OFA - Framework agreement office supplies and free school materials.

OFA shall enter into a new framework agreement that shall cover the contracting authority ́s need for office supplies, free school material and copy paper for schools, nurseries and other municipal and county units as well as associated units. OFA would like to enter into a contract with a serious …

CPV: 30190000 Various office equipment and supplies, 22810000 Paper or paperboard registers, 22830000 Exercise books, 22850000 Binders and related accessories, 30124000 Parts and accessories of office machines, 30124400 Staple cartridges, 30125000 Parts and accessories of photocopying apparatus, 30125100 Toner cartridges, 30125110 Toner for laser printers/fax machines, 30125120 Toner for photocopiers, 30131100 Paper or envelope folding machines, 30140000 Calculating and accounting machines, 30170000 Labelling machines, 30192000 Office supplies, 30192100 Erasers, 30192110 Ink products, 30192113 Ink cartridges, 30192121 Ballpoint pens, 30192122 Fountain pens, 30192123 Fibre pens, 30192124 Felt-tipped pens, 30192125 Markers, 30192126 Technical pens, 30192127 Pen holders, 30192130 Pencils, 30192131 Propelling or sliding pencils, 30192133 Pencil sharpeners, 30192134 Pencil holders, 30192150 Date stamps, 30192160 Correctors, 30192170 Notice boards, 30192200 Measuring tapes, 30192600 Drawing boards, 30192700 Stationery, 30192800 Self-adhesive labels, 30192900 Correction media, 30192930 Correction pens, 30192940 Correction pen refills, 30197000 Small office equipment, 30197620 Writing paper, 30197621 Flipchart pad, 30197643 Photocopier paper, 30199000 Paper stationery and other items, 39292000 School slates or boards with writing or drawing surfaces or instruments, 39292110 Erasers for blackboards, 39292300 Drawing instruments, 39292400 Writing instruments, 39292500 Rulers
Deadline:
Dec. 6, 2024, 11 a.m.
Deadline type:
Submitting a bid
Place of execution:
OFA - Framework agreement office supplies and free school materials.
Awarding body:
OFA IKS
Award number:
8/2024

1. Buyer

1.1 Buyer

Official name : OFA IKS
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : Public order and safety

2. Procedure

2.1 Procedure

Title : OFA - Framework agreement office supplies and free school materials.
Description : OFA shall enter into a new framework agreement that shall cover the contracting authority ́s need for office supplies, free school material and copy paper for schools, nurseries and other municipal and county units as well as associated units. OFA would like to enter into a contract with a serious company who can deliver a wide range of suitable products at competitive prices. The contracting authority ́s needs must be able to be met in an efficient and good way and find that the contract party is flexible and system orientated.
Procedure identifier : 894c811d-64c4-4290-942b-279294c36864
Internal identifier : 8/2024
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 30190000 Various office equipment and supplies
Additional classification ( cpv ): 22810000 Paper or paperboard registers
Additional classification ( cpv ): 22830000 Exercise books
Additional classification ( cpv ): 22850000 Binders and related accessories
Additional classification ( cpv ): 30124000 Parts and accessories of office machines
Additional classification ( cpv ): 30124400 Staple cartridges
Additional classification ( cpv ): 30125000 Parts and accessories of photocopying apparatus
Additional classification ( cpv ): 30125100 Toner cartridges
Additional classification ( cpv ): 30125110 Toner for laser printers/fax machines
Additional classification ( cpv ): 30125120 Toner for photocopiers
Additional classification ( cpv ): 30131100 Paper or envelope folding machines
Additional classification ( cpv ): 30140000 Calculating and accounting machines
Additional classification ( cpv ): 30170000 Labelling machines
Additional classification ( cpv ): 30192000 Office supplies
Additional classification ( cpv ): 30192100 Erasers
Additional classification ( cpv ): 30192110 Ink products
Additional classification ( cpv ): 30192113 Ink cartridges
Additional classification ( cpv ): 30192121 Ballpoint pens
Additional classification ( cpv ): 30192122 Fountain pens
Additional classification ( cpv ): 30192123 Fibre pens
Additional classification ( cpv ): 30192124 Felt-tipped pens
Additional classification ( cpv ): 30192125 Markers
Additional classification ( cpv ): 30192126 Technical pens
Additional classification ( cpv ): 30192127 Pen holders
Additional classification ( cpv ): 30192130 Pencils
Additional classification ( cpv ): 30192131 Propelling or sliding pencils
Additional classification ( cpv ): 30192133 Pencil sharpeners
Additional classification ( cpv ): 30192134 Pencil holders
Additional classification ( cpv ): 30192150 Date stamps
Additional classification ( cpv ): 30192160 Correctors
Additional classification ( cpv ): 30192170 Notice boards
Additional classification ( cpv ): 30192200 Measuring tapes
Additional classification ( cpv ): 30192600 Drawing boards
Additional classification ( cpv ): 30192700 Stationery
Additional classification ( cpv ): 30192800 Self-adhesive labels
Additional classification ( cpv ): 30192900 Correction media
Additional classification ( cpv ): 30192930 Correction pens
Additional classification ( cpv ): 30192940 Correction pen refills
Additional classification ( cpv ): 30197000 Small office equipment
Additional classification ( cpv ): 30197620 Writing paper
Additional classification ( cpv ): 30197621 Flipchart pad
Additional classification ( cpv ): 30197643 Photocopier paper
Additional classification ( cpv ): 30199000 Paper stationery and other items
Additional classification ( cpv ): 39292000 School slates or boards with writing or drawing surfaces or instruments
Additional classification ( cpv ): 39292110 Erasers for blackboards
Additional classification ( cpv ): 39292300 Drawing instruments
Additional classification ( cpv ): 39292400 Writing instruments
Additional classification ( cpv ): 39292500 Rulers

