksdal municipality, Voss herad, Øygarden municipality, Ullensvang municipality (only the purchase of used furniture and redesign), Betanien renovation and nursing home. The welfare centre Bergens Indremisjon, Stiftelsen Metodisthjemmet Bergen, Stiftelsen St. Johanneshjemmet, Bergen Kirkelige Fellesråd,

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 ): 39120000 Tables, cupboards, desk and bookcases
Additional classification ( cpv ): 39130000 Office 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

2.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 150 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften -

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy 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.
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.
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.
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.
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)
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?
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.
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).
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).
Child labour and 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).
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.
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.
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.
Guilty of 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?
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?
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?
Guilty of 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.
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 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.
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?
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.
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?
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.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : IK-EEA 005-2025 Office furniture for Bergen municipality and cooperation partners
Description : Framework agreement for office furniture. The contract includes the purchase of new furniture, the purchase of used furniture, repairs, redesign, furniture mapping and storage space for furniture. The agreement shall have a sustainable profile with a focus on circular design. This is reflected in both the minimum requirements and the award criteria. Bergen municipality shall increase the share of used furniture during the contract period, and the aim is to reduce the purchase of new furniture by at least 50% by 2030.All new furniture offered shall be adapted to public use and have an expected lifetime of 15-20 years. The re-use department of Bergen municipality has a separate contract that shall be used for repairs and redesign of the furniture that the re-use department is responsible for. The contracting authority will also use the services from the tenderer. The contracting authority has agreements for health furniture, school furniture and nursery furniture. Office furniture shall, however, be delivered to schools, nurseries and institutions under the agreement for office furniture.
Internal identifier : 2024/153215

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 ): 39120000 Tables, cupboards, desk and bookcases
Additional classification ( cpv ): 39130000 Office 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

5.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 02/11/2025
Duration end date : 02/11/2027

