Framework agreement for furniture for offices, schools, nurseries and institutions with the accompanying services.

Bømlo, Stord, Fitjar, Tysnes and Kvinnherad municipalities intend to enter into a framework agreement for the delivery of furniture for offices, schools, nurseries and institutions, including the accompanying services such as assembly, advice and repairs. The tenderer shall be a total supplier and be able to offer a broad range …

CPV: 39100000 Mobiliario, 39130000 Muebles de oficina, 39143200 Muebles de comedor, 39143300 Muebles de cuarto de estar, 39151000 Mobiliario diverso, 39153000 Mobiliario para sala de conferencias, 39155000 Mobiliario de biblioteca, 39156000 Mobiliario de recepción y sala de espera, 39157000 Partes de muebles, 39160000 Mobiliario escolar, 39161000 Mobiliario de jardín de infancia, 50850000 Servicios de reparación y mantenimiento de mobiliario
Plazo:
30 de abril de 2025 a las 10:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
Framework agreement for furniture for offices, schools, nurseries and institutions with the accompanying services.
Organismo adjudicador:
Sunnhordland Innkjøpsforum v/ Bømlo kommune
Número de premio:
2023/2262

1. Buyer

1.1 Buyer

Official name : Sunnhordland Innkjøpsforum v/ Bømlo kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

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

1.1 Buyer

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

1.1 Buyer

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

1.1 Buyer

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

1.1 Buyer

Official name : Bømlo Kommunale Eigedomsselskap AS
Legal type of the buyer : Public undertaking, controlled by a local authority
Activity of the contracting authority : Housing and community amenities

1.1 Buyer

Official name : Sunnhordland Interkommunale legevakt IKS
Legal type of the buyer : Public undertaking, controlled by a local authority
Activity of the contracting authority : Health

2. Procedure

2.1 Procedure

Title : Framework agreement for furniture for offices, schools, nurseries and institutions with the accompanying services.
Description : Bømlo, Stord, Fitjar, Tysnes and Kvinnherad municipalities intend to enter into a framework agreement for the delivery of furniture for offices, schools, nurseries and institutions, including the accompanying services such as assembly, advice and repairs. The tenderer shall be a total supplier and be able to offer a broad range of furniture of high quality and durability, adapted to daily use by different user groups. The contract shall ensure that the contracting authorities get modern, functional and environmentally friendly furniture that fulfils strict requirements for quality, environment and safety.
Procedure identifier : 56116fc5-0892-4e3a-9005-885b92974e4b
Internal identifier : 2023/2262
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The procurement will be carried out in accordance with the Public Procurement Act of 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
Additional nature of the contract : Services
Main classification ( cpv ): 39100000 Furniture
Additional classification ( cpv ): 39130000 Office furniture
Additional classification ( cpv ): 39143200 Dining-room furniture
Additional classification ( cpv ): 39143300 Living-room furniture
Additional classification ( cpv ): 39151000 Miscellaneous furniture
Additional classification ( cpv ): 39153000 Conference-room furniture
Additional classification ( cpv ): 39155000 Library furniture
Additional classification ( cpv ): 39156000 Lounge and reception-area furniture
Additional classification ( cpv ): 39157000 Parts of furniture
Additional classification ( cpv ): 39160000 School furniture
Additional classification ( cpv ): 39161000 Kindergarten furniture
Additional classification ( cpv ): 50850000 Repair and maintenance services of furniture

2.1.2 Place of performance

Town : Bømlo kommune
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway

2.1.2 Place of performance

Town : Stord kommune
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway

2.1.2 Place of performance

Town : Fitjar kommune
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway

2.1.2 Place of performance

Town : Tysnes kommune
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway

2.1.2 Place of performance

Town : Kvinnherad kommune
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 40 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU

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 following rejection reasons in the procurement regulations § 24-2 are purely national rejection reasons: • §24-2(2). This provision states that the contracting authority shall reject a tenderer when he is aware that the tenderer has been legally convicted or has accepted a wrought for the stated punishable conditions. The requirement that the contracting authority shall reject tenderers who have accepted a wreap for the stated punishable conditions is a distinctively Norwegian requirement. • 24-2(3) letter in. The rejection reason in the ESPD form only concerns serious errors in professional practice, whilst the Norwegian rejection reason also includes other serious errors that can lead to doubt about the tenderer's professional integrity.
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 : Framework agreement for furniture for offices, schools, nurseries and institutions with the accompanying services.
Description : Bømlo, Stord, Fitjar, Tysnes and Kvinnherad municipalities intend to enter into a framework agreement for the delivery of furniture for offices, schools, nurseries and institutions, including the accompanying services such as assembly, advice and repairs. The tenderer shall be a total supplier and be able to offer a broad range of furniture of high quality and durability, adapted to daily use by different user groups. The contract shall ensure that the contracting authorities get modern, functional and environmentally friendly furniture that fulfils strict requirements for quality, environment and safety.
Internal identifier : 2023/2262

