304823-2026 - Competition
Norway – Archive shelving – Procurement of compact shelving for a new archive magazine.
OJ S 86/2026 05/05/2026
Contract or concession notice – standard regime
Supplies
1. Buyer
1.1.
Buyer
Official nameInterkommunalt Arkiv Troms Iks
Emailpost@arkivtroms.no
Legal type of the buyerBody governed by public law
Activity of the contracting authorityGeneral public services
2. Procedure
2.1.
Procedure
TitleProcurement of compact shelving for a new archive magazine.
DescriptionInter-municipal Arkiv Troms Iks (hereafter called Arkiv Troms) shall furnish new archive premises and require engineering design, procurement and assembly of the compact shelving in the archive magazine. The contract also includes a service agreement and an order for spare parts.
Procedure identifierac1688a4-0731-4bc4-ba6d-233d8f7e5724
Internal identifier4995
Type of procedureOpen
The procedure is acceleratedno
2.1.1.
Purpose
Main nature of the contractSupplies
Main classification (cpv): 39131100 Archive shelving
Additional classification (cpv): 92512000 Archive services, 39200000 Furnishing, 31520000 Lamps and light fittings
2.1.2.
Place of performance
Country subdivision (NUTS)Troms/Romsa/Tromssa (NO072)
CountryNorway
2.1.3.
Value
Estimated value excluding VAT5 000 000,00 NOK
2.1.4.
General information
Legal basis
Directive 2014/24/EU
2.1.6.
Grounds for exclusion
Sources of grounds for exclusionNotice
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national lawIs 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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
BankruptcyIs 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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
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.
Arrangement with creditorsIs 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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
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 combating organised crime (EUT L 300 of 11.11.2008, p. 42).
Agreements with other economic operators aimed at distorting competitionHas the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition?
Breaching of obligations in the fields of environmental lawIs 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 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).
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).
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).
InsolvencyIs 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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
Breaching of obligations in the fields of labour lawIs 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 liquidatorSpecify 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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
Misrepresentation, withheld information, unable to provide required documents or obtained confidential information of this procedureHas the tenderer: a) given grossly incorrect information with the notification of the information required to verify that there is no basis for rejection, or of the qualification requirements being fulfilled, b) failed to provide such information, c) made reservations immediately to present the supporting documents requested by the contracting authority, or d) improperly affected 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?
Conflict of interest due to its participation in the procurement procedureIs the tenderer 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 procedureHas 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?
Grave professional misconductHas 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 sanctionsHas 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 lawIs 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.
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?
Business activities are suspendedSpecify 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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
Breaching obligation relating to payment of taxesHas the tenderer not fulfilled all of his tax and duty obligations in both the country where 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 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.
Offence concerning its professional conduct in the domain of defence procurementIs 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, have been legally convicted of offences regarding professional behaviour in defence procurements?
Lack of reliability to exclude risks to the security of the countryIs the tenderer assessed to lack reliability that is necessary to exclude the risk of national security?
5. Lot
5.1.
LotLOT-0001
TitleProcurement of compact shelving for a new archive magazine.
DescriptionInter-municipal Arkiv Troms Iks (hereafter called Arkiv Troms) shall furnish new archive premises and require engineering design, procurement and assembly of the compact shelving in the archive magazine. The contract also includes a service agreement and an order for spare parts.
Internal identifier6505
5.1.1.
Purpose
Main nature of the contractSupplies
Main classification (cpv): 39131100 Archive shelving
Additional classification (cpv): 92512000 Archive services, 39200000 Furnishing, 31520000 Lamps and light fittings
5.1.2.
Place of performance
Country subdivision (NUTS)Troms/Romsa/Tromssa (NO072)
CountryNorway
5.1.3.
Estimated duration
Start date22/06/2026
Duration end date30/09/2026
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
5.1.7.
Strategic procurement
Aim of strategic procurementReduction of environmental impacts
DescriptionReduction of environmental impact
5.1.9.
Selection criteria
Sources of selection criteriaNotice
CriterionProfessional risk indemnity insurance
Description of selection criterionTenderers shall have risk liability insurance that covers liability for the execution of the assignment. The insurance shall have a contribution ratio of minimum NOK 5,000,000 per injury. Documentation requirements: Insurance certificate, not older than six months.

CriterionFinancial ratio
Description of selection criterionTenderers shall have their tax and duty payments in order (tax, VAT etc.). Documentation requirements: Tax certificate issued by the tax authorities (maximum 6 months old). Foreign tenderers shall submit equivalent certificates from their home country.

CriterionOther economic or financial requirements
Description of selection criterionTenderers must be able to submit annual accounts for the last three years in order to demonstrate financial stability. Documentation requirements: Certificate from a certified auditor showing positive operating profit from the last three years (2022-2024).