5.1.5 Value

Estimated value excluding VAT : 150 000 000 Norwegian krone

5.1.6 General information

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

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : 'Total' annual turnover
Description : The tenderer ́s ("total") annual turnover for the number of financial years requested in the tender notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average annual turnover
Description : The tenderer ́s average annual turnover for the number of years requested in the notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : "Specific annual turnover"
Description : Are the tenderer's ("specific") annual turnover within the area that the contract applies to and specified in the notice or in the procurement documents for the number of accounting years requested is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average set-up
Description : Is the tenderer's average annual turnover within the area requested by the contract and specified in the notice or in the procurement documents for the number of financial years requested:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : The tenderer's establishment date
Description : If the information about the turnover (combined or specific) is not available for the entire requested period, please state the date the company was established, or the tenderers started their business:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Financial key figures
Description : For financial key figures stated in the notice or in the procurement documents, the tenderer declares that the actual value(s) of the requested key figures are as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Liability insurance
Description : The insured amount in the tenderer ́s liability insurance is the following:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Other economic and financial requirements
Description : Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that:
Use of this criterion : Not used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for quality assurance standards.
Description : Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements? The minimum qualification requirements the Contracting Authority requires that all tenderers have implemented a quality management system that is satisfactory to ensure the quality of execution in this contract. Documentation requirement: Description of the company ́s implemented quality management system. A certificate shall be submitted for the company's quality management system issued by independent bodies that confirm that the company fulfils certain quality management standards, for example ISO 9001. If the company does not have such certificate, other documentation of the company's quality management system shall be provided. In such cases as a minimum the following shall be submitted: + the system ́s name and detailed table of contents + general description of the contents of the system, including an overview of control plans and check-lists that are relevant for this contract + organisation chart showing the responsibilities in the quality management system + description of routines for internal control and handling of deviations (work with corrective and preventive measures) + a description of how the system will be used to. ensure the quality of this contract. All received or obtained documentation will form the basis for an overall assessment of whether the qualification requirement is fulfilled.
Use of this criterion : Used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for environmental management standards.
Description : Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards? The minimum qualification requirements the Contracting Authority requires that all tenderers have implemented procedures and systems, certified by independent third parties, that ensure that the execution of this contract has a low environmental impact on the implementation of this contract. Documentation requirement: Certificate issued by an independent body that is certified for certification. The certificate must confirm that the tenderer's environmental management system complies with requirements in a relevant standard. Documentation is required that the tenderer either has an Eco-lighthouse certificate, is EMAS certified, is certified in accordance with ISO 14001, or have a valid certificate from other relevant environmental management schemes or standards. If a tenderer does not have such a certificate, the tenderer must provide other documentation for environmental management measures that are equivalent to a relevant environmental management scheme or standard. Tenderers must also document that the measures are equivalent to those required in accordance with such an environmental management scheme or standard. Tenderers who are qualified on the basis of other documentation for environmental management measures than the third-party certification that is awarded the contract, will be obliged to carry out third-party certification of their environmental management system. This is further described in the new point in annex 5 - change in the general contract.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register
Description : Tenderers are registered in a professional register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register or company register.
Description : Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex. The tenderer shall be a legally registered company. Documentation: Documentation: Documentation must not be enclosed for tenderers registered in the Norwegian Register of Units. The contracting authority will check the registration by using the organisation number stated in the tenderer ́s Mercell profile. Tenderers who are not registered in the above register must present a certificate or confirmation (equivalent company registration certificate) for registration in a trade or business register as prescribed by the law of the country where the tenderer is established. Such a certificate shall not be issued more than six months before the tender deadline.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Only for public goods deliveries
Description : Only for public goods deliveries: In the reference period, the tenderer has carried out the following important deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three years to be taken into consideration. The tenderer shall have good and relevant experience. The experience shall include furniture deliveries of equivalent complexity as the delivery requested in this competition. Documentation requirement: Relevant experience shall be documented by stating a minimum of three (3) and a maximum of five (5) reference projects from the last three (3) years. The references are to be added directly to Mercell as a response to this point. If more than five reference projects are given, only the first five will be assessed.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Technical personnel or technical units
Description : Tenderers can use the following technical personnel or technical units , particularly those who are responsible for quality control: For technical personnel or technical units that do not directly belong to the tenderer ́s business, but if the capacity the tenderer will use, cf. part II, section C, separate ESPD forms shall be supplemented. The tenderer is required to have sufficient technical resources and the capacity to carry out the assignment in accordance with the needs of the contracting authority. Documentation: Tenderers shall enclose an overview of personnel with technical/professional competence that are relevant for the execution of this delivery. The overview shall include the person ́s professional qualifications, experience and how the person is intended to be used in the relevant delivery. All resources stated shall have sufficient capacity in the contract period to be able to be used as described.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Technical facilities and quality assurance measures
Description : The tenderer utilises the following technical facilities and quality assurance measures and the tenderer ́s survey and research facility is as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Investigation and research facilities
Description : The tenderer ́s survey and research facilitates are as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Management and tracing of the supply chain
Description : The tenderer will be able to use the following management of the supply chain and tracing systems for the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Control Permission
Description : For goods or services that are complicated, or that in exceptional cases shall be used for a particular purpose: Will the tenderer allow checks of the tenderer's production capacity or technical capacity and, where necessary, of the survey and research facilities that the tenderer has at its disposal and of quality control measures? The inspections shall be undertaken by the contracting authority or the contracting authority can leave it to a competent public body in the country where the tenderer is established.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Education and professional qualifications
Description : The following education and professional qualifications are possessed by the tenderer and/or (depending on the requirements set in the notice or in the procurement documents) of the leading employees:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Environmental management measures
Description : Tenderers can employ the following environmental management measures in connection with the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Number of employees in the management
Description : The tenderer ́s number of employees in the management during the last three years was as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Average workforce
Description : The tenderer's average annual workforce in the last three years has been as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Tools, materials and technical equipment.
Description : Tenderers can use the following tools, material and technical equipment to carry out the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Portion of the contract to sub-suppliers.
Description : The tenderer is considering to outsource the following part (as a percentage) of the contract to sub-suppliers. Note that if the tenderer has decided to outsource a part of the contract to sub-suppliers and will use the sub-suppliers ́ capacity to carry out this part, a special ESPD will be supplemented for such sub-suppliers, see part II, section C, above.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Procurement of goods: Requested samples, descriptions or photographs that do not need to be accompanied by certificates that they are genuine.
Description : Procurement of goods: The tenderer presents supplies that shall be delivered, requested samples, descriptions or photographs, which do not need to be accompanied by certificates that they are genuine.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Procurement of goods: Requested samples, descriptions or photographs with certificates.
Description : When procurement of goods: If requested, the tenderer further declares that they will deliver the requested certificates that they are genuine.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : When procuring goods: Certificates issued by official bodies for quality control
Description : Can tenderers submit the requested certificates issued by official bodies for quality control, and who can confirm that the goods, which are clearly identified by reference to technical specifications or standards, as determined in the notice or in the procurement documents, are in accordance with these?
Use of this criterion : Not used

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 12/05/2025 12:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/239531516.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 : Allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Deadline for receipt of tenders : 28/05/2025 12:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 28/05/2025 12:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Hordaland tingrett rettstad Bergen

