Publications Office of the EU
Sports equipment - New notice - EU tenders
DisplayCustomHeader
Procurement Detail Actions Portlet
OP Portal - Procurement - Details

Sports equipment - New notice

  • Published
    23/12/2024
  • Deadline
    20/01/2025
  • Opening of tenders
    20/01/2025
  • Today
    19/07/2025
Status
Awarded
Type of contract
Supplies
Subject for Renewal
Yes
Buyer
Tromsø kommune
Place of performance
NUTS code: NO074 Troms og Finnmark/Romsa ja Finnmárku/Tromssa ja Finmarkku
Location of buyer
NUTS code: Not available
Business sector (Main CPV)
37400000 Sports goods and equipment
Total estimated contract value (excluding VAT)
Not available
Total final contract value (excluding VAT)
Not available
Tender reference number
24/240
Description

Tromsø municipality invites tenderers to an open tender contest for a new framework agreement for sports equipment. See the tender documentation for more information.

Submission Method
Electronic via:
https://tendsign.com/doc.aspx?MeFormsNoticeId=38646&GoTo=Tender
Tenders may be submitted
Electronic submission: required
https://tendsign.com/doc.aspx?MeFormsNoticeId=38646&GoTo=Tender
Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The procurement involves the establishment of a framework agreement
Conditions for opening tenders (date)
20/01/2025 12:01
Award method
Criterion: Price Award Criterium
Type: price
Description: The price criteria will be evaluated so that the lowest price gets 70 points, while the other prices are evaluated according to the relative difference to the lowest price. Lowest price/tender sum * 70 = number of points Tenderers must be able to document the purchase prices at the time of the tender offer, with documentation from sub-suppliers. The contracting authority shall undertake a revision of the documentation in the evaluation phase. Documentation requirement: Tenderers must fill in annex 1 - price form.
Weight (percentage, exact): 70
Criterion: Environmental Award Criterium
Type: quality
Description: The award criteria consists of two sub-points, both weighted 15%. (total 30%). The person who overall delivers the best response under this criteria will be awarded with the highest point score. 1. Tenderers shall describe how they work with recycling and reuse of used/damaged goods/materials. Emphasis will be put on whether the tenderer uses other suppliers ́ waste for the production of their own goods. Tenderers are also requested to describe a return scheme for goods that cannot be repaired, but which could potentially be reused in other products. Descriptions are wanted of reuse of e.g. steel and target network. (The response to point 1, counts 15% of the criteria environment) 2. Tenderers must describe their guarantee scheme. In the requirement specifications point 4.3.7 a minimum requirement for the guarantee period is stated. Tenderers will get points based on the guarantee period given beyond the stated minimum requirements. Tenderers shall state what guarantee time they offer for larger quality products and what warranty time they offer for other products. Documentation requirement: Tenderers must enclose responses to the above two points. The total response should not exceed 4 A4 pages of type times new roman, font size 12, line space 1.5, and normal margins. Pages beyond this, will not be evaluated. Tenderers will be bound by the answers they give and the Contracting Authority will follow-up in the agreement period. Evaluation: The contracting authority will evaluate the two sub-criteria separately; The evaluation of point 1 will be based on a judgemental overall assessment of the tenderer ́s response, where the relevance of the described and the degree of fulfilment of the contracting authority ́s wishes will form the basis. When evaluating the sub-criteria, the best tender will receive 15 points and other tenders will receive a judgemental score for the best. Evaluation of point 2 will occur if the tenderer who offers the best guarantee period will get 15 points. The other tenderers will get a relative point score set up against the best tender offer. The contracting authority will assess the sub-criteria individually and give points based on the response. The total number of points from the two sub-criteria will be the total point sum for the environmental award criteria. A total of 30 points can be received. The score will not be normalised. 30 points can only be achieved if the tenderer is best on both sub-criteria. Example: Tenderer 1: 15 points on the first criterium, 12 points on the second criterium. Total 27 points. Tenderer 2: 9 points on the first criterium, 15 points on the second criterium. Total 24 points. The total number of points will not be normalised.
Weight (percentage, exact): 30
Estimated value
Not available
Final contracted value
Not available
Award of contract
Official name: Tress AS
Postal address:
Town: Rådal
Postal code: 5235
Country:
Official name: Klubben AS
Postal address:
Town: Flisa
Postal code: 2270
Country:
Official name: PGM AS
Postal address:
Town: Maura
Postal code: 2032
Country:
Prior information
Contract
Award
Footnote - legal notice

This content published on this page is meant purely as an additional service and has no legal effect. The Union's institutions do not assume any liability for its contents. The official versions of the relevant tendering notices are those published in the Supplement of Official Journal of the European Union and available in TED. Those official texts are directly accessible through the links embedded in this page. For more information please see Public Procurement Explainability and Liability notice.