Work clothes, protective equipment and tools in Trøndelag.

Trøndelag county shall enter into a new framework agreement for workwear, protective equipment, tools and other accompanying equipment. The contracting authority would like to enter into contract with a full-assortment of suppliers who have general types of work clothes and protective equipment and general types of tools in their assortment: …

CPV: 18100000 Beroepskleding, speciale werkkleding en toebehoren, 18110000 Beroepskleding, 18140000 Accessoires voor werkkleding, 18141000 Werkhandschoenen, 18200000 Bovenkleding, 18220000 Weerbestendige kleding, 18221000 Waterdichte kleding, 18444100 Veiligheidshoofddeksels, 18444200 Veiligheidshelmen, 18830000 Veiligheidsschoeisel, 33735100 Veiligheidsbrillen, 35113000 Veiligheidsuitrusting, 35113430 Veiligheidsvesten, 42676000 Delen van handgereedschap, 44510000 Gereedschap, 44511000 Handgereedschap
Deadline:
12 juni 2025 06:00
Soort termijn:
Indiening van een bod
Plaats van uitvoering:
Work clothes, protective equipment and tools in Trøndelag.
Toekennende instantie:
Trøndelag fylkeskommune
Gunningsnummer:
202520922

1. Buyer

1.1 Buyer

Official name : Trøndelag fylkeskommune
Legal type of the buyer : Regional authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Work clothes, protective equipment and tools in Trøndelag.
Description : Trøndelag county shall enter into a new framework agreement for workwear, protective equipment, tools and other accompanying equipment. The contracting authority would like to enter into contract with a full-assortment of suppliers who have general types of work clothes and protective equipment and general types of tools in their assortment: workwear and work shoes, as well as different types of accompanying product protective clothing, protective shoes and other types of personal protective equipment, as well as different types of products hand tools, air tools and electrical tools, as well as different types of accompanying products fixing material for building chemicals for buildings and workshops, as well as different types of accompanying productsNour description of the requirements given in the annex "Requirement Specification".
Procedure identifier : bf60be42-a054-4893-a8fb-43654f23189c
Internal identifier : 202520922
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The procurement will be made in accordance with the Public Procurement Act from 17 June 2016 (LOA) and the Public Procurement Regulations (FOA) FOR 2016-08-12-974 - Parts I and Part III. The contract will be awarded in accordance with the open tender contest procedure, cf. FOA § 13-1 (1).

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 18100000 Occupational clothing, special workwear and accessories
Additional classification ( cpv ): 18110000 Occupational clothing
Additional classification ( cpv ): 18140000 Workwear accessories
Additional classification ( cpv ): 18141000 Work gloves
Additional classification ( cpv ): 18200000 Outerwear
Additional classification ( cpv ): 18220000 Weatherproof clothing
Additional classification ( cpv ): 18221000 Waterproof clothing
Additional classification ( cpv ): 18444100 Safety headgear
Additional classification ( cpv ): 18444200 Hard hats
Additional classification ( cpv ): 18830000 Protective footwear
Additional classification ( cpv ): 33735100 Protective goggles
Additional classification ( cpv ): 35113000 Safety equipment
Additional classification ( cpv ): 35113430 Safety vests
Additional classification ( cpv ): 42676000 Parts of hand tools
Additional classification ( cpv ): 44510000 Tools
Additional classification ( cpv ): 44511000 Hand tools

2.1.2 Place of performance

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

2.1.3 Value

Estimated value excluding VAT : 30 000 000 Norwegian krone
Maximum value of the framework agreement : 40 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - Open tender contest, cf. the Public Procurement Regulations § 13-1 (1).

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-0000

Title : Work clothes, protective equipment and tools in Trøndelag.
Description : Trøndelag county shall enter into a new framework agreement for workwear, protective equipment, tools and other accompanying equipment. The contracting authority would like to enter into contract with a full-assortment of suppliers who have general types of work clothes and protective equipment and general types of tools in their assortment: workwear and work shoes, as well as different types of accompanying product protective clothing, protective shoes and other types of personal protective equipment, as well as different types of products hand tools, air tools and electrical tools, as well as different types of accompanying products fixing material for building chemicals for buildings and workshops, as well as different types of accompanying productsNour description of the requirements given in the annex "Requirement Specification".
Internal identifier : 202520922

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 18100000 Occupational clothing, special workwear and accessories
Additional classification ( cpv ): 18110000 Occupational clothing
Additional classification ( cpv ): 18140000 Workwear accessories
Additional classification ( cpv ): 18141000 Work gloves
Additional classification ( cpv ): 18200000 Outerwear
Additional classification ( cpv ): 18220000 Weatherproof clothing
Additional classification ( cpv ): 18221000 Waterproof clothing
Additional classification ( cpv ): 18444100 Safety headgear
Additional classification ( cpv ): 18444200 Hard hats
Additional classification ( cpv ): 18830000 Protective footwear
Additional classification ( cpv ): 33735100 Protective goggles
Additional classification ( cpv ): 35113000 Safety equipment
Additional classification ( cpv ): 35113430 Safety vests
Additional classification ( cpv ): 42676000 Parts of hand tools
Additional classification ( cpv ): 44510000 Tools
Additional classification ( cpv ): 44511000 Hand tools

5.1.2 Place of performance

Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 11/08/2025
Duration end date : 01/06/2027

5.1.5 Value

Estimated value excluding VAT : 30 000 000 Norwegian krone
Maximum value of the framework agreement : 40 000 000 Norwegian krone

5.1.6 General information

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

5.1.9 Selection criteria

Sources of selection criteria : Notice
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.
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
Criterion : Average yearly manpower
Description : The tenderer's average annual workforce in the last three years has been as follows: Minimum qualification requirements

5.1.11 Procurement documents

Deadline for requesting additional information : 04/06/2025 21:59 +00:00
Address of the procurement documents : https://permalink.mercell.com/256266951.aspx
Ad hoc communication channel :
Name : Mercell

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 : 12/06/2025 06:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 12/06/2025 06:05 +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 :
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 -
Organisation providing more information on the review procedures : Trøndelag fylkeskommune -
Organisation receiving requests to participate : Trøndelag fylkeskommune -
Organisation processing tenders : Trøndelag fylkeskommune -

8. Organisations

8.1 ORG-0001

Official name : Trøndelag fylkeskommune
Registration number : 817920632
Postal address : Seilmakergata 2
Town : STEINKJER
Postcode : 7725
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Contact point : Svend Olaf Olsen
Telephone : +47 944 43 810
Roles of this organisation :
Buyer
Organisation receiving requests to participate
Organisation processing tenders
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Trøndelag tingrett
Registration number : 926 722 794
Postal address : Munkegata 20, Postboks 2317 Torgarden
Town : Trondheim
Postcode : 7004
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Contact point : Domstolsadministrasjonen
Telephone : +47 73 54 24 00
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : 84c39ceb-d568-486f-9776-685fba882e5d - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 06/05/2025 14:08 +00:00
Notice dispatch date (eSender) : 06/05/2025 14:09 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00297286-2025
OJ S issue number : 89/2025
Publication date : 08/05/2025