Framework agreement for work clothes and shoes for seven municipalities in Telemark

The contracting authority shall enter into a framework agreement to cover the need for the purchase of workwear and shoes for seven municipalities in Telemark (Kviteseid, Nissedal, Nome, Midt-Telemark, Vinje, Seljord and Tokke). Tenderers shall offer a wide range of work clothes and shoes for women and men. Tenderers shall, …

CPV: 18100000 Odzież branżowa, specjalna odzież robocza i dodatki, 18000000 Odzież, obuwie, artykuły bagażowe i dodatki, 18110000 Odzież branżowa, 18140000 Dodatki do odzieży roboczej, 18200000 Odzież wierzchnia, 18220000 Odzież przeciwdeszczowa, 18221000 Odzież nieprzemakalna, 18310000 Bielizna osobista, 18312000 Kalesony, 18800000 Obuwie, 18810000 Obuwie inne niż sportowe oraz ochronne, 18811000 Obuwie nieprzemakalne, 18812000 Obuwie z częściami gumowymi lub z tworzyw sztucznych, 18812300 Obuwie lekkie z cholewkami z gumy lub z tworzyw sztucznych, 18813000 Obuwie z cholewkami ze skóry, 18813300 Obuwie lekkie, 18814000 Obuwie z cholewkami z tworzyw włókienniczych, 18830000 Obuwie ochronne, 19220000 Tkaniny wełniane, 33199000 Odzież medyczna
Termin:
14 października 2025 10:00
Rodzaj terminu:
Złożenie oferty
Miejsce wykonania:
Framework agreement for work clothes and shoes for seven municipalities in Telemark
Miejsce udzielenia zamówienia:
Midt-Telemark kommune
Numer nagrody:
25/9302

1. Buyer

1.1 Buyer

Official name : Midt-Telemark kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Framework agreement for work clothes and shoes for seven municipalities in Telemark
Description : The contracting authority shall enter into a framework agreement to cover the need for the purchase of workwear and shoes for seven municipalities in Telemark (Kviteseid, Nissedal, Nome, Midt-Telemark, Vinje, Seljord and Tokke). Tenderers shall offer a wide range of work clothes and shoes for women and men. Tenderers shall, in addition, be able to mark the work wear with a logo as needed. The procurement is divided into two sub competitions: Lot 1: Workwear and shoes for health, kitchen, cleaning and serviceDelkonkurranse 2: Work clothes and shoes for nursery schools.
Procedure identifier : 448d54eb-931c-4e2f-a711-c7bb8dba4fac
Internal identifier : 25/9302
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 18100000 Occupational clothing, special workwear and accessories
Additional classification ( cpv ): 18000000 Clothing, footwear, luggage articles and accessories
Additional classification ( cpv ): 18110000 Occupational clothing
Additional classification ( cpv ): 18140000 Workwear accessories
Additional classification ( cpv ): 18200000 Outerwear
Additional classification ( cpv ): 18220000 Weatherproof clothing
Additional classification ( cpv ): 18221000 Waterproof clothing
Additional classification ( cpv ): 18310000 Underwear
Additional classification ( cpv ): 18312000 Underpants
Additional classification ( cpv ): 18800000 Footwear
Additional classification ( cpv ): 18810000 Footwear other than sports and protective footwear
Additional classification ( cpv ): 18811000 Waterproof footwear
Additional classification ( cpv ): 18812000 Footwear with rubber or plastic parts
Additional classification ( cpv ): 18812300 Town footwear with rubber or plastic uppers
Additional classification ( cpv ): 18813000 Footwear with uppers of leather
Additional classification ( cpv ): 18813300 Town footwear
Additional classification ( cpv ): 18814000 Footwear with uppers of textile materials
Additional classification ( cpv ): 18830000 Protective footwear
Additional classification ( cpv ): 19220000 Woollen fabrics
Additional classification ( cpv ): 33199000 Medical clothing

2.1.2 Place of performance

Postal address : Bøgata 67
Town : Bø i Telemark
Postcode : 3800
Country subdivision (NUTS) : Telemark ( NO094 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 8 381 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - The procurement shall be made in accordance with the Public Procurement Act dated 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). The competition will be held as an open tender contest in accordance with parts I and III of the regulations.