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 1 600 000 000 Norwegian krone

2.1.4 General information

Additional information : Agder fylkeskommune Arendal kommune Birkenes kommune Bygland kommune Bykle kommune Evje og Hornnes kommune Farsund kommune Flekkefjord kommune Froland kommune Gjerstad kommune Grimstad kommune Hægebostad kommune Iveland kommune Kristiansand kommune Kvinesdal kommune Lillesand kommune Lindesnes kommune Lyngdal kommune Risør kommune Sirdal kommune Tvedestrand kommune Valle kommune Vegårshei kommune Vennesla kommune Åmli kommune Åseral kommune Risør kirkelig fellesråd Arendal Eiendom KF Arendal Havn KF Arendal kirkelig fellesråd IKT Agder IKS Tvedestrand kirkelig fellesråd A3 Ressurs Vennesla AS Avfall Sør AS Avfall Sør Holding AS Kilden Teater og Konserthus IKS Kjøkkenservice Industrier AS Kristiansand Havn IKS Kristiansand Havn KF Kristiansandsregionen Brann og Redning IKS Mindus AS Varodd Arbeid og Inkludering AS Varodd AS Varodd Eiendom AS Varodd Synergi AS Varodd Utvikling AS Varodd Velferdsteknologi AS Via Partner AS Agder Kollektivtrafikk AS (AKT AS) Lister Kompetanse AS Vest-Agder museet IKS Aust-Agder museum og arkiv IKS Etablerersenteret Agder IKS ( Driv Agder) Lillesand og Birkenes renovasjonsselskap LiBiR AVIGO AS Struktur1 (Felles lønn og regnskap Lillesand/Birkenes) Offentlig fellesinnkjøp Agder(OFA)
Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy 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.
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.
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.
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.
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)
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?
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.
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).
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).
Child labour and 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).
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.
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.
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.
Guilty of 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 : Are tenderers 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 procedure : Has 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?
Guilty of grave professional misconduct : Has 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 sanctions : Has 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 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.
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?
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.
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?
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.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : OFA - Framework agreement office supplies and free school materials.
Description : OFA shall enter into a new framework agreement that shall cover the contracting authority ́s need for office supplies, free school material and copy paper for schools, nurseries and other municipal and county units as well as associated units. OFA would like to enter into a contract with a serious company who can deliver a wide range of suitable products at competitive prices. The contracting authority ́s needs must be able to be met in an efficient and good way and find that the contract party is flexible and system orientated.
Internal identifier : 8/2024

