Work clothes for power companies in Finnmark 2025-2027

This procurement is being made on behalf of the power companies: Barens Nett AS, organisation no. 971 058 854 with associated companiesArea Nett AS, organisation no. 956 740 134 with associated companiesNettselskapene Barentsnett AS and Area Nett AS are bound by the framework agreement, but the associated companies can act …

CPV: 18100000 Profesionālie apģērbi, speciālie darba apģērbi un aksesuāri, 18143000 Aizsargpiederumi, 18200000 Virsdrēbes, 18220000 Pret atmosfēras iedarbību aizsargāti apģērbi, 18400000 Speciālie apģērbi un aksesuāri, 18830000 Aizsargapavi
Termiņš:
2025. gada 16. maijs, 10:00
Termiņa veids:
Piedāvājuma iesniegšana
Izpildes vieta:
Work clothes for power companies in Finnmark 2025-2027
Piešķīrēja iestāde:
Barens Nett AS
Piešķīruma numurs:
2025-007

1. Buyer

1.1 Buyer

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

1.1 Buyer

Official name : Area Nett AS
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 : Work clothes for power companies in Finnmark 2025-2027
Description : This procurement is being made on behalf of the power companies: Barens Nett AS, organisation no. 971 058 854 with associated companiesArea Nett AS, organisation no. 956 740 134 with associated companiesNettselskapene Barentsnett AS and Area Nett AS are bound by the framework agreement, but the associated companies can act outside the framework agreement.
Procedure identifier : 575abe2e-e61f-4260-a225-e784e90bdfc1
Internal identifier : 2025-007
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The extent of the framework agreement is meant to cover the companies ́needs in the contract period and the contracting authority intends to enter into a framework agreement for the purchase of work clothes. The power companies have zero version for damages and undesired events. As a part of this work, the companies have a strong focus on correct work clothing. The correct use of work clothes and protective equipment in the edifying and injury-limiting context is to reduce the effect of accidents and accidents. Therefore there are requirements for workwear, protective clothing and personal protective equipment.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 18100000 Occupational clothing, special workwear and accessories
Additional classification ( cpv ): 18143000 Protective gear
Additional classification ( cpv ): 18200000 Outerwear
Additional classification ( cpv ): 18220000 Weatherproof clothing
Additional classification ( cpv ): 18400000 Special clothing and accessories
Additional classification ( cpv ): 18830000 Protective footwear

2.1.2 Place of performance

Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway

2.1.2 Place of performance

Town : Vadsø
Postcode : 9800
Country subdivision (NUTS) : Finnmark/Finnmárku/Finmarkku ( NO073 )
Country : Norway

2.1.2 Place of performance

Town : Vadsø
Postcode : 9800
Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway
Additional information : Not updated NUTS codes. Applies to Finnmark

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - The tenderer ́s item number is required. Postponed tender deadline.

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 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-0000

Title : Work clothes for power companies in Finnmark 2025-2027
Description : This procurement is being made on behalf of the power companies: Barens Nett AS, organisation no. 971 058 854 with associated companiesArea Nett AS, organisation no. 956 740 134 with associated companiesNettselskapene Barentsnett AS and Area Nett AS are bound by the framework agreement, but the associated companies can act outside the framework agreement.
Internal identifier : 2025-007

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 18100000 Occupational clothing, special workwear and accessories
Additional classification ( cpv ): 18143000 Protective gear
Additional classification ( cpv ): 18200000 Outerwear
Additional classification ( cpv ): 18220000 Weatherproof clothing
Additional classification ( cpv ): 18400000 Special clothing and accessories
Additional classification ( cpv ): 18830000 Protective footwear

5.1.2 Place of performance

Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway
Additional information :

5.1.2 Place of performance

Town : Vadsø
Postcode : 9800
Country subdivision (NUTS) : Finnmark/Finnmárku/Finmarkku ( NO073 )
Country : Norway
Additional information :

