1. Buyer
1.1.
Buyer
Official name: Trondheim 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: Bakklandet Menighets Omsorgsenter
Legal type of the buyer: Entity with special or exclusive rights
Activity of the contracting authority: Health
1.1.
Buyer
Official name: Trondhjems Hospital
Legal type of the buyer: Entity with special or exclusive rights
Activity of the contracting authority: Health
1.1.
Buyer
Official name: Kystad helse- og velferdssenter
Legal type of the buyer: Entity with special or exclusive rights
Activity of the contracting authority: Health
1.1.
Buyer
Official name: Stavne Arbeid Trondheim KF
Legal type of the buyer: Public undertaking, controlled by a local authority
Activity of the contracting authority: Social protection
1.1.
Buyer
Official name: Stavne Inkludering Trondheim KF
Legal type of the buyer: Public undertaking, controlled by a local authority
Activity of the contracting authority: Social protection
2. Procedure
2.1.
Procedure
Title: Lubricants, fuel and fuel related products, Framework agreement
Description: The procurement is for a framework agreement for the delivery of lubricants, fuel and fuel related products, including i.a. engine oils, hydraulic oils, gear oils, lubricants, coolers, antifreeze agents, wind clearer fluids, AdBlue and alkylate fuel for use in the contracting authority ́s vehicles and machines. The contract will include products in different packaging sizes (from smaller consumer units to barrels and IBC containers). The products ́ quality, compatibility and compliance with relevant standards or equivalent specifications will be required.
Procedure identifier: 6825f41a-b36f-4957-a5c0-9cf26fd5a299
Internal identifier: 2026/15824
Type of procedure: Open
The procedure is accelerated: no
Main features of the procedure: The procurement is for a framework agreement for the delivery of lubricants, fuel and fuel related products, including i.a. engine oils, hydraulic oils, gear oils, lubricants, coolers, antifreeze agents, wind clearer fluids, AdBlue and alkylate fuel for use in the contracting authority ́s vehicles and machines. The contract will include products in different packaging sizes (from smaller consumer units to barrels and IBC containers). The products ́ quality, compatibility and compliance with relevant standards or equivalent specifications will be required.
2.1.1.
Purpose
Main nature of the contract: Supplies
Main classification (cpv): 09211000 Lubricating oils and lubricating agents
Additional classification (cpv): 09132100 Unleaded petrol, 09134200 Diesel fuel, 09211100 Motor oils, 09211400 Gear oils, 09211600 Oils for use in hydraulic systems and other purposes, 09211800 Petroleum oils and preparations, 24951000 Greases and lubricants, 24957000 Chemical additives, 24961000 Radiator fluids, 24962000 Water-treatment chemicals
2.1.2.
Place of performance
Country subdivision (NUTS): Trøndelag/Trööndelage (NO060)
Country: Norway
2.1.3.
Value
Estimated value excluding VAT: 6 000 000,00 NOK
2.1.4.
General information
Legal basis:
Directive 2014/24/EU
Anskaffelsesforskriften - This procurement follows the law and regulations on public procurements.
2.1.6.
Grounds for exclusion
Sources of grounds for exclusion: European Single Procurement Document (ESPD), Notice, Procurement Document
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: LOT-0000
Title: Lubricants, fuel and fuel related products, Framework agreement
Description: The procurement is for a framework agreement for the delivery of lubricants, fuel and fuel related products, including i.a. engine oils, hydraulic oils, gear oils, lubricants, coolers, antifreeze agents, wind clearer fluids, AdBlue and alkylate fuel for use in the contracting authority ́s vehicles and machines. The contract will include products in different packaging sizes (from smaller consumer units to barrels and IBC containers). The products ́ quality, compatibility and compliance with relevant standards or equivalent specifications will be required.
Internal identifier: 2026/15824
5.1.1.
Purpose
Main nature of the contract: Supplies
Main classification (cpv): 09211000 Lubricating oils and lubricating agents
Additional classification (cpv): 09132100 Unleaded petrol, 09134200 Diesel fuel, 09211100 Motor oils, 09211400 Gear oils, 09211600 Oils for use in hydraulic systems and other purposes, 09211800 Petroleum oils and preparations, 24951000 Greases and lubricants, 24957000 Chemical additives, 24961000 Radiator fluids, 24962000 Water-treatment chemicals
5.1.2.
Place of performance
Country subdivision (NUTS): Trøndelag/Trööndelage (NO060)
Country: Norway
5.1.3.
Estimated duration
Start date: 30/06/2026
Duration end date: 01/07/2030
5.1.5.
Value
Estimated value excluding VAT: 6 000 000,00 NOK
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, Procurement Document, European Single Procurement Document (ESPD)
Criterion: Enrolment in a trade register
Description of selection criterion: 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. Minimum qualification requirements Requirement: The tenderer shall be a legally established company. Documented by a Company Registration Certificate or equivalent.
Criterion: Other economic or financial requirements
Description of selection criterion: 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 Requirement: The tenderer shall have sufficient economic and financial capacity to carry out the assignment - the tenderer shall be credit worthy. Credit worthy with security is not accepted. A/N is sufficient for newly established tenderers. Documentation requirement: • Credit rating of the tenderer, not older than 6 months calculated from the deadline for receipt of tenders. The assessment shall be based on the last known fiscal figures with an indication of how the credit rating has evolved during the past three years. The result of the credit rating must be given as a graded value (letters or numbers) on a defined scale. Newly established tenderers must document the financial capacity to fulfil the assignment by other documentation, such as accounting figures and a bank guarantee.