8. Organisations

8.1 ORG-0001

Official name : Bergen kommune - Innkjøp konsern
Registration number : 964338531
Department : Innkjøp konsern
Postal address : Postboks 7700
Town : BERGEN
Postcode : 5020
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Contact point : Laila Hope
Telephone : +47 05556
Roles of this organisation :
Buyer
Group leader

8.1 ORG-0002

Official name : Alver kommune
Registration number : 920 290 922
Town : Frekhaug
Country : Norway
Telephone : 56 37 50 00
Roles of this organisation :
Buyer

8.1 ORG-0003

Official name : Askøy kommune
Registration number : 964 338 442
Town : Kleppestø
Country : Norway
Telephone : 56 15 80 00
Roles of this organisation :
Buyer

8.1 ORG-0004

Official name : Austevoll kommune
Registration number : 941 139 787
Town : Storebø
Country : Norway
Telephone : 55 08 10 00
Roles of this organisation :
Buyer

8.1 ORG-0005

Official name : Austrheim kommune
Registration number : 948 350 823
Town : Austrheim
Country : Norway
Telephone : 56 16 20 00
Roles of this organisation :
Buyer

8.1 ORG-0006

Official name : Bjørnafjorden kommune
Registration number : 844 458 312
Town : Eikelandsosen
Country : Norway
Telephone : 56 57 50 00
Roles of this organisation :
Buyer

8.1 ORG-0007

Official name : Kvam Herad
Registration number : 944 233 199
Town : Norheimsund
Country : Norway
Telephone : 56 55 30 00
Roles of this organisation :
Buyer

8.1 ORG-0008

Official name : Masfjorden kommune
Registration number : 945 627 913
Town : Masfjordnes
Country : Norway
Telephone : 56 16 62 00
Roles of this organisation :
Buyer

8.1 ORG-0009

Official name : Modalen kommune
Registration number : 964 969 302
Town : Modalen
Country : Norway
Telephone : 56 59 90 00
Roles of this organisation :
Buyer

8.1 ORG-0010

Official name : Osterøy kommune
Registration number : 864 338 712
Town : Lonevåg
Country : Norway
Telephone : 56 19 21 51
Roles of this organisation :
Buyer

8.1 ORG-0011

Official name : Samnanger kommune
Registration number : 964 968 985
Town : Tysse
Country : Norway
Telephone : 56 58 74 00
Roles of this organisation :
Buyer

8.1 ORG-0012

Official name : Vaksdal kommune
Registration number : 961 821 967
Town : Dalekvam
Country : Norway
Telephone : 56 59 44 00
Roles of this organisation :
Buyer

8.1 ORG-0013

Official name : Voss herad
Registration number : 960 510 542
Town : Voss
Country : Norway
Telephone : 56 51 94 00
Roles of this organisation :
Buyer

8.1 ORG-0014

Official name : Øygarden kommune
Registration number : 922 530 890
Town : Rong
Country : Norway
Telephone : 55 09 73 48
Roles of this organisation :
Buyer

8.1 ORG-0015

Official name : Ullensvang kommune
Registration number : 920 500 633
Town : Odda
Country : Norway
Telephone : 53 65 40 00
Roles of this organisation :
Buyer

8.1 ORG-0016

Official name : Betanien rehabilitering og sykehjem
Registration number : 968 349 627
Town : Fyllingsdalen
Country : Norway
Telephone : 46 41 42 34
Roles of this organisation :
Buyer

8.1 ORG-0017

Official name : Omsorgssenteret Bergens Indremisjon
Registration number : 964 338 531
Town : Bergen
Country : Norway
Telephone : 55 31 91 50
Roles of this organisation :
Buyer

8.1 ORG-0018

Official name : Stiftelsen Metodisthjemmet Bergen
Registration number : 971 427 337
Town : Bergen
Country : Norway
Telephone : 98 23 92 79
Roles of this organisation :
Buyer

8.1 ORG-0019

Official name : Stiftelsen St. Johanneshjemmet
Registration number : 971 472 345
Town : Bergen
Country : Norway
Telephone : 48 13 93 56
Roles of this organisation :
Buyer

8.1 ORG-0020

Official name : Bergen Kirkelige Fellesråd
Registration number : 976 994 434
Town : Bergen
Country : Norway
Telephone : 93 06 04 97
Roles of this organisation :
Buyer

8.1 ORG-0021

Official name : Hordaland tingrett rettstad Bergen
Registration number : 926 723 367
Town : Bergen
Country : Norway
Telephone : 55 69 97 00
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : f8df0c88-7b1f-44a5-a68a-765fa7f8fb4b - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 11/04/2025 09:46 +00:00
Notice dispatch date (eSender) : 11/04/2025 09:51 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00240217-2025
OJ S issue number : 73/2025
Publication date : 14/04/2025