The objective of the framework agreement is to ensure efficient and easy access to furniture and large equipment for children. The orders on the contract will mainly be nursery schools, but also schools/AKS, health centres and other institutions with a need for furniture and equipment for children are current orderers. The framework agreement is for both new and used furniture, fixtures and major equipment that naturally belongs to the following categories: -Wardrobe -Sit - Eating and working -Stelle -Rest -Keep - Play and learn -Open-air
Frist
Fristen for mottak av tilbud var 2025-01-24.
Anskaffelsen ble publisert 2024-12-10.
Leverandører
Følgende leverandører er nevnt i tildelingsbeslutninger eller andre anskaffelsesdokumenter:
Kunngjøring av konkurranse (2024-12-10) Gjenstand Anskaffelsens omfang
Tittel: 24/1905 - Framework agreement for furniture and equipment for children.
Referansenummer: 24/1905
Kort beskrivelse:
“The objective of the framework agreement is to ensure efficient and easy access to furniture and large equipment for children. The orders on the contract...”
Kort beskrivelse
The objective of the framework agreement is to ensure efficient and easy access to furniture and large equipment for children. The orders on the contract will mainly be nursery schools, but also schools/AKS, health centres and other institutions with a need for furniture and equipment for children are current orderers.
The framework agreement is for both new and used furniture, fixtures and major equipment that naturally belongs to the following categories:
-Wardrobe
-Sit
- Eating and working
-Stelle
-Rest
-Keep
- Play and learn
-Open-air
Vis mer
Kontrakttype: Varer
Produkter/tjenester: Barnehagemøbler📦
Estimert verdi eksklusive mva: 136 620 000 NOK 💰
Beskrivelse
Beskrivelse av anskaffelsen:
“The objective of the framework agreement is to ensure efficient and easy access to furniture and large equipment for children. The orders on the contract...”
Beskrivelse av anskaffelsen
The objective of the framework agreement is to ensure efficient and easy access to furniture and large equipment for children. The orders on the contract will mainly be nursery schools, but also schools/AKS, health centres and other institutions with a need for furniture and equipment for children are current orderers.
The framework agreement is for both new and used furniture, fixtures and major equipment that naturally belongs to the following categories:
-Wardrobe
-Sit
- Eating and working
-Stelle
-Rest
-Keep
- Play and learn
-Open-air
Oslo municipality, Nordre Follo municipality, Lørenskog municipality, Drammen municipality, Ås municipality, Frogn municipality, Vestby municipality and Nesodden municipality.
Vis mer
Varighet: 2 (YEAR)
Tidsrammen nedenfor er uttrykt i antall år.
Informasjon om opsjoner
Opsjoner ✅
Beskrivelse av opsjoner:
“The agreement also includes non-exclusive option for:
- Soundproofing products.
- Outdoor play apparatuses” Tildelingskriterier
Pris ✅
Pris (vekting): 30
Kvalitetskriterium (navn): Quality of standard assortment
Kvalitetskriterium (vekting): 40
Kvalitetskriterium (navn): Environmental labels and EPD in a standard assortment of products.
Kvalitetskriterium (vekting): 30
Tittel
Identifikasjonsnummer for delkontrakt: LOT-0000
Prosedyre Prosedyretype
Åpen anbudskonkurranse ✅ Administrativ informasjon
Frist for mottak av tilbud eller forespørsler om deltakelse: 2025-01-24 11:00:00 📅
Vilkår for åpning av tilbud: 2025-01-24 11:00:00 📅
Språk som tilbud eller forespørsler om deltakelse kan sendes inn på: norsk 🗣️ Informasjon om en rammeavtale eller en dynamisk innkjøpsordning
Rammeavtale med flere leverandører ✅
Juridisk, økonomisk, finansiell og teknisk informasjon Økonomisk og finansiell stilling
Liste og kort beskrivelse av utvelgelseskriterier:
“Tenderers must have sufficient economic and financial capacity to be able to fulfil the contract.: Documentation requirement: The company's last Annual...”
