Printed matter and related products, framework agreement.

Trondheim municipality needs a framework agreement with an external supplier for the delivery of printed matter and related products. Trondheim municipality needs a framework agreement with an external supplier for the delivery of printed matter and related products.

CPV: 22100000 Libros impresos, folletos y prospectos, 22300000 Tarjetas postales, tarjetas de felicitación y otro material impreso, 22900000 Impresos varios
Plazo:
15 de septiembre de 2025 a las 10:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
Printed matter and related products, framework agreement.
Organismo adjudicador:
Trondheim kommune
Número de premio:
2025/23256

1. Buyer

1.1 Buyer

Official name : Trondheim 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 : Bakklandet Menighets Omsorgsenter
Legal type of the buyer : Entity with special or exclusive rights
Activity of the contracting authority : Health

1.1 Buyer

Official name : Trondhjems Hospital
Legal type of the buyer : Entity with special or exclusive rights
Activity of the contracting authority : Health

1.1 Buyer

Official name : Kystad helse- og velferdssenter
Legal type of the buyer : Entity with special or exclusive rights
Activity of the contracting authority : Health

1.1 Buyer

Official name : Stavne Arbeid Trondheim KF
Legal type of the buyer : Public undertaking, controlled by a local authority
Activity of the contracting authority : Social protection

1.1 Buyer

Official name : Stavne Inkludering Trondheim KF
Legal type of the buyer : Public undertaking, controlled by a local authority
Activity of the contracting authority : Social protection

2. Procedure

2.1 Procedure

Title : Printed matter and related products, framework agreement.
Description : Trondheim municipality needs a framework agreement with an external supplier for the delivery of printed matter and related products.
Procedure identifier : e8a1a6aa-30f4-4b6a-bf3a-5c93d8f8e6d4
Internal identifier : 2025/23256
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : Trondheim municipality invites tenderers to an open tender contest for a framework agreement for the delivery of printed matter and related products to the municipality's entities.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 22100000 Printed books, brochures and leaflets
Additional classification ( cpv ): 22300000 Postcards, greeting cards and other printed matter
Additional classification ( cpv ): 22900000 Miscellaneous printed matter

2.1.2 Place of performance

Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway

2.1.3 Value

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

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - Public Procurement Law and Regulations

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 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 : Has the tenderer committed serious errors in professional practice? If relevant, see the definitions in national law, the relevant notice or procurement documents.
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?
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 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 : Printed matter and related products, framework agreement.
Description : Trondheim municipality needs a framework agreement with an external supplier for the delivery of printed matter and related products.
Internal identifier : 2025/23256

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 22100000 Printed books, brochures and leaflets
Additional classification ( cpv ): 22300000 Postcards, greeting cards and other printed matter
Additional classification ( cpv ): 22900000 Miscellaneous printed matter
Options :
Description of the options : This contract period is two years, 01.11.2025 - 31.10.2027 with an option for 1+1 year, a total of 4 years, or until 31.10.2029.

5.1.2 Place of performance

Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Additional information :

5.1.3 Estimated duration

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

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : This contract period is two years, 01.11.2025 - 31.10.2027 with an option for 1+1 year, a total of 4 years, or until 31.10.2029.

5.1.5 Value

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

5.1.7 Strategic procurement

5.1.10 Award criteria

Criterion :
Type : Cost
Name : Price
Description : Prices shall be given in the order requested in Annex 2 Price Form. The price shall be stated in NOK excluding VAT. The prices shall be fixed during the first contract year. The price for all products shall be completed in the price form. See Annex 1 Requirement Specifications and award criteria and Annex 2 Price Form for further information.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : Quality
Description : Tenderers shall, in their response, describe how the assignment shall be solved. See Annex 1 Requirement Specifications and award criteria for further information and the award criteria.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Environment
Description : The Public Procurements Act and Regulations state that the environment shall as a main rule be weighted by 30%. See Annex 1 Requirement Specifications and award criteria for further information and the award criteria.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 08/09/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/262176152.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 : Not allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 15/09/2025 10:00 +00:00
Deadline until which the tender must remain valid : 92 Day
Information about public opening :
Opening date : 15/09/2025 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 : 1
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Mediation organisation : Trøndelag tingrett
Review organisation : Trøndelag tingrett
Information about review deadlines : Deadlines for appeals are in accordance with the law and regulations for public procurements.
Organisation providing additional information about the procurement procedure : Trondheim kommune
Organisation providing more information on the review procedures : Trøndelag tingrett

8. Organisations

8.1 ORG-0001

Official name : Trondheim kommune
Registration number : 942110464
Postal address : Erling Skakkes gate 14
Town : TRONDHEIM
Postcode : 7004
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Contact point : Sissel Håvåg
Telephone : +47 72540000
Roles of this organisation :
Buyer
Group leader
Organisation providing additional information about the procurement procedure

8.1 ORG-0002

Official name : Bakklandet Menighets Omsorgsenter
Registration number : 970 161 414
Postal address : Aasmund Vinjes gate 2, inngang E
Town : Trondheim
Postcode : 7015
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Telephone : 72544500
Roles of this organisation :
Buyer

8.1 ORG-0003

Official name : Trondhjems Hospital
Registration number : 938 658 374
Postal address : Hospitalsløkkan 2-4
Town : Trondheim
Postcode : 7012
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Telephone : 72544200
Roles of this organisation :
Buyer

8.1 ORG-0004

Official name : Kystad helse- og velferdssenter
Registration number : 875 383 922
Postal address : Laura Hangerås veg 1
Town : Trondheim
Postcode : 7026
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Telephone : 72545520
Roles of this organisation :
Buyer

8.1 ORG-0005

Official name : Stavne Arbeid Trondheim KF
Registration number : 981 400 690
Postal address : Hornebergveien 5
Town : Trondheim
Postcode : 7038
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Telephone : 95306000
Roles of this organisation :
Buyer

8.1 ORG-0006

Official name : Stavne Inkludering Trondheim KF
Registration number : 923 801 154
Postal address : Hornebergveien 5
Town : Trondheim
Postcode : 7038
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Telephone : 95306000
Roles of this organisation :
Buyer

8.1 ORG-0007

Official name : Trøndelag tingrett
Registration number : 926722794
Postal address : Postboks 2317, Torgarden
Town : Trondheim
Postcode : 7004
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Telephone : 73542400
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures
Mediation organisation

Notice information

Notice identifier/version : 0e03cd28-c695-4d4d-b8ec-a4b95d1559bb - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 11/08/2025 09:59 +00:00
Notice dispatch date (eSender) : 11/08/2025 10:47 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00528103-2025
OJ S issue number : 153/2025
Publication date : 12/08/2025