OG-25-01 Framework agreement furniture and fixtures

The Procurement Cooperation in North and South Østerdal, as well as Nord-Gudbrandsdal intends to enter into a framework agreement for the procurement of furniture for offices, schools, nurseries and other institutions in the municipalities. The aim of the procurement is to cover the contracting authority ́s ongoing need for the …

CPV: 39130000 Meble biurowe, 39000000 Meble (włącznie z biurowymi), wyposażenie, urządzenia domowe (z wyłączeniem oświetlenia) i środki czyszczące, 39100000 Meble, 39110000 Siedziska, krzesła i produkty z nimi związane, i ich części, 39120000 Stoły, kredensy, biurka i biblioteczki, 39151000 Meble różne, 39153000 Meble konferencyjne, 39160000 Meble szkolne, 39161000 Meble przedszkolne
Termin:
27 czerwca 2025 21:59
Rodzaj terminu:
Złożenie oferty
Miejsce wykonania:
OG-25-01 Framework agreement furniture and fixtures
Miejsce udzielenia zamówienia:
ABAKUS AS
Numer nagrody:
OG-25-01

1. Buyer

1.1 Buyer

Official name : ABAKUS AS
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 : OG-25-01 Framework agreement furniture and fixtures
Description : The Procurement Cooperation in North and South Østerdal, as well as Nord-Gudbrandsdal intends to enter into a framework agreement for the procurement of furniture for offices, schools, nurseries and other institutions in the municipalities. The aim of the procurement is to cover the contracting authority ́s ongoing need for the purchase and supplement of office furniture, as well as make it more efficient and reduce the transaction costs thereof.
Procedure identifier : b1eaab36-82e8-418d-90b6-8d6d29224f30
Internal identifier : OG-25-01
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The procurement is for the delivery of office furniture to schools, nurseries and other institutions. The estimated value of the framework agreement is nok 1,000,000 excluding VAT. NOK 28 million excluding VAT based on the Østerdal municipalities ́ last year call-offs and equivalent expected need in Nord-Gudbrandsdalen, multiplied by length. Major furnishing projects, renovation or new buildings are not automatically included in the framework agreement and the contracting authority will be able to publish such procurements in accordance with the Public Procurement Regulations.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 39100000 Furniture
Additional classification ( cpv ): 39000000 Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
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 ): 39151000 Miscellaneous furniture
Additional classification ( cpv ): 39153000 Conference-room furniture
Additional classification ( cpv ): 39160000 School furniture
Additional classification ( cpv ): 39161000 Kindergarten furniture

2.1.2 Place of performance

Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - .
Anskaffelsesforskriften - Cf. the Public Procurement Act.

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 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?

5. Lot

5.1 Lot technical ID : LOT-0000

Title : OG-25-01 Framework agreement furniture and fixtures
Description : The Procurement Cooperation in North and South Østerdal, as well as Nord-Gudbrandsdal intends to enter into a framework agreement for the procurement of furniture for offices, schools, nurseries and other institutions in the municipalities. The aim of the procurement is to cover the contracting authority ́s ongoing need for the purchase and supplement of office furniture, as well as make it more efficient and reduce the transaction costs thereof.
Internal identifier : OG-25-01

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 39100000 Furniture
Additional classification ( cpv ): 39000000 Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
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 ): 39151000 Miscellaneous furniture
Additional classification ( cpv ): 39153000 Conference-room furniture
Additional classification ( cpv ): 39160000 School furniture
Additional classification ( cpv ): 39161000 Kindergarten furniture

5.1.2 Place of performance

Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

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 : 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 : Other economic or 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: Minimum qualification requirements Tenderers shall have sufficient financial capacity to fulfil the assignment. Documented by an expanded report from Bisnode http://www.soliditet.no/. The report must be dated after the publication date for the competition. If this is not enclosed, Abakus will obtain an expanded report from Bisnode free of cost for the tenderer. The information in the report will form the basis for an assessment of the tenderer's economic and financial situation. Information given on the tender date will be used as a basis. A credit rating equivalent to or better than "A" or "AN" is required to participate in the competition.
Criterion : References on specified 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. Minimum qualification requirements Tenderers shall have experience from equivalent assignments. Tendering companies shall describe a minimum of x equivalent assignments during the last y years. The description shall be filled in in the fields below.
Criterion : Subcontracting proportion
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. Minimum qualification requirements
Criterion : Certificates by independent bodies about 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? Minimum qualification requirements
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 Documented by certificates issued by independent bodies as documentation that the tenderer fulfils certain environmental management systems or standards, cf. the EU Scheme for Environmental Management and Environmental Audit (EMAS), other recognised environmental management systems in Regulation (EF) no. 1221/2009 Article 45 or other environmental management standards based on relevant European or international standards from accredited bodies.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 20/06/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/257120003.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 : 27/06/2025 21:59 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 27/06/2025 21:59 +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 : 2
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Østre Innlandet Tingrett -
Information about review deadlines : See the Procurement Act

8. Organisations

8.1 ORG-0001

Official name : ABAKUS AS
Registration number : 983335543
Postal address : Postboks 128
Town : ENGERDAL
Postcode : 2440
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Telephone : +47 47476000
Fax : +47 62458030
Internet address : http://www.abakus.as
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Østre Innlandet Tingrett
Registration number : 986 252 932
Town : Hamar
Postcode : 2317
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Roles of this organisation :
Review organisation

10. Change

Version of the previous notice to be changed : 25569568-ce79-477f-bfcf-4a99a87f4be5-01
Main reason for change : Information updated

10.1 Change

Section identifier : PROCEDURE

10.1 Change

Section identifier : LOT-0000
Notice information
Notice identifier/version : 900182a1-0fe3-4159-a8bc-2cfa280d397f - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 04/06/2025 07:55 +00:00
Notice dispatch date (eSender) : 04/06/2025 08:07 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00365169-2025
OJ S issue number : 107/2025
Publication date : 05/06/2025