Liste og kort beskrivelse av utvelgelseskriterier
Tenderers must have sufficient economic and financial capacity to be able to fulfil the contract.: Documentation requirement: The company's last Annual Financial Statement including notes, the Board's Annual Reports and Audit Reports, including new information of relevance to the company's fiscal numbers.
The contracting authority reserves the right to obtain credit appraisal on its own initiative.
Vis mer Vilkår for deltakelse
Liste og kort beskrivelse av vilkår:
“The tenderer shall be a legally established company.: Documentation requirement: Norwegian companies: Company Registration Certificate
Foreign companies:...”
Liste og kort beskrivelse av vilkår
The tenderer shall be a legally established company.: Documentation requirement: Norwegian companies: Company Registration Certificate
Foreign companies: Proof that the company is registered in a trade or business register as prescribed by the law of the country where the company is established.
Vis mer Teknisk og faglig kapasitet
Liste og kort beskrivelse av utvelgelseskriterier:
“Tenderers shall have good experience from equivalent assignments.: Equivalent assignments means deliveries that can be compared with the content of the...”
Liste og kort beskrivelse av utvelgelseskriterier
Tenderers shall have good experience from equivalent assignments.: Equivalent assignments means deliveries that can be compared with the content of the deliveries in this contract, including several delivery locations.
Documentation requirement: A short description of the most important deliveries in the last three years.
The overview must include information on the contract ́s value, date of delivery, number of delivery points as well as the name of the contracting authority and a description of the assignment ́s content.
It is the tenderer ́s responsibility to document relevance through the description.
Vis mer
Liste og kort beskrivelse av utvelgelseskriterier:
“The tenderer must have the capacity to carry out the contract.: Documentation requirement: A description of the tenderer's average workforce and the number...”
Liste og kort beskrivelse av utvelgelseskriterier
The tenderer must have the capacity to carry out the contract.: Documentation requirement: A description of the tenderer's average workforce and the number of employees in the management in the last three years.
Vis mer
Liste og kort beskrivelse av utvelgelseskriterier:
“Tenderers shall have a relevant quality assurance system for the content of the contract.: Documentation requirement: Certificate issued by independent...”
Liste og kort beskrivelse av utvelgelseskriterier
Tenderers shall have a relevant quality assurance system for the content of the contract.: Documentation requirement: Certificate issued by independent bodies as documentation that the tenderer fulfils quality assurance standards, for example ISO 9001:2015.
Alternatively: A description of the tenderer ́s quality assurance measures that are equivalent to the requested quality assurance standard.
Vis mer
Liste og kort beskrivelse av utvelgelseskriterier:
“Environmental management measures: Tenderers are required to have implemented environmental management measures that ensure that the tenderer is suitable to...”
Liste og kort beskrivelse av utvelgelseskriterier
Environmental management measures: Tenderers are required to have implemented environmental management measures that ensure that the tenderer is suitable to fulfil the contract ́s environmental provisions (see the joint procurement agreement point 7.4).
This means that the tenderer has methods for working actively and systematically to reduce negative environmental impact from activities connected to the execution of this contract.
Documentation requirement: A description of the tenderer's environmental management measures. If a tenderer has certificates from independent bodies that document the environmental management system, they can be presented as documentation. Refer to the EU Scheme for Environmental Management and Environmental Audit (EMAS), other recognised environmental management systems in regulation (EF) no. 1221/2009 article 45, or equivalent, and other environmental management standards based on relevant European or international standards from accredited bodies such as ISO 14001 or equivalent.
Vis mer
Liste og kort beskrivelse av utvelgelseskriterier:
“Due diligence assessments: Tenderers shall be suited to fulfil contract requirements for due diligence assessments for responsible businesses, cf. the joint...”
Liste og kort beskrivelse av utvelgelseskriterier
Due diligence assessments: Tenderers shall be suited to fulfil contract requirements for due diligence assessments for responsible businesses, cf. the joint procurement agreement point 7.5. This means that the Tenderer has implemented measures and systems that are used in the Tenderer's work to safeguard basic human rights and decent working conditions, as well as prevent environmental degradation and corruption.