5.1.2 Place of performance

Town : Vadsø
Postcode : 9800
Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway
Additional information : Not updated NUTS codes. Applies to Finnmark

5.1.3 Estimated duration

Start date : 01/06/2025
Duration end date : 31/05/2028

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
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex. Minimum qualification requirements Documented by a company registration certificate from the Brønnøysund Register Centre.
Criterion : General yearly 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: Minimum qualification requirements Tenderers must have sufficient financial capacity to fulfil the contract and must be able to refer to annual turnover that is equivalent to twice the contract ́s estimated value. This shall be documented by the company's last annual accounts and a statement of the company's total turnover in the last three years.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards? Minimum qualification requirements Must be able to refer to environmental certificates such as ISO-14001, Miljøfyrtårn or equivalent third-party verified systems. A valid certificate shall be submitted.

5.1.11 Procurement documents

Deadline for requesting additional information : 05/05/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/248400064.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
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 16/05/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information that can be supplemented after the submission deadline :
At the discretion of the buyer, some missing tenderer-related documents may be submitted later.
Additional information : Not updated NUTS codes. Applies to Finnmark
Information about public opening :
Opening date : 16/05/2025 11:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

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

5.1.16 Further information, mediation and review

Mediation organisation : Indre- og Østre Finnmark tingrett -
Review organisation : Indre- og Østre Finnmark tingrett -
Information about review deadlines : See the tender documentation
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed : Indre- og Østre Finnmark tingrett -
Organisation providing information concerning the general regulatory framework for environmental protection applicable in the place where the contract is to be performed : Indre- og Østre Finnmark 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 : Indre- og Østre Finnmark tingrett -
Organisation providing additional information about the procurement procedure : Finnut AS -
Organisation providing offline access to the procurement documents : Finnut AS -
Organisation providing more information on the review procedures : Finnut AS -
Organisation receiving requests to participate : Finnut AS -
Organisation processing tenders : Finnut AS -

8. Organisations

8.1 ORG-0001

Official name : Barens Nett AS
Registration number : 971058854
Postal address : Nyborgveien 70
Town : VADSØ
Postcode : 9800
Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway
Contact point : Finnut AS
Telephone : +47 958 83 512
Fax : +47 78950041
Internet address : http://www.finnut.no
Roles of this organisation :
Buyer
Group leader

8.1 ORG-0002

Official name : Area Nett AS
Registration number : 956740134
Postal address : Storgata 5
Town : Honningsvåg
Postcode : 9570
Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway
Contact point : Finnut AS
Telephone : +47 958 83 512
Roles of this organisation :
Buyer

8.1 ORG-0003

Official name : Finnut AS
Registration number : 981539885
Postal address : Rådhusgata 5
Town : Vadsø
Postcode : 9800
Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway
Contact point : Bjørnar Pedersen
Telephone : 95883512
Roles of this organisation :
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders
Organisation providing more information on the review procedures

8.1 ORG-0004

Official name : Indre- og Østre Finnmark tingrett
Registration number : 926722840
Postal address : Postboks 54
Town : Vadsø
Postcode : 9811
Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway
Telephone : 78011700
Roles of this organisation :
Review organisation
Mediation 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

10. Change

Version of the previous notice to be changed : 4dc30432-156d-4e9c-a41d-f4455c6f21a1-01
Main reason for change : Information updated

10.1 Change

Section identifier : ORG-0001

10.1 Change

Section identifier : ORG-0002

10.1 Change

Section identifier : ORG-0003

10.1 Change

Section identifier : ORG-0004

10.1 Change

Section identifier : PROCEDURE

10.1 Change

Section identifier : LOT-0000
Notice information
Notice identifier/version : e8302fd5-3afb-462f-a5f4-43d9e4c23e5f - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 05/05/2025 13:16 +00:00
Notice dispatch date (eSender) : 05/05/2025 13:28 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00293209-2025
OJ S issue number : 88/2025
Publication date : 07/05/2025