Framework Agreement with a single operator for supply of Books and Journals published in Denmark and Internationally

The contracting authority for this procurement is Royal Danish Library. Royal Danish Library is the national library of Denmark. Royal Danish Library works for knowledge and cultural heritage, now and in the future. The procurement procedure will be conducted as an open procedure in accordance with Part II of the …

CPV: 22000000 Printed matter and related products, 22110000 Printed books, 22112000 Textbooks, 22113000 Library books, 22200000 Newspapers, journals, periodicals and magazines, 22211000 Journals, 22212000 Periodicals
Deadline:
Oct. 1, 2025, 9:59 p.m.
Deadline type:
Submitting a bid
Place of execution:
Framework Agreement with a single operator for supply of Books and Journals published in Denmark and Internationally
Awarding body:
Royal Danish Library
Award number:
25/01270

1. Buyer

1.1 Buyer

Official name : Royal Danish Library
Legal type of the buyer : Central government authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Framework Agreement with a single operator for supply of Books and Journals published in Denmark and Internationally
Description : The contracting authority for this procurement is Royal Danish Library. Royal Danish Library is the national library of Denmark. Royal Danish Library works for knowledge and cultural heritage, now and in the future. The procurement procedure will be conducted as an open procedure in accordance with Part II of the Danish Public Procurement Act1. The purpose of this tender is to award a framework agreement to one single operator for the supply of printed books and journals published in Denmark and Internationally. Acquisition processes for books and journals are located in both Aarhus and Copenhagen.
Procedure identifier : 2a8adf26-e286-4226-aa03-bf7054ca478d
Previous notice : 264564-2021
Internal identifier : 25/01270
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : Open Procedure

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 22000000 Printed matter and related products
Additional classification ( cpv ): 22110000 Printed books
Additional classification ( cpv ): 22112000 Textbooks
Additional classification ( cpv ): 22113000 Library books
Additional classification ( cpv ): 22200000 Newspapers, journals, periodicals and magazines
Additional classification ( cpv ): 22211000 Journals
Additional classification ( cpv ): 22212000 Periodicals

2.1.2 Place of performance

Postal address : Søren Kierkegaards Plads 1
Town : Copenhagen K
Postcode : 1221
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark

2.1.2 Place of performance

Postal address : Victor Albecks Vej 1
Town : Aarhus C
Postcode : 8000
Country subdivision (NUTS) : Østjylland ( DK042 )
Country : Denmark

2.1.3 Value

Estimated value excluding VAT : 24 000 000 Danish krone
Maximum value of the framework agreement : 28 000 000 Danish krone