Documentation requirement: A description of the tenderer's systems for working with due diligence assessments in accordance with the UN ́s guiding principles for business and human rights (UNGP) and OECD ́s guidelines for multinational companies.
The documentation shall include: Formal policies/guidelines that cover an obligation to comply with the requirements of responsible businesses. Formal policy/guidelines for accountability for sub suppliers/supplier chain (Supplier Code of Conduct). This shall only be provided if sub-suppliers are used. Descriptions of the tenderer ́s processes and routines for how the company works with due diligence assessments. Description of how the tenderer will obtain and maintain an overview of the country of origin and production locations for the products that the tenderer offers. Tenderers shall use Annex 4 Response Form Qualification Requirement: Due diligence assessments for responsible businesses, to respond to this qualification requirement.
Utfyllende informasjon Klageinstans
Navn: Oslo Tingrett
Nasjonalt registreringsnummer: 926 725 939
Postadresse: C. J. Hambros plass 4
Postnummer: 0164
Poststed: Oslo
Land: Norge 🇳🇴
E-post: oslo.tingrett@domstol.no📧
Telefon: +47 22035200📞
URL: https://www.domstol.no/no/domstoler/tingrett/oslo-tingrett/🌏 Tjeneste hvor informasjon om klageprosedyren kan innhentes
Navn: Oslo Tingrett
Nasjonalt registreringsnummer: 926 725 939
Postadresse: C. J. Hambros plass 4
Postnummer: 0164
Poststed: Oslo
Land: Norge 🇳🇴
E-post: oslo.tingrett@domstol.no📧
Telefon: +47 22035200📞
URL: https://www.domstol.no/no/domstoler/tingrett/oslo-tingrett/🌏 Informasjon om elektroniske arbeidsflyter
Elektronisk fakturering vil bli akseptert
Elektronisk betaling vil bli brukt
Kilde: OJS 2024/S 242-759206 (2024-12-10)
Kunngjøring av konkurranse (2025-01-10) Gjenstand Anskaffelsens omfang
Estimert verdi eksklusive mva: 136 620 000 NOK 💰
Prosedyre Administrativ informasjon
Frist for mottak av tilbud eller forespørsler om deltakelse: 2025-02-06 11:00:00 📅
Vilkår for åpning av tilbud: 2025-02-06 11:00:00 📅
Endringer Ny verdi
Tekst:
“The tender deadline has been extended to 06.02.2025, 12:00.” Annen tilleggsinformasjon
Kunngjøring om tildeling av kontrakt (2025-05-15) Gjenstand Anskaffelsens omfang
Estimert verdi eksklusive mva: 136 620 000 NOK 💰
Totalverdi for anskaffelsen (eksklusive mva): 136 620 000 NOK 💰
Totalverdi for anskaffelsen (eksklusive mva) (høyeste tilbud): 3280803.75 💰
Totalverdi for anskaffelsen (eksklusive mva) (laveste tilbud): 2127726.82 💰
Tildeling av kontrakt
Kontrakt/delkontrakt tildeles ✅
Identifikasjonsnummer for delkontrakt: LOT-0000
Kontraktnummer: 24/1905 - Rammeavtale for møbler og utstyr til barn - Trigonor AS
Dato for inngåelse av kontrakten: 2025-04-29 📅
Informasjon om tilbud
Antall mottatte tilbud: 2
Informasjon om kontraktens/delkontraktens verdi (eksklusive mva)
Høyeste tilbud: 3280803.75 💰
Laveste tilbud: 2127726.82 💰
Totalverdi for kontrakten/delkontrakten: 2127726.82 NOK 💰
Navn og adresse på kontraktør
Navn: Trigonor AS
Nasjonalt registreringsnummer: 977070260
Postadresse: Solgaard skog 2
Postnummer: 1599
Poststed: Moss
Region: no083 🏙️
Land: Norge 🇳🇴
E-post: tina@trigonor.no📧
Telefon: +47 40862447📞