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 2
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 2

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?
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-0001

Title : Lot 1: Workwear and shoes for health, kitchen, cleaning and service.
Description : The contracting authority shall enter into a framework agreement to cover the need for the purchase of work wear and shoes. Tenderers shall offer a wide range of work clothes and shoes for women and men. Tenderers shall, in addition, be able to mark the work wear with a logo as needed. The following municipalities participate in this sub-competition: Midt-Telemark, Nome, Seljord, Tokke, Kviteseid, Nissedal and Vinje.  Option: All of the participating municipalities have an option to join the contract for their departments within cleaning and service. In addition the kitchen department in Vinje municipality has an option to join the contract on the same terms.
Internal identifier : 25/9302-0

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 18100000 Occupational clothing, special workwear and accessories
Additional classification ( cpv ): 18000000 Clothing, footwear, luggage articles and accessories
Additional classification ( cpv ): 18110000 Occupational clothing
Additional classification ( cpv ): 18140000 Workwear accessories
Additional classification ( cpv ): 18200000 Outerwear
Additional classification ( cpv ): 18220000 Weatherproof clothing
Additional classification ( cpv ): 18221000 Waterproof clothing
Additional classification ( cpv ): 18310000 Underwear
Additional classification ( cpv ): 18312000 Underpants
Additional classification ( cpv ): 18800000 Footwear
Additional classification ( cpv ): 18810000 Footwear other than sports and protective footwear
Additional classification ( cpv ): 18811000 Waterproof footwear
Additional classification ( cpv ): 18812000 Footwear with rubber or plastic parts
Additional classification ( cpv ): 18812300 Town footwear with rubber or plastic uppers
Additional classification ( cpv ): 18813000 Footwear with uppers of leather
Additional classification ( cpv ): 18813300 Town footwear
Additional classification ( cpv ): 18814000 Footwear with uppers of textile materials
Additional classification ( cpv ): 18830000 Protective footwear
Additional classification ( cpv ): 19220000 Woollen fabrics
Additional classification ( cpv ): 33199000 Medical clothing

5.1.2 Place of performance

Country subdivision (NUTS) : Telemark ( NO094 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 31/10/2025
Duration end date : 31/10/2029

5.1.5 Value

Estimated value excluding VAT : 5 905 000 Norwegian krone
Maximum value of the framework agreement : 8 950 000 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

5.1.9 Selection criteria

Sources of selection criteria : European Single Procurement Document (ESPD)

5.1.10 Award criteria

Criterion :
Type : Quality
Name : Quality
Description : Point 1: Product samples (subweight 60%). Point 2: Logistics and ordering system (subweight 30%). Point 3: Product assortment (subweight 10%).
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Price
Name : Price
Description : Fill in the price form for the tenderer or sub competitions that a tender is submitted for. The lowest total price gives the highest score.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Environment
Description : The contracting authority will assess how the tenderer can contribute to reducing climate and environmental impact in connection with this contract.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 07/10/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/265592835.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
Deadline for receipt of tenders : 14/10/2025 10:00 +00:00
Deadline until which the tender must remain valid : 93 Day
Information about public opening :
Opening date : 14/10/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
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 : 100
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Telemark Tingrett
Information about review deadlines : The contracting authority will not enter into a contract until ten calendar days have passed from the notification of the award, in accordance with the procurement regulations. Tenderers who wish to appeal must do so in this period.
Organisation providing more information on the review procedures : Midt-Telemark kommune
Organisation receiving requests to participate : Midt-Telemark kommune
Organisation processing tenders : Midt-Telemark kommune