2.1.4 General information

Additional information : Participation: Participation in the tender procedure may only take place by electronic means via the electronic tendering system used by the contracting entity. For access to the tender documents, the tenderer must be registered or register as a user. If the tender contains several versions of the same document, the latest uploaded version will apply. All communication in connection with the tender procedure, including questions and answers, must take place through the electronic tendering system. Reference is made to the tender specifications and appendix B for information concerning questions and answers. Interested operators are requested to keep updated via the electronic tendering system. If the tenderer encounters problems with the system, please contact support by e-mail: dksupport@eu-supply.com ; or by telephone: (+45) 70 20 80 14. ESPD: The tenderer must submit an ESPD with the tender as preliminary documentation of the circumstances set out in section 148(1), paras (1)-(3) of the Danish Public Procurement Act (udbudsloven). It is not necessary for the tenderer to sign the ESPD document. For groups of operators (e.g., a consortium), a separate ESPD must be submitted for each participating operator. Where the tenderer is a group of operators, the ESPD document of each participant in the group must be signed by the participant in question. The tenderer heading the group and submitting the tender is not required to sign its ESPD document. If the tenderer relies on the capacities of other entities, an ESPD must be submitted for and signed by each of the entities on which the tenderer relies. Before the award decision is made, the tenderer to whom the contracting entity intends to award the contract must provide documentation of the information submitted in the ESPD pursuant to sections 151-152, cf. section 153 of the Danish Public Procurement Act. As an alternative to the documentation mentioned in sections 153-155, 157 and 158 of the Danish Public Procurement Act, the tenderer may submit to the contracting entity a certificate of registration in an official list of approved economic operators, see section 156 of the Danish Public Procurement Act, issued by the competent authority. The contracting entity only accepts certificates of registration in an official list from tenderers established in the country holding the official list. The tenderer must complete and submit the ESPD as preliminary proof of compliance with the requirements set out in section 148(1)(i)-(iii) of the Danish Public Procurement Act. Prior to the decision on award of the framework agreement, documentation of the information provided in the ESPD must be submitted, see sections 151 and 152 of the Danish Public Procurement Act. By way of documentation that a tenderer does not fall within the scope of one of the grounds for exclusion set out in section 135(1) and (3) and section 137(1)(ii) and (vi), the following must be provided in accordance with section 153 of the Danish Public Procurement Act: - an extract from a relevant register or an equivalent document showing that the tenderer is not encompassed by section 135(1) and a certificate proving that the tenderer does not fall within section 135(3) and section 137(1)(ii) and (vi); - where the country in question does not issue such documentation, or where these do not cover all the cases specified in section 135(1) or (3) and section 137(1) (ii) and (vi), they may be replaced by a declaration on oath or, in countries where there is no provision for declarations on oath, by a solemn declaration made before a competent judicial authority etc. For Danish tenderers, documentation may be provided in the form of a service certificate. Where a tenderer, one or more members of a group or other entities are from another EU/EEA country, such entity must generally provide the types of documentation specified in e-Certis. The contracting authority can however request a tenderer for further documentation and examine such obtained documentation, if the contracting authority considers this being necessary for the correct conduction of the procurement procedure. The tenderer shall not provide documentation for not being subject to the mandatory ground for exclusion set out in section 134 a. For other grounds for exclusion in the Danish Public Procurement Act than stated above, the contracting authority must demonstrate or have sufficiently plausible indications to conclude that one of the grounds for exclusion applies to the tenderer. A tenderer to whom a ground for exclusion applies is excluded from participating in the procurement process, unless the tenderer has provided sufficient documentation of its reliability in accordance with section 138 of the Danish Public Procurement Act, except for the ground for exclusion in section 134 a, where the tenderer does not have the possibility to document reliability. The contracting authority may only exclude a tenderer, if the contracting authority has informed the concerned tenderer that it is subject to a ground for exclusion and if the tenderer has not within an appropriate time limit provided sufficient documentation of its reliability (self-cleaning), or if the provided documentation is not considered sufficient to document reliability. For information on what constitutes sufficient documentation, see section 138(3) of the Danish Public Procurement Act. EU’s sanctions against Russia: The contracting authority shall also exclude economic operators, which are subject to EU sanctions in accordance with EU regulation 833/2014 with later amendments, Article 5k. Difference between estimated value and maximum value: The difference between the estimated value [DKK 24,000,000] and the maximum value [DKK 28,000,000] is due to the uncertainty of the final value of the individual framework agreements (lots). The estimated value thus reflects the contracting entity’s estimate of the expected purchase under the framework agreement, whereas the maximum value reflects the highest estimated value of all contracts to be performed within the term of the framework agreement. This takes into account, partly, the contracting entity’s expectations based on the most likely purchase under the framework agreement, partly, the expected uncertainty of such estimate. In relation to the estimated value, particular attention is drawn to the fact that the tenderers are not guaranteed any minimum purchase under the framework agreement, and the estimate therefore implies no commitment on the part of the contracting entity to make a minimum purchase under the framework agreement. Furthermore please be aware, due to the fact, that Royal Danish Library is Governmental Authority, this procurement is conducted subject to the achievement of the necessary funding basis. Additional information: The tendered framework agreement has not been divided into lots; see section 49(2) of the Danish Public Procurement Act, due to the fact, that the Royal Danish Library needs a supplier, which can ensure the supply of both books and journals for the next four years and make sure that all journals and books are consolidated to ease the administrative processes at the Royal Danish Library. The contracting authority shall in accordance with section 134 a of the Danish Public Procurement Act exclude economic operators established in a country stated on the EU list of non-cooperative jurisdictions for tax purposes and which is not a party to the WTO Government Procurement Agreement or any other binding for Denmark free-trade agreement.
Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Framework Agreement with a single operator for supply of Books and Journals published in Denmark and Internationally
Description : The contracting authority for this procurement is Royal Danish Library. Royal Danish Library is the national library of Denmark. Royal Danish Library works for knowledge and cultural heritage, now and in the future. The procurement procedure will be conducted as an open procedure in accordance with Part II of the Danish Public Procurement Act1. The purpose of this tender is to award a framework agreement to one single operator for the supply of printed books and journals published in Denmark and Internationally. Acquisition processes for books and journals are located in both Aarhus and Copenhagen.
Internal identifier : 25/01270

