300477-2026 - Competition
Norway – Lubricating oils and lubricating agents – Lubricants, fuel and fuel related products, Framework agreement
OJ S 85/2026 04/05/2026
Contract or concession notice – standard regime
Supplies
1. Buyer
1.1.
Buyer
Official nameTrondheim kommune
Emailsissel.havag@trondheim.kommune.no
Legal type of the buyerBody governed by public law, controlled by a local authority
Activity of the contracting authorityGeneral public services
1.1.
Buyer
Official nameBakklandet Menighets Omsorgsenter
Emailbakklandet-omss.postmottak@trondheim.kommune.no
Legal type of the buyerEntity with special or exclusive rights
Activity of the contracting authorityHealth
1.1.
Buyer
Official nameTrondhjems Hospital
Emailtrondhjems-hosp.postmottak@trondheim.kommune.no
Legal type of the buyerEntity with special or exclusive rights
Activity of the contracting authorityHealth
1.1.
Buyer
Official nameKystad helse- og velferdssenter
Emailkystad-helse.postmottak@trondheim.kommune.no
Legal type of the buyerEntity with special or exclusive rights
Activity of the contracting authorityHealth
1.1.
Buyer
Official nameStavne Arbeid Trondheim KF
Emailstavne.postmottak@trondheim.kommune.no
Legal type of the buyerPublic undertaking, controlled by a local authority
Activity of the contracting authoritySocial protection
1.1.
Buyer
Official nameStavne Inkludering Trondheim KF
Emailstavne.postmottak@trondheim.kommune.no
Legal type of the buyerPublic undertaking, controlled by a local authority
Activity of the contracting authoritySocial protection
2. Procedure
2.1.
Procedure
TitleLubricants, fuel and fuel related products, Framework agreement
DescriptionThe 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 identifier6825f41a-b36f-4957-a5c0-9cf26fd5a299
Internal identifier2026/15824
Type of procedureOpen
The procedure is acceleratedno
Main features of the procedureThe 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 contractSupplies
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)
CountryNorway
2.1.3.
Value
Estimated value excluding VAT6 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 exclusionEuropean Single Procurement Document (ESPD)NoticeProcurement Document
CorruptionIs 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.
FraudIs 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 financingIs 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 organisationIs 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 activitiesIs 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 beingsIs 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 contributionsHave 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 taxesHas 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.
LotLOT-0000
TitleLubricants, fuel and fuel related products, Framework agreement
DescriptionThe 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 identifier2026/15824
5.1.1.
Purpose
Main nature of the contractSupplies
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)
CountryNorway
5.1.3.
Estimated duration
Start date30/06/2026
Duration end date01/07/2030
5.1.5.
Value
Estimated value excluding VAT6 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 criteriaNoticeProcurement DocumentEuropean Single Procurement Document (ESPD)
CriterionEnrolment in a trade register
Description of selection criterionTenderers 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.

CriterionOther economic or financial requirements
Description of selection criterionRegarding 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.

CriterionReferences on specified deliveries
Description of selection criterionOnly 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.

CriterionMeasures for ensuring quality
Description of selection criterionThe 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.

CriterionSupply chain management
Description of selection criterionThe 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.

CriterionEnvironmental management measures
Description of selection criterionTenderers 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 availableNorwegian
Deadline for requesting additional information01/06/2026 10:00:00 (UTC+00:00) Western European Time, GMT
Address of the procurement documentshttps://permalink.mercell.com/282869358.aspx
5.1.12.
Terms of procurement
Terms of submission
Electronic submissionRequired
Address for submissionhttps://permalink.mercell.com/282869358.aspx
Languages in which tenders or requests to participate may be submittedNorwegian
Electronic catalogueNot allowed
VariantsNot allowed
Deadline for receipt of tenders08/06/2026 10:00:00 (UTC+00:00) Western European Time, GMT
Duration during which the tender must remain valid3 Months
Information about public opening
Opening date08/06/2026 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 programmesNo
Electronic invoicingRequired
Electronic ordering will be usedyes
Electronic payment will be usedyes
5.1.15.
Techniques
Framework agreement
Framework agreement, without reopening of competition
Maximum number of participants1
Justification for the duration of the framework agreementFramework agreement
Information about the dynamic purchasing system
No dynamic purchase system
5.1.16.
Further information, mediation and review
Review organisationTrøndelag tingrett
Information about review deadlines: Deadlines follow the log and regulations for public procurements.
8. Organisations
8.1.
ORG-0001
Official nameTrondheim kommune
Registration number942110464
Postal addressErling Skakkes gate 14
TownTRONDHEIM
Postcode7004
Country subdivision (NUTS)Trøndelag/Trööndelage (NO060)
CountryNorway
Contact pointSissel Håvåg
Emailsissel.havag@trondheim.kommune.no
Telephone+47 72540000
Internet addresshttps://www.trondheim.kommune.no
Roles of this organisation
Buyer
Group leader
8.1.
ORG-0002
Official nameTrøndelag tingrett
Registration number926722794
DepartmentTRONDHEIM KOMMUNE (942110464)
Postal addressPostboks 2317, Torgarden
TownTrondheim
Postcode7004
Country subdivision (NUTS)Trøndelag/Trööndelage (NO060)
CountryNorway
Roles of this organisation
Review organisation
8.1.
ORG-0003
Official nameBakklandet Menighets Omsorgsenter
Registration number970161414
Postal addressAasmund Vinjes gate 2, inngang E
TownTrondheim
Postcode7015
Country subdivision (NUTS)Trøndelag/Trööndelage (NO060)
CountryNorway
Emailbakklandet-omss.postmottak@trondheim.kommune.no
Telephone72544500
Roles of this organisation
Buyer
8.1.
ORG-0004
Official nameTrondhjems Hospital
Registration number938658374
Postal addressHospitalsløkkan 2-4
TownTrondheim
Postcode7012
Country subdivision (NUTS)Trøndelag/Trööndelage (NO060)
CountryNorway
Emailtrondhjems-hosp.postmottak@trondheim.kommune.no
Telephone72544200
Roles of this organisation
Buyer
8.1.
ORG-0005
Official nameKystad helse- og velferdssenter
Registration number875383922
Postal addressLaura Hangerås veg 1
TownTrondheim
Postcode7026
Country subdivision (NUTS)Trøndelag/Trööndelage (NO060)
CountryNorway
Emailkystad-helse.postmottak@trondheim.kommune.no
Telephone72545520
Roles of this organisation
Buyer
8.1.
ORG-0006
Official nameStavne Arbeid Trondheim KF
Registration number981400690
Postal addressHornebergveien 5
TownTrondheim
Postcode7038
Country subdivision (NUTS)Trøndelag/Trööndelage (NO060)
CountryNorway
Emailstavne.postmottak@trondheim.kommune.no
Telephone95306000
Roles of this organisation
Buyer
8.1.
ORG-0007
Official nameStavne Inkludering Trondheim KF
Registration number923801154
Postal addressHornebergveien 5
TownTrondheim
Postcode7038
Country subdivision (NUTS)Trøndelag/Trööndelage (NO060)
CountryNorway
Emailstavne.postmottak@trondheim.kommune.no
Telephone95306000
Roles of this organisation
Buyer
Notice information
Notice identifier/version977c3c22-8369-4873-9f22-6d964cad887e  -  01
Form typeCompetition
Notice typeContract or concession notice – standard regime
Notice subtype16
Notice dispatch date29/04/2026 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 availableEnglish
Notice publication number300477-2026
OJ S issue number85/2026
Publication date04/05/2026