5.1 Lot technical ID : LOT-0002

Title : Lot 2: Workwear and shoes for nursery school
Description : The contracting authority shall enter into a framework agreement to cover the need for the purchase of work wear and shoes. Tenderers shall offer a wide range of work clothes and shoes for women and men. Tenderers shall, in addition, be able to mark the work wear with a logo as needed. The following municipalities participate in this sub-competition: Seljord, Tokke, Midt-Telemark, Nome, Nissedal and Vinje.Opsjon: Kviteseid municipality has an option to join the contract on the same terms as the participating municipalities.
Internal identifier : 25/9302-1

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 18100000 Occupational clothing, special workwear and accessories
Additional classification ( cpv ): 18000000 Clothing, footwear, luggage articles and accessories
Additional classification ( cpv ): 18110000 Occupational clothing
Additional classification ( cpv ): 18140000 Workwear accessories
Additional classification ( cpv ): 18200000 Outerwear
Additional classification ( cpv ): 18220000 Weatherproof clothing
Additional classification ( cpv ): 18221000 Waterproof clothing
Additional classification ( cpv ): 18310000 Underwear
Additional classification ( cpv ): 18312000 Underpants
Additional classification ( cpv ): 18800000 Footwear
Additional classification ( cpv ): 18810000 Footwear other than sports and protective footwear
Additional classification ( cpv ): 18811000 Waterproof footwear
Additional classification ( cpv ): 18812000 Footwear with rubber or plastic parts
Additional classification ( cpv ): 18812300 Town footwear with rubber or plastic uppers
Additional classification ( cpv ): 18813000 Footwear with uppers of leather
Additional classification ( cpv ): 18813300 Town footwear
Additional classification ( cpv ): 18814000 Footwear with uppers of textile materials
Additional classification ( cpv ): 18830000 Protective footwear
Additional classification ( cpv ): 19220000 Woollen fabrics
Additional classification ( cpv ): 33199000 Medical clothing

5.1.2 Place of performance

Country subdivision (NUTS) : Telemark ( NO094 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 31/10/2025
Duration end date : 31/10/2029

5.1.5 Value

Estimated value excluding VAT : 2 476 000 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

5.1.9 Selection criteria

Sources of selection criteria : European Single Procurement Document (ESPD)

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 07/10/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/265592835.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
Deadline for receipt of tenders : 14/10/2025 10:00 +00:00
Deadline until which the tender must remain valid : 93 Day
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 : The contracting authority reserves the right to request post or clarification of the documentation, if it is deemed necessary and does not involve changes or improvements to the tender offer. This can, for example, be documents such as a company registration certificate, tax certificate or other documentation that does not affect the content of the tender or assessment.
Information about public opening :
Opening date : 14/10/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
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 : 100
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Telemark Tingrett
Information about review deadlines : The contracting authority will not enter into a contract until at least 10 calendar days from when notification of the award is sent electronically to the tenderers, in accordance with the procurement regulations § 25-1. Tenderers who wish to appeal must do so by this period.
Organisation providing more information on the review procedures : Midt-Telemark kommune
Organisation receiving requests to participate : Midt-Telemark kommune
Organisation processing tenders : Midt-Telemark kommune

8. Organisations

8.1 ORG-0001

Official name : Midt-Telemark kommune
Registration number : 920297293
Postal address : Bøgata 67,
Town : BØ I TELEMARK
Postcode : 3833
Country subdivision (NUTS) : Telemark ( NO094 )
Country : Norway
Contact point : Anne Birgit Tresland
Telephone : +47 35059000
Fax : +47 35059009
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 : Telemark Tingrett
Registration number : 926723545
Department : Notodden
Postal address : Storgata 66
Town : Notodden
Postcode : 3674
Country subdivision (NUTS) : Telemark ( NO094 )
Country : Norway
Telephone : 35122820
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : 1b3aec05-aded-4f81-8003-e51dc1e47550 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 16/09/2025 06:51 +00:00
Notice dispatch date (eSender) : 16/09/2025 06:51 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00608304-2025
OJ S issue number : 178/2025
Publication date : 17/09/2025