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 22000000 Printed matter and related products
Additional classification ( cpv ): 22110000 Printed books
Additional classification ( cpv ): 22112000 Textbooks
Additional classification ( cpv ): 22113000 Library books
Additional classification ( cpv ): 22200000 Newspapers, journals, periodicals and magazines
Additional classification ( cpv ): 22211000 Journals
Additional classification ( cpv ): 22212000 Periodicals
Options :
Description of the options : The Supplier must be able to take in additional purchases corresponding to 500.000 DKK per year, on the same conditions as the main contract, cf. Appendix 1 - Requirement Specifications, page 21.

5.1.2 Place of performance

Postal address : Søren Kierkegaards Plads 1
Town : Copenhagen K
Postcode : 1221
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Additional information :

5.1.2 Place of performance

Postal address : Victor Albecks Vej 1
Town : Aarhus C
Postcode : 8000
Country subdivision (NUTS) : Østjylland ( DK042 )
Country : Denmark
Additional information :

5.1.3 Estimated duration

Start date : 01/01/2026
Duration end date : 31/12/2029

5.1.5 Value

Estimated value excluding VAT : 24 000 000 Danish krone
Maximum value of the framework agreement : 28 000 000 Danish krone

5.1.6 General information

This is a recurrent procurement
Description : The Tender for books and journals will be recurring, which means there will be a new Tender in 2029 for a framework agreement from 2030 to 2033.
Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
Additional information : Participation: Participation in the tender procedure may only take place by electronic means via the electronic tendering system used by the contracting entity. For access to the tender documents, the tenderer must be registered or register as a user. If the tender contains several versions of the same document, the latest uploaded version will apply. All communication in connection with the tender procedure, including questions and answers, must take place through the electronic tendering system. Reference is made to the tender specifications and appendix B for information concerning questions and answers. Interested operators are requested to keep updated via the electronic tendering system. If the tenderer encounters problems with the system, please contact support by e-mail: dksupport@eu-supply.com ; or by telephone: (+45) 70 20 80 14. ESPD: The tenderer must submit an ESPD with the tender as preliminary documentation of the circumstances set out in section 148(1), paras (1)-(3) of the Danish Public Procurement Act (udbudsloven). It is not necessary for the tenderer to sign the ESPD document. For groups of operators (e.g., a consortium), a separate ESPD must be submitted for each participating operator. Where the tenderer is a group of operators, the ESPD document of each participant in the group must be signed by the participant in question. The tenderer heading the group and submitting the tender is not required to sign its ESPD document. If the tenderer relies on the capacities of other entities, an ESPD must be submitted for and signed by each of the entities on which the tenderer relies. Before the award decision is made, the tenderer to whom the contracting entity intends to award the contract must provide documentation of the information submitted in the ESPD pursuant to sections 151-152, cf. section 153 of the Danish Public Procurement Act. As an alternative to the documentation mentioned in sections 153-155, 157 and 158 of the Danish Public Procurement Act, the tenderer may submit to the contracting entity a certificate of registration in an official list of approved economic operators, see section 156 of the Danish Public Procurement Act, issued by the competent authority. The contracting entity only accepts certificates of registration in an official list from tenderers established in the country holding the official list. The tenderer must complete and submit the ESPD as preliminary proof of compliance with the requirements set out in section 148(1)(i)-(iii) of the Danish Public Procurement Act. Prior to the decision on award of the framework agreement, documentation of the information provided in the ESPD must be submitted, see sections 151 and 152 of the Danish Public Procurement Act. By way of documentation that a tenderer does not fall within the scope of one of the grounds for exclusion set out in section 135(1) and (3) and section 137(1)(ii) and (vi), the following must be provided in accordance with section 153 of the Danish Public Procurement Act: - an extract from a relevant register or an equivalent document showing that the tenderer is not encompassed by section 135(1) and a certificate proving that the tenderer does not fall within section 135(3) and section 137(1)(ii) and (vi); - where