Procurement of digital teaching aids

Anska – Procurements in Akershus, Buskerud and Østfold shall procure digital teaching aids, as well as an internet based system for the purchase, overview and administration of the digital teaching aids. The procurement shall ensure that the counties ́ sixth form colleges have reliable access to high quality digital teaching …

CPV: 80200000 Services d'enseignement secondaire, 22000000 Imprimés et produits connexes, 22110000 Livres imprimés, 22111000 Livres scolaires, 48000000 Logiciels et systèmes d'information, 48100000 Logiciels pour l'industrie, 48190000 Logiciels pédagogiques, 72400000 Services internet, 79970000 Services d'édition, 80300000 Services d'enseignement supérieur
Délai:
6 juin 2025 10:00
Type de délai:
Soumission d'offres
Lieu d'exécution:
Procurement of digital teaching aids
Service d'adjudication:
Anskaffelser i Akershus, Buskerud og Østfold KO
Numéro d'adjudication:
2025/6468

1. Buyer

1.1 Buyer

Official name : Anskaffelser i Akershus, Buskerud og Østfold KO
Legal type of the buyer : Body governed by public law, controlled by a regional authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Procurement of digital teaching aids
Description : Anska – Procurements in Akershus, Buskerud and Østfold shall procure digital teaching aids, as well as an internet based system for the purchase, overview and administration of the digital teaching aids. The procurement shall ensure that the counties ́ sixth form colleges have reliable access to high quality digital teaching aids at competitive prices. Tenderers must be able to deliver a multitude of publishers and manufacturers for different stages and disciplines suitable for sixth form education.
Procedure identifier : 61380b2c-2a88-48ea-95fc-4511237a4265
Internal identifier : 2025/6468
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 : Services
Main classification ( cpv ): 80200000 Secondary education services
Additional classification ( cpv ): 22000000 Printed matter and related products
Additional classification ( cpv ): 22110000 Printed books
Additional classification ( cpv ): 22111000 School books
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48100000 Industry specific software package
Additional classification ( cpv ): 48190000 Educational software package
Additional classification ( cpv ): 72400000 Internet services
Additional classification ( cpv ): 79970000 Publishing services
Additional classification ( cpv ): 80300000 Higher education services

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.4 General information

Legal basis :
Directive 2014/24/EU

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 : Has the tenderer: a) given grossly incorrect information with the notification of the information required to verify that there is no basis for rejection, or of the qualification requirements being fulfilled, b) failed to provide such information, c) made reservations immediately to present the supporting documents requested by the contracting authority, or d) improperly affected 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 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 : Procurement of digital teaching aids
Description : Anska – Procurements in Akershus, Buskerud and Østfold shall procure digital teaching aids, as well as an internet based system for the purchase, overview and administration of the digital teaching aids. The procurement shall ensure that the counties ́ sixth form colleges have reliable access to high quality digital teaching aids at competitive prices. Tenderers must be able to deliver a multitude of publishers and manufacturers for different stages and disciplines suitable for sixth form education.
Internal identifier : 2025/6468

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 80200000 Secondary education services
Additional classification ( cpv ): 22000000 Printed matter and related products
Additional classification ( cpv ): 22110000 Printed books
Additional classification ( cpv ): 22111000 School books
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48100000 Industry specific software package
Additional classification ( cpv ): 48190000 Educational software package
Additional classification ( cpv ): 72400000 Internet services
Additional classification ( cpv ): 79970000 Publishing services
Additional classification ( cpv ): 80300000 Higher education services

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 4 Year

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 : Registration
Criterion : Other economic or financial requirements
Description : Tax Certificate
Criterion : Financial ratio
Description : Economic and financial capacity.
Criterion : Technicians or technical bodies to carry out the work
Description : Technical and professional qualifications.
Criterion : Certificates by independent bodies about quality assurance standards
Description : Quality assurance standard.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Environmental management system.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Tenderers shall enclose completed annex 5 Annex 5.1 Price Form.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : Quality
Description : The contracting authority will assess the offered quality based on the award criteria 1.14.2.1 up to and including 1.14.2.4.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 60
Criterion :
Type : Quality
Name : Exceptions to climate and environment
Description : About climate and environmental considerations According to the Public Procurement Regulations § 7-9, the contracting authority is initially obliged to weight climate and environmental considerations with a minimum of thirty percent. The obligation to set requirements or criteria for climate and environment does not apply if the procurement has a climate footprint and an environmental impact that is immaterial and this is justified in the procurement documents, cf. the Public Procurement Regulations § 7-9 fifth paragraph. According to DFØ ́s guidelines on climate and environmental considerations in public procurements, chapter 7, the procurement of services in connection with training and education - vocational and vocational training is one of 14 CPV codes that are considered to have a climate footprint and environmental impact that is immaterial in accordance with nature. "DFØ has reviewed all procurements that were carried out in 2022 registered on the 14 CPV codes that are considered to have low climate intensity. Based on this review, the types of procurements that go on and that have a typically low climate intensity have been identified. Furthermore, qualitative assessments have been made connected to other forms of environmental impact, taken from the concept list in chapter 2. The result of these assessments is the list below. Archive and documentation services User controlled personal assistance (BPA) Legal services and lawyer services Consultancy and analysis services Media monitoring and analysis. Emergency and Security Services Text and content services Telephony services and mobile telephony Services in connection with training and education. Labour market training (AMO) and alternative training arena Digital and technological courses Vehicles and transport related courses Courses for specific target groups (e.g. refugees, youth) Safety and HSE training. Management development and project management. Security and HSE training Language and integration courses Vocational and vocational training The contracting authority utilises the exclusion provisions in the procurement regulations §7-9 fifth paragraph on the basis that SaaS procurements in themselves have an immaterial climate footprint and environmental impact as it mainly involves the use of existing infrastructure. It can be argued that there will be no insignificant energy consumption connected to the service to be procured, but this is difficult to measure. Measures that can be put in place to reduce the climate footprint are to use renewable energy, as well as a focus on optimising energy efficiency. The challenge here lies in linking energy consumption specifically to the services that the Contracting Authority procures. In addition DFØ has carried out a dialogue with the relevant market, and the answer is that the market for these types of services is not mature in order to document requirements as a share of renewable energy for example. The contracting authority is obliged to follow-up all award criteria in the competition and sees that it can be challenging for tenderers to specifically link the energy use to the contracting authority ́s service. Based on the above, it is considered that this procurement has, in its nature, an immaterial climate footprint and environmental impact, and thus fulfils the terms for exemptions in accordance with the procurement regulations § 7-9 fifth paragraph.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 0
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

Deadline for requesting additional information : 29/05/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=56918

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Allowed
Deadline for receipt of tenders : 06/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 89 Day
Information about public opening :
Opening date : 06/06/2025 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
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 : Buskerud tingrett -
Organisation providing more information on the review procedures : Buskerud tingrett -

8. Organisations

8.1 ORG-0001

Official name : Anskaffelser i Akershus, Buskerud og Østfold KO
Registration number : 932593688
Department : Anskaffelser
Postal address : Hauges gate 89
Town : Drammen
Postcode : 3019
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Linn Sundt
Telephone : +47
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Buskerud tingrett
Registration number : 826 726 342
Postal address : Postboks 1066 Bragernes
Town : Drammen
Postcode : 3001
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : 32 21 16 00
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures
Notice information
Notice identifier/version : aac99a56-81b0-4fcb-9776-241e8e5d5c09 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 05/05/2025 09:06 +00:00
Notice dispatch date (eSender) : 05/05/2025 09:19 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00289611-2025
OJ S issue number : 87/2025
Publication date : 06/05/2025