Framework agreement for toys and art materials.

The contracting authority would like to enter into a framework agreement with one tenderer for the delivery of toys, art materials and outdoor toys suitable for children at all level of being exposed and with different function levels. The Contracting Authority wants tender offers on the delivery of toys and …

CPV: 37300000 Musical instruments and parts, 37500000 Games and toys; fairground amusements, 37520000 Toys, 37530000 Articles for funfair, table or parlour games, 37800000 Handicraft and art supplies
Deadline:
Aug. 29, 2025, 10 a.m.
Deadline type:
Submitting a bid
Place of execution:
Framework agreement for toys and art materials.
Awarding body:
Strand municipality
Award number:
2024/146

1. Buyer

1.1 Buyer

Official name : Strand municipality
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 : Hjelmeland municipality
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 : Hå municipality
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 : Time municipality
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 : Gjesdal municipality
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 : Klepp 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 : Bjerkreim municipality
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Framework agreement for toys and art materials.
Description : The contracting authority would like to enter into a framework agreement with one tenderer for the delivery of toys, art materials and outdoor toys suitable for children at all level of being exposed and with different function levels. The Contracting Authority wants tender offers on the delivery of toys and art materials within the following main groups: ToysForming Cycles
Procedure identifier : 1c163266-fe9a-4f9d-8a11-cbf67d484363
Internal identifier : 2024/146
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The contract will apply for all of the municipality ́s units, but it is nurseries, schools and before-and-after-school care that will be the largest user of the contract. The contracting authority ́s units vary in size and have different needs. The purchasing pattern in the different units will therefore vary. The contracting authority has separate contracts for the product groups office and school supplies and teaching aids. Some products that are used as art materials and games are included in these agreements and will therefore not be included in this contract. The contracting authority has separate agreements for playground equipment. Because of this, fixed outdoor toys are not included in this agreement. The contract primarily concerns toys and art materials, but it can also include other product lines that are not included in the municipality ́s other framework agreements.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 37500000 Games and toys; fairground amusements
Additional classification ( cpv ): 37300000 Musical instruments and parts
Additional classification ( cpv ): 37520000 Toys
Additional classification ( cpv ): 37530000 Articles for funfair, table or parlour games
Additional classification ( cpv ): 37800000 Handicraft and art supplies

2.1.2 Place of performance

Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Additional information : Strand kommune Hjelmeland kommune Bjerkreim kommune Hå kommune Gjesdal kommune Time kommune Klepp kommune

2.1.3 Value

Estimated value excluding VAT : 16 800 000 Norwegian krone
Maximum value of the framework agreement : 25 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - Anskaffelsen gjennomføres i henhold til lov om offentlige anskaffelser av 17. juni 2016 (LOA) og forskrift om offentlige anskaffelser (FOA) FOR 2016-08-12-974. del I og del III. Kontraktstildeling vil bli foretatt etter prosedyren åpen anbudskonkurranse, jfr. FOA § 13-1(1).

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
Corruption : I. Corruption (Regulations Regarding Public Procurement FOR-2016-08-12-974 § 24-2 (2) b)) The economic operator itself or any person who is a member of its administrative, management or supervisory body or powers of representation, decision or control therein has been the subject of a conviction by final judgement for corruption, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable. Corruption, as defined in the relevant legislation.
Fraud : Fraud (Regulations Regarding Public Procurement FOR-2016-08-12-974 § 24-2 (2) c)) Fraud within the meaning of Article 1 of the Convention on the protection of the European Communities' financial interests (OJ C 316, 27.11.1995)
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 in the fields of environmental law : Is 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.
Breaching of obligations in the fields of labour law : Is 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.
Breaching of obligations in the fields of social law : Is 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.
Agreements with other economic operators aimed at distorting competition : Has the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition?
Grave professional misconduct : Grave professional misconduct means a violation of applicable laws or regulations or ethical standards of the profession to which a contractor or a related person belongs, including any conduct leading to sexual or other exploitation or abuse, or any wrongful conduct of the contractor or a related person which has an impact on its professional credibility where such conduct denotes wrongful intent or gross negligence.
Misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Have the tenderer:a) given grossly incorrect information when notifying the information required to verify that there is no basis for rejection, or of the qualification requirements being met,b) failed to provide such information,c) subject to immediately submitting the supporting documents requested by the Contracting Authority, ord) improperly affecting 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 procedure : To prevent conflicts of interest, it's essential to have clear guidelines and requirements for officials involved in the procurement process to disclose their private interests and assets. Additionally, measures like excusing oneself from certain decision-making processes and prohibiting certain functions can help maintain integrit
Direct or indirect involvement in the preparation of this procurement procedure : Direct involvement means actively participating in the creation, planning, or execution of the procurement process. This includes tasks like drafting specifications, evaluating bids, or making decisions about awarding contracts. If someone involved in these activities has a personal interest in the outcome, it can compromise the fairness and integrity of the process. Indirect involvement refers to situations where someone influences the procurement process without being directly part of it. This could include providing advice, recommendations, or having a relationship with a bidder that could affect impartiality. Even if the person isn't making decisions, their influence can still lead to biased outcomes.
Early termination, damages, or other comparable sanctions : Comparable sanctions can include penalties, fines, or other corrective actions imposed to address deficiencies in contract performance. These measures aim to ensure accountability and encourage compliance with contract terms. Under regulations like the Public Contracts Regulations 2015, contracting authorities can exclude bidders from future procurement processes if they have shown significant or persistent deficiencies in past contract performance that led to early termination, damages, or other comparable sanctions.
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 toys and art materials.
Description : The contracting authority would like to enter into a framework agreement with one tenderer for the delivery of toys, art materials and outdoor toys suitable for children at all level of being exposed and with different function levels. The Contracting Authority wants tender offers on the delivery of toys and art materials within the following main groups: ToysForming Cycles
Internal identifier : 2024/146