the country in question does not issue such documentation, or where these do not cover all the cases specified in section 135(1) or (3) and section 137(1) (ii) and (vi), they may be replaced by a declaration on oath or, in countries where there is no provision for declarations on oath, by a solemn declaration made before a competent judicial authority etc. For Danish tenderers, documentation may be provided in the form of a service certificate. Where a tenderer, one or more members of a group or other entities are from another EU/EEA country, such entity must generally provide the types of documentation specified in e-Certis. The contracting authority can however request a tenderer for further documentation and examine such obtained documentation, if the contracting authority considers this being necessary for the correct conduction of the procurement procedure. The tenderer shall not provide documentation for not being subject to the mandatory ground for exclusion set out in section 134 a. For other grounds for exclusion in the Danish Public Procurement Act than stated above, the contracting authority must demonstrate or have sufficiently plausible indications to conclude that one of the grounds for exclusion applies to the tenderer. A tenderer to whom a ground for exclusion applies is excluded from participating in the procurement process, unless the tenderer has provided sufficient documentation of its reliability in accordance with section 138 of the Danish Public Procurement Act, except for the ground for exclusion in section 134 a, where the tenderer does not have the possibility to document reliability. The contracting authority may only exclude a tenderer, if the contracting authority has informed the concerned tenderer that it is subject to a ground for exclusion and if the tenderer has not within an appropriate time limit provided sufficient documentation of its reliability (self-cleaning), or if the provided documentation is not considered sufficient to document reliability. For information on what constitutes sufficient documentation, see section 138(3) of the Danish Public Procurement Act. EU’s sanctions against Russia: The contracting authority shall also exclude economic operators, which are subject to EU sanctions in accordance with EU regulation 833/2014 with later amendments, Article 5k. Difference between estimated value and maximum value: The difference between the estimated value [DKK 24,000,000] and the maximum value [DKK 28,000,000] is due to the uncertainty of the final value of the individual framework agreements (lots). The estimated value thus reflects the contracting entity’s estimate of the expected purchase under the framework agreement, whereas the maximum value reflects the highest estimated value of all contracts to be performed within the term of the framework agreement. This takes into account, partly, the contracting entity’s expectations based on the most likely purchase under the framework agreement, partly, the expected uncertainty of such estimate. In relation to the estimated value, particular attention is drawn to the fact that the tenderers are not guaranteed any minimum purchase under the framework agreement, and the estimate therefore implies no commitment on the part of the contracting entity to make a minimum purchase under the framework agreement. Furthermore please be aware, due to the fact, that Royal Danish Library is Governmental Authority, this procurement is conducted subject to the achievement of the necessary funding basis. Additional information: The tendered framework agreement has not been divided into lots; see section 49(2) of the Danish Public Procurement Act, due to the fact, that the Royal Danish Library needs a supplier, which can ensure the supply of both books and journals for the next four years and make sure that all journals and books are consolidated to ease the administrative processes at the Royal Danish Library. The contracting authority shall in accordance with section 134 a of the Danish Public Procurement Act exclude economic operators established in a country stated on the EU list of non-cooperative jurisdictions for tax purposes and which is not a party to the WTO Government Procurement Agreement or any other binding for Denmark free-trade agreement.

5.1.7 Strategic procurement

Green Procurement Criteria : Other Green Public Procurement criteria

5.1.10 Award criteria

Criterion :
Type : Quality
Name : Quality
Description : Cf. Tender Conditions, paragraph 5 and 6
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 65
Criterion :
Type : Price
Name : Price
Description : Cf. Tender Conditions, paragraph 5 and 6
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 35

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Deadline for requesting additional information : 22/09/2025 11:00 +00:00