CriterionEnrolment in a relevant professional register
Description of selection criterionTenderers shall be a legally established company registered in a company register, trade register or trade register in their country of establishment. Documentation requirements: Company Registration Certificate from the Brønnøysund Register Centre or other valid register statement confirming that the tenderer is registered and legally established. Foreign tenderers submit equivalent certificates from their jurisdiction.

CriterionMeasures for ensuring quality
Description of selection criterionTenderers shall have a good and well-functioning quality assurance system suitable for the delivery. This involves routines for ensuring quality and compliance with relevant laws and regulations in the implementation of the contract. Documentation requirements: Description of the quality assurance system and procedures. Alternatively: A copy of a valid ISO 9001 certificate or equivalent certification will normally be accepted as documentation.

CriterionEnvironmental management measures
Description of selection criterionThe tenderer is required to have an environmental management system to ensure environmental consideration in the delivery. Documentation requirements: Certificate that proves a valid environmental management system (f.eks. ISO 14001 certificate, EMAS registration, Eco-Lighthouse certificate etc.). Alternatively, tenderers can provide a description of their internal environmental management system with an account and policy if formal certification is not available.
5.1.10.
Award criteria
Criterion
TypePrice
DescriptionPrice
Category of award weight criterionWeight (percentage, exact)
Award criterion number40
Criterion
TypeQuality
DescriptionQuality
Category of award weight criterionWeight (percentage, exact)
Award criterion number30
Criterion
TypeQuality
DescriptionClimate and environmental considerations
Category of award weight criterionWeight (percentage, exact)
Award criterion number30
5.1.11.
Procurement documents
Access to certain procurement documents is restricted
Information about restricted documents is available athttps://app.artifik.no/procurements/4995
Ad hoc communication channel
Namee-Tendering
5.1.12.
Terms of procurement
Terms of submission
Electronic submissionRequired
Address for submissionhttps://app.artifik.no/procurements/4995
Languages in which tenders or requests to participate may be submittedEnglishNorwegian
Electronic catalogueNot allowed
Deadline for receipt of tenders03/06/2026 14:00:00 (UTC+00:00) Western European Time, GMT
Duration during which the tender must remain valid105 Days
Terms of contract
The execution of the contract must be performed within the framework of sheltered employment programmesNo
Conditions relating to the performance of the contractN/A
Electronic invoicingRequired
Electronic ordering will be usedyes
Electronic payment will be usedyes
Financial arrangementN/A
5.1.15.
Techniques
Framework agreement
No framework agreement
Information about the dynamic purchasing system
No dynamic purchase system
5.1.16.
Further information, mediation and review
Review organisationNord-Troms og Senja tingrett
Organisation providing additional information about the procurement procedureInterkommunalt Arkiv Troms Iks
Organisation providing more information on the review proceduresInterkommunalt Arkiv Troms Iks
Organisation receiving requests to participateArtifik AS
8. Organisations
8.1.
ORG-0001
Official nameInterkommunalt Arkiv Troms Iks
Registration number989532960
Postal addressHuginbakken 18
TownTromsø
Postcode9019
Country subdivision (NUTS)Troms/Romsa/Tromssa (NO072)
CountryNorway
Contact pointHilde Elvine Bjørnå
Emailpost@arkivtroms.no
Telephone+47 94174170
Internet addresshttps://arkivtroms.no/
Buyer profilehttps://arkivtroms.no/
Roles of this organisation
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing more information on the review procedures
8.1.
ORG-0002
Official nameNord-Troms og Senja tingrett
Registration number926723022
Postal addressPostboks 2510
TownTromsø
Postcode9270
Country subdivision (NUTS)Troms/Romsa/Tromssa (NO072)
CountryNorway
Emailtntspost@domstol.no
Telephone+47 77603400
Internet addresshttps://www.domstol.no/no/domstoler/tingrett/nord-troms-og-senja/
Roles of this organisation
Review organisation
8.1.
ORG-0003
Official nameArtifik AS
Registration number925364967
Postal addressStortingsgata 12
TownOslo
Postcode0161
Country subdivision (NUTS)Oslo (NO081)
CountryNorway
Emailsupport@artifik.no
Internet addresshttps://artifik.no
Roles of this organisation
Procurement service provider
Organisation receiving requests to participate
Notice information
Notice identifier/version9c8eea9b-c0ff-4354-a581-f7f21a4031c7  -  01
Form typeCompetition
Notice typeContract or concession notice – standard regime
Notice subtype16
Notice dispatch date30/04/2026 13:10:35 (UTC+00:00) Western European Time, GMT
Languages in which this notice is officially availableEnglish
Notice publication number304823-2026
OJ S issue number86/2026
Publication date05/05/2026