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 37500000 Games and toys; fairground amusements
Additional classification ( cpv ): 37300000 Musical instruments and parts
Additional classification ( cpv ): 37520000 Toys
Additional classification ( cpv ): 37530000 Articles for funfair, table or parlour games
Additional classification ( cpv ): 37800000 Handicraft and art supplies

5.1.2 Place of performance

Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Additional information : Strand kommune Hjelmeland kommune Bjerkreim kommune Hå kommune Gjesdal kommune Time kommune Klepp kommune

5.1.3 Estimated duration

Start date : 30/09/2025
Duration end date : 01/10/2029

5.1.5 Value

Estimated value excluding VAT : 16 800 000 Norwegian krone
Maximum value of the framework agreement : 25 000 000 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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : I. Enrolment in a trade register (Regulations Regarding Public Procurement FOR-2016-08-12-974 § 16-2 (1)) It is enrolled in trade registers kept in the Member State of its establishment as described in Annex XI of Directive 2014/24/EU; economic operators from certain Member States may have to comply with other requirements set out in that Annex. 1. Firmaattest Ustedt av:Brønnøysundregistrene

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 15/08/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/256536249.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 : Required
Variants : Not allowed
Deadline for receipt of tenders : 29/08/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 29/08/2025 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, with reopening of competition
Maximum number of participants : 10
Justification for the duration of the framework agreement : 3. gangs utlysning. Rammeavtale på 4 år.
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Sør-Rogaland Tingrett -
Information about review deadlines : 10-day waiting period.
Organisation providing more information on the review procedures : Sør-Rogaland Tingrett -

8. Organisations

8.1 ORG-0001

Official name : Strand municipality
Registration number : 964978751
Postal address : Rådhusgata 2
Town : JØRPELAND
Postcode : 4126
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Contact point : Mayliz Tandrevold
Telephone : +47 51743000
Fax : +47 51748386
Roles of this organisation :
Buyer
Group leader

8.1 ORG-0002

Official name : Hjelmeland municipality
Registration number : 864 979 092
Town : Hjelmeland
Postcode : 4130
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Telephone : 51 75 00 00
Roles of this organisation :
Buyer

8.1 ORG-0003

Official name : Hå municipality
Registration number : 964 969 590
Town :
Postcode : 4368
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Telephone : 51 79 30 00
Roles of this organisation :
Buyer

8.1 ORG-0004

Official name : Time municipality
Registration number : 859 223 672
Town : Time
Postcode : 4349
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Telephone : 51 77 60 00
Roles of this organisation :
Buyer

8.1 ORG-0005

Official name : Gjesdal municipality
Registration number : 964 978 573
Town : Gjesdal
Postcode : 4330
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Telephone : 51 61 42 00
Roles of this organisation :
Buyer

8.1 ORG-0006

Official name : Klepp kommune
Registration number : 864969682
Town : Klepp
Postcode : 4351
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Telephone : 51 42 98 00
Roles of this organisation :
Buyer

8.1 ORG-0007

Official name : Bjerkreim municipality
Registration number : 970 490 361
Town : Bjerkrem
Postcode : 4389
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Telephone : 51201100
Roles of this organisation :
Buyer

8.1 ORG-0008

Official name : Sør-Rogaland Tingrett
Registration number : 926 723 448
Town : Stavanger
Postcode : 4012
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Telephone : 52 00 46 00
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures
Notice information
Notice identifier/version : df529438-7003-4744-aecf-7c599fa3844d - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 13/06/2025 10:40 +00:00
Notice dispatch date (eSender) : 13/06/2025 10:41 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00387683-2025
OJ S issue number : 113/2025
Publication date : 16/06/2025