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 30190000 Various office equipment and supplies
Additional classification ( cpv ): 22810000 Paper or paperboard registers
Additional classification ( cpv ): 22830000 Exercise books
Additional classification ( cpv ): 22850000 Binders and related accessories
Additional classification ( cpv ): 30124000 Parts and accessories of office machines
Additional classification ( cpv ): 30124400 Staple cartridges
Additional classification ( cpv ): 30125000 Parts and accessories of photocopying apparatus
Additional classification ( cpv ): 30125100 Toner cartridges
Additional classification ( cpv ): 30125110 Toner for laser printers/fax machines
Additional classification ( cpv ): 30125120 Toner for photocopiers
Additional classification ( cpv ): 30131100 Paper or envelope folding machines
Additional classification ( cpv ): 30140000 Calculating and accounting machines
Additional classification ( cpv ): 30170000 Labelling machines
Additional classification ( cpv ): 30192000 Office supplies
Additional classification ( cpv ): 30192100 Erasers
Additional classification ( cpv ): 30192110 Ink products
Additional classification ( cpv ): 30192113 Ink cartridges
Additional classification ( cpv ): 30192121 Ballpoint pens
Additional classification ( cpv ): 30192122 Fountain pens
Additional classification ( cpv ): 30192123 Fibre pens
Additional classification ( cpv ): 30192124 Felt-tipped pens
Additional classification ( cpv ): 30192125 Markers
Additional classification ( cpv ): 30192126 Technical pens
Additional classification ( cpv ): 30192127 Pen holders
Additional classification ( cpv ): 30192130 Pencils
Additional classification ( cpv ): 30192131 Propelling or sliding pencils
Additional classification ( cpv ): 30192133 Pencil sharpeners
Additional classification ( cpv ): 30192134 Pencil holders
Additional classification ( cpv ): 30192150 Date stamps
Additional classification ( cpv ): 30192160 Correctors
Additional classification ( cpv ): 30192170 Notice boards
Additional classification ( cpv ): 30192200 Measuring tapes
Additional classification ( cpv ): 30192600 Drawing boards
Additional classification ( cpv ): 30192700 Stationery
Additional classification ( cpv ): 30192800 Self-adhesive labels
Additional classification ( cpv ): 30192900 Correction media
Additional classification ( cpv ): 30192930 Correction pens
Additional classification ( cpv ): 30192940 Correction pen refills
Additional classification ( cpv ): 30197000 Small office equipment
Additional classification ( cpv ): 30197620 Writing paper
Additional classification ( cpv ): 30197621 Flipchart pad
Additional classification ( cpv ): 30197643 Photocopier paper
Additional classification ( cpv ): 30199000 Paper stationery and other items
Additional classification ( cpv ): 39292000 School slates or boards with writing or drawing surfaces or instruments
Additional classification ( cpv ): 39292110 Erasers for blackboards
Additional classification ( cpv ): 39292300 Drawing instruments
Additional classification ( cpv ): 39292400 Writing instruments
Additional classification ( cpv ): 39292500 Rulers

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.4 Renewal

Maximum renewals : 24
The buyer reserves the right for additional purchases from the contractor, as described here : The framework agreement for office supplies and free school materials shall be signed for 2 years, with an option for the Contracting Authority to extend it once or several times for up to a further 2 years, a total of maximum four (4 years).

5.1.5 Value

Estimated value excluding VAT : 1 600 000 000 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) : yes
This procurement is also suitable for small and medium-sized enterprises (SMEs)
Additional information : Agder fylkeskommune Arendal kommune Birkenes kommune Bygland kommune Bykle kommune Evje og Hornnes kommune Farsund kommune Flekkefjord kommune Froland kommune Gjerstad kommune Grimstad kommune Hægebostad kommune Iveland kommune Kristiansand kommune Kvinesdal kommune Lillesand kommune Lindesnes kommune Lyngdal kommune Risør kommune Sirdal kommune Tvedestrand kommune Valle kommune Vegårshei kommune Vennesla kommune Åmli kommune Åseral kommune Risør kirkelig fellesråd Arendal Eiendom KF Arendal Havn KF Arendal kirkelig fellesråd IKT Agder IKS Tvedestrand kirkelig fellesråd A3 Ressurs Vennesla AS Avfall Sør AS Avfall Sør Holding AS Kilden Teater og Konserthus IKS Kjøkkenservice Industrier AS Kristiansand Havn IKS Kristiansand Havn KF Kristiansandsregionen Brann og Redning IKS Mindus AS Varodd Arbeid og Inkludering AS Varodd AS Varodd Eiendom AS Varodd Synergi AS Varodd Utvikling AS Varodd Velferdsteknologi AS Via Partner AS Agder Kollektivtrafikk AS (AKT AS) Lister Kompetanse AS Vest-Agder museet IKS Aust-Agder museum og arkiv IKS Etablerersenteret Agder IKS ( Driv Agder) Lillesand og Birkenes renovasjonsselskap LiBiR AVIGO AS Struktur1 (Felles lønn og regnskap Lillesand/Birkenes) Offentlig fellesinnkjøp Agder(OFA)

