Framework agreement for office supplies, free school materials and copy paper.

The aim of the procurement is to cover the contracting authority ́s ongoing need for mentioned articles of good quality at the lowest price possible, with efficient ordering and delivery routines. Tenderers shall use their expertise and competence to contribute to fulfilling the aim of the contract. The contracting authority …

CPV: 30192000 Office supplies, 22830000 Exercise books, 30190000 Various office equipment and supplies, 30192110 Ink products, 30192130 Pencils, 30192133 Pencil sharpeners, 30192800 Self-adhesive labels, 30193700 File storage box, 30197000 Small office equipment, 30197630 Printing paper, 30197640 Self-copy or other copy paper, 30197642 Photocopier paper and xerographic paper, 30199000 Paper stationery and other items, 39162000 Educational equipment, 39162100 Teaching equipment, 39162200 Training aids and devices
Deadline:
Oct. 15, 2025, 10 a.m.
Deadline type:
Submitting a bid
Place of execution:
Framework agreement for office supplies, free school materials and copy paper.
Awarding body:
Midt-Telemark kommune
Award number:
25/8576

1. Buyer

1.1 Buyer

Official name : Midt-Telemark kommune
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Framework agreement for office supplies, free school materials and copy paper.
Description : The aim of the procurement is to cover the contracting authority ́s ongoing need for mentioned articles of good quality at the lowest price possible, with efficient ordering and delivery routines. Tenderers shall use their expertise and competence to contribute to fulfilling the aim of the contract.  The contracting authority shall enter into a framework agreement with one supplier per geographical zone for the purchase of office supplies and free school materials, as well as a framework agreement with a supplier of copy paper for all of the zones.
Procedure identifier : cb571d7c-9760-47c9-a6e0-ee3d4d46bdcb
Internal identifier : 25/8576
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : The zones for which a tender is submitted shall be clarified in the tender. If the tenderer shall submit a tender for several zones, complete tenders are not to be submitted for all zones. Tenderers must clarify in the tender letter, annex H, which zone and/or copy paper they would like to submit a tender for.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 30192000 Office supplies
Additional classification ( cpv ): 22830000 Exercise books
Additional classification ( cpv ): 30190000 Various office equipment and supplies
Additional classification ( cpv ): 30192110 Ink products
Additional classification ( cpv ): 30192130 Pencils
Additional classification ( cpv ): 30192133 Pencil sharpeners
Additional classification ( cpv ): 30192800 Self-adhesive labels
Additional classification ( cpv ): 30193700 File storage box
Additional classification ( cpv ): 30197000 Small office equipment
Additional classification ( cpv ): 30197630 Printing paper
Additional classification ( cpv ): 30197640 Self-copy or other copy paper
Additional classification ( cpv ): 30197642 Photocopier paper and xerographic paper
Additional classification ( cpv ): 30199000 Paper stationery and other items
Additional classification ( cpv ): 39162000 Educational equipment
Additional classification ( cpv ): 39162100 Teaching equipment
Additional classification ( cpv ): 39162200 Training aids and devices

2.1.2 Place of performance

Country subdivision (NUTS) : Telemark ( NO094 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 16 400 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - The procurement will be carried out in accordance with the Public Procurement Act of 17 June 2016 (LOA) and the Public Procurement Regulations (FOA) FOR 2016-08-12-974 parts I and part III. The contract will be awarded in accordance with the open tender contest procedure, cf. FOA § 13-1(1).

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
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 of obligations set under purely national exclusion grounds : The contracting authority shall state that in Norway there are national rejection reasons. These shall be described in the procurement documents. Tenderers must respond to whether they are in one or more of the situations described in the national rejection reasons. Will the purely national rejection reasons, as stated in the relevant notice or in the procurement documents, apply?
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?
Business activities are suspended : 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 made mandatory in accordance with the current national law without the possibility for exceptions.
Bankruptcy : Is 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 made mandatory in accordance with the current national law without the possibility for exceptions.
Arrangement with creditors : Is 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 made mandatory in accordance with the current national law without the possibility for exceptions.
Insolvency : Is 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 made mandatory in accordance with the current national law without the possibility for exceptions.
Assets being administered by liquidator : 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 made mandatory in accordance with the current national law without the possibility for exceptions.
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national law : Is 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 made mandatory in accordance with the current national law without the possibility for exceptions.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Framework agreement for office supplies, free school materials and copy paper.
Description : The aim of the procurement is to cover the contracting authority ́s ongoing need for mentioned articles of good quality at the lowest price possible, with efficient ordering and delivery routines. Tenderers shall use their expertise and competence to contribute to fulfilling the aim of the contract.  The contracting authority shall enter into a framework agreement with one supplier per geographical zone for the purchase of office supplies and free school materials, as well as a framework agreement with a supplier of copy paper for all of the zones.
Internal identifier : 25/8576

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 30192000 Office supplies
Additional classification ( cpv ): 22830000 Exercise books
Additional classification ( cpv ): 30190000 Various office equipment and supplies
Additional classification ( cpv ): 30192110 Ink products
Additional classification ( cpv ): 30192130 Pencils
Additional classification ( cpv ): 30192133 Pencil sharpeners
Additional classification ( cpv ): 30192800 Self-adhesive labels
Additional classification ( cpv ): 30193700 File storage box
Additional classification ( cpv ): 30197000 Small office equipment
Additional classification ( cpv ): 30197630 Printing paper
Additional classification ( cpv ): 30197640 Self-copy or other copy paper
Additional classification ( cpv ): 30197642 Photocopier paper and xerographic paper
Additional classification ( cpv ): 30199000 Paper stationery and other items
Additional classification ( cpv ): 39162000 Educational equipment
Additional classification ( cpv ): 39162100 Teaching equipment
Additional classification ( cpv ): 39162200 Training aids and devices

5.1.2 Place of performance

Country subdivision (NUTS) : Telemark ( NO094 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 31/10/2025
Duration end date : 01/11/2029

5.1.5 Value

Estimated value excluding VAT : 16 400 000 Norwegian krone

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
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : 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.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 08/10/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/265496224.aspx

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 : Allowed
Variants : Not allowed
Deadline for receipt of tenders : 15/10/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 15/10/2025 10:00 +00:00
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 : 1000
Justification for the duration of the framework agreement : The duration is 2 years with an option for 1+1 year to ensure continuity and predictability in the delivery of office supplies and school materials.
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Telemark Tingrett
Organisation providing more information on the review procedures : Midt-Telemark kommune

8. Organisations

8.1 ORG-0001

Official name : Midt-Telemark kommune
Registration number : 920297293
Postal address : Bøgata 67,
Town : BØ I TELEMARK
Postcode : 3833
Country subdivision (NUTS) : Telemark ( NO094 )
Country : Norway
Contact point : Inger Lise Evju Fjeldly
Telephone : +47 35059000
Fax : +47 35059009
Roles of this organisation :
Buyer
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Telemark Tingrett
Registration number : 926723545
Department : Notodden
Postal address : Storgata 66
Town : Notodden
Postcode : 3674
Country subdivision (NUTS) : Telemark ( NO094 )
Country : Norway
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : c6f27889-da5f-4422-af90-4f5c0a165ca0 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 15/09/2025 11:29 +00:00
Notice dispatch date (eSender) : 15/09/2025 11:41 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00604375-2025
OJ S issue number : 177/2025
Publication date : 16/09/2025