5.1.1 Purpose

Main nature of the contract : Supplies
Additional nature of the contract : Services
Main classification ( cpv ): 39100000 Furniture
Additional classification ( cpv ): 39130000 Office furniture
Additional classification ( cpv ): 39143200 Dining-room furniture
Additional classification ( cpv ): 39143300 Living-room furniture
Additional classification ( cpv ): 39151000 Miscellaneous furniture
Additional classification ( cpv ): 39153000 Conference-room furniture
Additional classification ( cpv ): 39155000 Library furniture
Additional classification ( cpv ): 39156000 Lounge and reception-area furniture
Additional classification ( cpv ): 39157000 Parts of furniture
Additional classification ( cpv ): 39160000 School furniture
Additional classification ( cpv ): 39161000 Kindergarten furniture
Additional classification ( cpv ): 50850000 Repair and maintenance services of furniture

5.1.2 Place of performance

Town : Bømlo kommune
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Additional information :

5.1.2 Place of performance

Town : Stord kommune
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Additional information :

5.1.2 Place of performance

Town : Fitjar kommune
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Additional information :

5.1.2 Place of performance

Town : Tysnes kommune
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Additional information :

5.1.2 Place of performance

Town : Kvinnherad kommune
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.4 Renewal

Maximum renewals : 2
The buyer reserves the right for additional purchases from the contractor, as described here : Option for the contracting authority to extend the contract for 1+1 year.

5.1.5 Value

Estimated value excluding VAT : 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

Criterion :
Type : Economic and financial standing
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Use of this criterion : Used

5.1.11 Procurement documents

Deadline for requesting additional information : 23/04/2025 21:30 +00:00

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 : 30/04/2025 10:00 +00:00
Information about public opening :
Opening date : 30/04/2025 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 : 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 : Haugaland og Sunnhordland tingrett

8. Organisations

8.1 ORG-0001

Official name : Sunnhordland Innkjøpsforum v/ Bømlo kommune
Registration number : 834210622
Postal address : Rådhuset, Leirdalen 1
Town : Bremnes
Postcode : 5430
Country : Norway
Contact point : Ilja Serov
Telephone : +47 53423087
Roles of this organisation :
Buyer
Group leader

8.1 ORG-0002

Official name : Stord kommune
Registration number : 939866914
Postal address : Borggata 2
Town : Stord
Postcode : 5417
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Telephone : 53496600
Roles of this organisation :
Buyer

8.1 ORG-0003

Official name : Kvinnherad kommune
Registration number : 964967636
Postal address : Rosendalsvegen 10
Town : Rosendal
Postcode : 5470
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Telephone : 53483100
Roles of this organisation :
Buyer

8.1 ORG-0004

Official name : Fitjar kommune
Registration number : 944073310
Postal address : Sjøsbrekko 1
Town : Fitjar
Postcode : 5419
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Telephone : 53458500
Roles of this organisation :
Buyer

8.1 ORG-0005

Official name : Tysnes kommune
Registration number : 959412340
Postal address : Uggdalsvegen 301
Town : Uggdal
Postcode : 5685
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Telephone : 53437000
Roles of this organisation :
Buyer

8.1 ORG-0006

Official name : Bømlo Kommunale Eigedomsselskap AS
Registration number : 993002631
Postal address : Hollundsdalen 21
Town : Bremnes
Postcode : 5430
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Telephone : 53002500
Roles of this organisation :
Buyer

8.1 ORG-0007

Official name : Sunnhordland Interkommunale legevakt IKS
Registration number : 812998552
Postal address : Tysevegen 62
Town : Stord
Postcode : 5416
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Telephone : 53496600
Roles of this organisation :
Buyer

8.1 ORG-0008

Official name : Haugaland og Sunnhordland tingrett
Registration number : 926723405
Postal address : Vidsteensvegen 11
Town : Stord
Postcode : 5417
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Telephone : 52701400
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : 8fc77442-d404-4c04-bb4d-a29858b8f905 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 11/03/2025 13:57 +00:00
Notice dispatch date (eSender) : 11/03/2025 16:00 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00164373-2025
OJ S issue number : 51/2025
Publication date : 13/03/2025