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Increase. and fine. kapasite
Description : Requirement: Tenderers shall have sufficient economic and financial capacity to fulfil the contract. The required financial capacity will be assessed in relation to the contract ́s value, services, risk and duration. Documentation requirement: The contracting authority will obtain a credit rating of the tenderer itself. The contracting authority reserves the right to obtain supplementary information about the tenderer's finances. Note: If a tenderer has a justifiable reason, they can document their economic and financial capacity by presenting other relevant documentation.
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Use of this criterion : Used
Criterion :
Type : Other
Name : Sub pupils. FOA § 16-1
Description : If the tenderer would like to use sub-suppliers or collaboration partners for fulfilment of qualification requirements related to economic and financial position or qualification requirements for technical and professional qualifications, the tender must include the necessary documentation connected to the sub-supplier or collaborating partner. In such cases, the tender shall also include a signed commitment statement, partnership agreement etc., confirming that the tenderer can use the necessary resources, cf. the Public Procurement Regulations § 16-10 (2). Furthermore, the ESPD form for sub-suppliers/collaboration partners must be submitted, as well as documentation of fulfilment of the qualification requirements that the tenderer will use sub-suppliers to fulfil.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Tax Certificate
Description : Requirement: Tenderers shall have their tax, payroll tax and VAT payments in order. Documentation requirement: Tax and VAT certificate. The certificate must not be more than six months from the deadline for receipt of tenders. The certificate can be obtained electronically from Altinn. See the Skatteetaten.no for further information. Foreign tenderers: Foreign tenderers must submit equivalent certificates from their own country that show that their tax and duty payments are in order. If the authorities in the relevant country do not issue such certificates, the tenderer shall submit a statement which states that all taxes and duties have been paid. The declaration shall be approved and signed by the tenderer's Financial Director/ person responsible for Finance.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Org. og jur. position
Description : Requirement: Tenderers shall be registered in a company register, professional register or a commerce register in the country where the tenderer is established. Documentation requirement: • Norwegian companies: Company Registration Certificate • Foreign companies: Proof that the company is registered in a company register, professional register or a commerce register in the country where the tenderer is established.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Experience
Description : Requirement: Tenderers shall have experience from comparable contracts. Documentation requirement: Description of the tenderer's three most relevant contracts in the course of the last three years. The description must include a statement of the contracting authority, gender neutral preferred with telephone and email, date of execution, value/extent as well as a description of the delivery. It is the tenderer ́s responsibility to document relevance through the description. Annex 5 can be used.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Quality assurance system
Description : Requirement: Tenderers shall have implemented and functioning quality assurance systems. Documentation requirement: Description of the company's quality assurance system that is implemented in the company. If a tenderer is certified in accordance with ISO 9001 or equivalent third-party verified systems, it is sufficient to enclose a copy of a valid certificate.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Environmental part system
Description : Requirement: Tenderers shall have implemented a good environmental management system. Documentation requirement: Description of the environmental management system that is implemented in the entity. If a tenderer is certified in accordance with ISO 14001, EMAS, Miljøfyrtårn or equivalent third-party verified systems, it is sufficient to enclose a copy of a valid certificate.
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Cost
Name : Price/Cost
Description : See the tender documentation point 9.
Weight (percentage, exact) : 55
Criterion :
Type : Quality
Name : Service and follow-up
Description : See the tender documentation point 9.
Weight (percentage, exact) : 15
Criterion :
Type : Quality
Name : The quality of the products
Description : See the tender documentation point 9.
Weight (percentage, exact) : 15
Criterion :
Type : Quality
Name : Climate and environment - zero emission
Description : See the tender documentation point 9.
Weight (percentage, exact) : 15
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 27/11/2024 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 : Norwegian
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 06/12/2024 11:00 +00:00
Information about public opening :
Opening date : 06/12/2024 11:00 +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
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Agder Tingrett

8. Organisations

8.1 ORG-0001

Official name : OFA IKS
Registration number : 931832336
Postal address : Kjøita 40
Town : Kristiansand
Postcode : 4630
Country : Norway
Contact point : Synnøve Skårdal
Telephone : +47 91555060
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Agder Tingrett
Registration number : 926 723 480
Town : kristiansand
Country : Norway
Telephone : 38176300
Roles of this organisation :
Review organisation

10. Change

Version of the previous notice to be changed : cb9bd3a1-048f-4f15-8833-122957c6f7d4-01

10.1 Change

Section identifier : PROCEDURE

10.1 Change

Section identifier : LOT-0000

11. Notice information

11.1 Notice information

Notice identifier/version : 30cb4531-675b-492c-8c11-8a7d6d8c55de - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 07/11/2024 11:39 +00:00
Notice dispatch date (eSender) : 07/11/2024 11:52 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00680663-2024
OJ S issue number : 218/2024
Publication date : 08/11/2024