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 01/10/2025 21:59 +00:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 02/10/2025 11:00 +00:00
Place : The electronic tendering system
Additional information : The tenders will be opened in the electronic tendering system. Tenderers are not allowed to attend the opening of tenders.
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : no
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 1
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Klagenævnet for Udbud
Information about review deadlines : Pursuant to Consolidated Act no. 593 of 2 June 2016 on the Complaints Board for Public Procurement as amended, the following time limits apply to the filing of requests for a review procedure: Complaints about procurement procedures or decisions falling within Part II of the Danish Public Procurement Act which are not covered by subsection 1 of the Act, must, according to section 7(2) of the Act, be filed with the Danish Complaints Board for Public Procurement within: (1) 45 calendar days of the contracting authority having published a notice in the Official Journal of the European Union to the effect that the contracting authority has entered into a contract. The time limit is calculated from the date after the date when the notice was published; (2) 30 calendar days, calculated from the date after the date when the contracting authority notified the affected tenderers that a contract based on a framework agreement with reopening of competition or a dynamic purchasing system has been entered into, if the notification contained a statement of the reasons for the decision. (3) six months of the contracting authority having entered into a framework agreement, counted from the date after the date when the contracting authority notified the affected candidates and tenderers, see section 2(2) of the Act, or section 171(4) of the Danish Public Procurement Act. (4) 20 calendar days calculated from the date after the contracting authority has announced its decision, see section 185(2), second sentence, of the Danish Public Procurement Act. If a contracting authority has complied with the procedure outlined in section 4 of the Act to ensure that a contract is not declared ineffective, see section 7(3) of the Act, an application for a review of whether the contracting authority has entered into a contract in contravention of the Public Procurement Directive without prior publication of a contract notice in the Official Journal of the European Union must be filed with the Danish Complaints Board for Public Procurement within 30 calendar days calculated from the date after the date when the contracting authority has published a notice in the Official Journal of the European Union stating that the contracting authority has entered into a contract, provided that the notice contains the reasons for the contracting authority’s decision to award the contract without prior publication of a contract notice in the Official Journal of the European Union. Not later than on the date of the filing of an application for a review procedure with the Danish Complaints Board for Public Procurement, the applicant must notify the contracting authority in writing that an application for a review procedure has been filed with the Danish Complaints Board for Public Procurement, see section 6(4) of the Act. Furthermore, the contracting authority must be informed of whether the application for a review procedure has been filed in the stand-still period, see section 3(1) or (2) of the Act, or during the period of 10 calendar days laid down in section 4(1)(ii). In cases where the application for a review procedure has not been filed in the above-mentioned periods, the applicant must also state whether the applicant has applied for a stay pending the outcome of the review procedure, see section 12(1) of the Act. The Danish Complaints Board for Public Procurement’s own review procedure guidelines are available on www.klfu.dk .
Organisation providing additional information about the procurement procedure : Royal Danish Library
Organisation providing offline access to the procurement documents : Royal Danish Library
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen
Organisation receiving requests to participate : Royal Danish Library
Organisation processing tenders : Royal Danish Library

8. Organisations

8.1 ORG-0001

Official name : Royal Danish Library
Registration number : 28988842
Postal address : Søren Kierkegaards Plads 1
Town : København K
Postcode : 1221
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Contact point : KB - Mads Brunsgaard
Email : mad@kb.dk
Telephone : +45 91324493
Internet address : https://www.kb.dk/
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Klagenævnet for Udbud
Registration number : 37795526
Postal address : Nævnenes Hus, Toldboden 2
Town : Viborg
Postcode : 8800
Country subdivision (NUTS) : Vestjylland ( DK041 )
Country : Denmark
Telephone : +45 72405600
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Konkurrence- og Forbrugerstyrelsen
Registration number : 10294819
Postal address : Carl Jacobsens Vej 35
Town : Valby
Postcode : 2500
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Telephone : +45 41715000
Internet address : http://www.kfst.dk
Roles of this organisation :
Organisation providing more information on the review procedures

8.1 ORG-0004

Official name : Mercell Holding ASA
Registration number : 980921565
Postal address : Askekroken 11
Town : Oslo
Postcode : 0277
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : eSender
Telephone : +47 21018800
Fax : +47 21018801
Internet address : http://mercell.com/
Roles of this organisation :
TED eSender

Notice information

Notice identifier/version : 925310aa-e084-4679-a5a9-3f1caa565e26 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 01/09/2025 14:28 +00:00
Notice dispatch date (eSender) : 01/09/2025 15:00 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00575603-2025
OJ S issue number : 168/2025
Publication date : 03/09/2025