Criterion: References on specified deliveries
Description of selection criterion: 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 Requirement: Tenderers shall have experience from similar contracts. Newly established tenderers are sufficient to have experience from similar assignments for the offered key personnel. Documentation requirement: An overview of the most important goods deliveries or services that the tenderer has carried out in the last three years, together with information on the contract ́s value, date of delivery or execution and the name of the recipient.
Criterion: Measures for ensuring quality
Description of selection criterion: The tenderer utilises the following technical facilities and quality assurance measures and the tenderer ́s survey and research facility is as follows: Minimum qualification requirements Requirement: Tenderers shall have a functioning quality assurance system/quality management system. Documentation requirement: Description of the tenderer's quality assurance/quality management measures.
Criterion: Supply chain management
Description of selection criterion: The tenderer will be able to use the following management of the supply chain and tracing systems for the execution of the contract: Minimum qualification requirements Requirement: Tenderers shall have a system for managing and tracing the delivery chain. Documentation requirement: Description of the tenderer's system for managing and tracing the delivery chain.
Criterion: Environmental management measures
Description of selection criterion: Tenderers can employ the following environmental management measures in connection with the execution of the contract: Minimum qualification requirements Requirement: Tenderers shall have a system and routines for reducing the most important environmental impact from their activities and shall use environmental management measures throughout the contract period. Therefore it is a requirement that the company has an environmental management system, such as Miljøfyrtårn, EMAS, ISO 14001 or equivalent. If the entire company is environmentally labelled with a type 1 environmental label, such as the Swan Ecolabel or equivalent, this is also approved. Documentation: Tenderers shall complete the attached Environmental Self-Declaration, as well as enclose a certificate of environmental management system.
5.1.11.
Procurement documents
Languages in which the procurement documents are officially available: Norwegian
Deadline for requesting additional information: 01/06/2026 10:00:00 (UTC+00:00) Western European Time, GMT
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: 08/06/2026 10:00:00 (UTC+00:00) Western European Time, GMT
Duration during which the tender must remain valid: 3 Months
Information about public opening:
Opening date: 08/06/2026 10:00:00 (UTC+00:00) Western European Time, GMT
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: 1
Justification for the duration of the framework agreement: Framework agreement
Information about the dynamic purchasing system:
No dynamic purchase system
5.1.16.
Further information, mediation and review
Review organisation: Trøndelag tingrett
Information about review deadlines: Deadlines follow the log and regulations for public procurements.
8. Organisations
8.1.
ORG-0001
Official name: Trondheim kommune
Registration number: 942110464
Postal address: Erling Skakkes gate 14
Town: TRONDHEIM
Postcode: 7004
Country subdivision (NUTS): Trøndelag/Trööndelage (NO060)
Country: Norway
Contact point: Sissel Håvåg
Telephone: +47 72540000
Roles of this organisation:
8.1.
ORG-0002
Official name: Trøndelag tingrett
Registration number: 926722794
Department: TRONDHEIM KOMMUNE (942110464)
Postal address: Postboks 2317, Torgarden
Town: Trondheim
Postcode: 7004
Country subdivision (NUTS): Trøndelag/Trööndelage (NO060)
Country: Norway
Roles of this organisation:
Review organisation
8.1.
ORG-0003
Official name: Bakklandet Menighets Omsorgsenter
Registration number: 970161414
Postal address: Aasmund Vinjes gate 2, inngang E
Town: Trondheim
Postcode: 7015
Country subdivision (NUTS): Trøndelag/Trööndelage (NO060)
Country: Norway
Telephone: 72544500
Roles of this organisation:
Buyer
8.1.
ORG-0004
Official name: Trondhjems Hospital
Registration number: 938658374
Postal address: Hospitalsløkkan 2-4
Town: Trondheim
Postcode: 7012
Country subdivision (NUTS): Trøndelag/Trööndelage (NO060)
Country: Norway
Telephone: 72544200
Roles of this organisation:
Buyer
8.1.
ORG-0005
Official name: Kystad helse- og velferdssenter
Registration number: 875383922
Postal address: Laura Hangerås veg 1
Town: Trondheim
Postcode: 7026
Country subdivision (NUTS): Trøndelag/Trööndelage (NO060)
Country: Norway
Telephone: 72545520
Roles of this organisation:
Buyer
8.1.
ORG-0006
Official name: Stavne Arbeid Trondheim KF
Registration number: 981400690
Postal address: Hornebergveien 5
Town: Trondheim
Postcode: 7038
Country subdivision (NUTS): Trøndelag/Trööndelage (NO060)
Country: Norway
Telephone: 95306000
Roles of this organisation:
Buyer
8.1.
ORG-0007
Official name: Stavne Inkludering Trondheim KF
Registration number: 923801154
Postal address: Hornebergveien 5
Town: Trondheim
Postcode: 7038
Country subdivision (NUTS): Trøndelag/Trööndelage (NO060)
Country: Norway
Telephone: 95306000
Roles of this organisation:
Buyer
Notice identifier/version: 977c3c22-8369-4873-9f22-6d964cad887e - 01
Form type: Competition
Notice type: Contract or concession notice – standard regime
Notice subtype: 16
Notice dispatch date: 29/04/2026 12:44:23 (UTC+00:00) Western European Time, GMT
Notice dispatch date (eSender): 29/04/2026 14:25:33 (UTC+00:00) Western European Time, GMT
Languages in which this notice is officially available: English
Notice publication number: 300477-2026
OJ S issue number: 85/2026
Publication date: 04/05/2026