Signs and signage services

Nord University shall enter into a framework agreement with one tenderer for the purchase of signs and sign services. Nord ́s need for signs and signage services mainly consists of different types of signs (internal and external), foliation/frosting of glass surfaces/windowed surfaces, as well as services that are naturally connected …

CPV: 44423400 Panneaux de signalisation et articles connexes, 31523000 Enseignes et plaques indicatrices lumineuses, 34992000 Panneaux de signalisation et panneaux de signalisation lumineux, 45233290 Installation de panneaux de signalisation
Délai:
18 septembre 2025 10:00
Type de délai:
Soumission d'offres
Lieu d'exécution:
Signs and signage services
Service d'adjudication:
Nord Universitet
Numéro d'adjudication:
25/02678

1. Buyer

1.1 Buyer

Official name : Nord Universitet
Legal type of the buyer : Public undertaking
Activity of the contracting authority : Education

2. Procedure

2.1 Procedure

Title : Signs and signage services
Description : Nord University shall enter into a framework agreement with one tenderer for the purchase of signs and sign services. Nord ́s need for signs and signage services mainly consists of different types of signs (internal and external), foliation/frosting of glass surfaces/windowed surfaces, as well as services that are naturally connected with this: engineering design services for and assembly of new signs, disassembly of old signs, waste management etc.
Procedure identifier : 12e27f44-2344-424e-bfdd-c06f310650c0
Internal identifier : 25/02678
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 44423400 Signs and related items
Additional classification ( cpv ): 31523000 Illuminated signs and nameplates
Additional classification ( cpv ): 34992000 Signs and illuminated signs
Additional classification ( cpv ): 45233290 Installation of road signs

2.1.2 Place of performance

Postal address : Mørkvedtråkket 30
Town : Bodø
Postcode : 8026
Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway

2.1.2 Place of performance

Postal address : Campus Helgeland, Nytorget 5
Town : Mo i Rana
Postcode : 8622
Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway

2.1.2 Place of performance

Postal address : Wesselsveg 75
Town : Stjørdal
Postcode : 7502
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway

2.1.2 Place of performance

Postal address : Finn Christiansens veg 1
Town : Namsos
Postcode : 7804
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway

2.1.2 Place of performance

Postal address : Høgskoleveien 27
Town : Levanger
Postcode : 7600
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway

2.1.2 Place of performance

Postal address : Ogndalsvegen 23
Town : Steinkjer
Postcode : 7713
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway

2.1.2 Place of performance

Postal address : Ivar Hjelleviks veg
Town : Nesna
Postcode : 8700
Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway

2.1.2 Place of performance

Postal address : Hurtigrutens Hus, Markedsgata 1
Town : Stokmarknes
Postcode : 8450
Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway

2.1.3 Value

Maximum value of the framework agreement : 4 000 000 Norwegian krone

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 : Signs and signage services
Description : Nord University shall enter into a framework agreement with one tenderer for the purchase of signs and sign services. Nord ́s need for signs and signage services mainly consists of different types of signs (internal and external), foliation/frosting of glass surfaces/windowed surfaces, as well as services that are naturally connected with this: engineering design services for and assembly of new signs, disassembly of old signs, waste management etc.
Internal identifier : 25/02678

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 44423400 Signs and related items
Additional classification ( cpv ): 31523000 Illuminated signs and nameplates
Additional classification ( cpv ): 34992000 Signs and illuminated signs
Additional classification ( cpv ): 45233290 Installation of road signs
Options :
Description of the options : The framework agreement period is 2 years. The contracting authority shall have the option to extend the framework agreement for a further 1+1 years, a total of 4 years.

5.1.2 Place of performance

Postal address : Mørkvedtråkket 30
Town : Bodø
Postcode : 8026
Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway
Additional information :

5.1.2 Place of performance

Postal address : Campus Helgeland, Nytorget 5
Town : Mo i Rana
Postcode : 8622
Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway
Additional information :

5.1.2 Place of performance

Postal address : Wesselsveg 75
Town : Stjørdal
Postcode : 7502
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Additional information :

5.1.2 Place of performance

Postal address : Finn Christiansens veg 1
Town : Namsos
Postcode : 7804
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Additional information :

5.1.2 Place of performance

Postal address : Høgskoleveien 27
Town : Levanger
Postcode : 7600
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Additional information :

5.1.2 Place of performance

Postal address : Ogndalsvegen 23
Town : Steinkjer
Postcode : 7713
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Additional information :

5.1.2 Place of performance

Postal address : Ivar Hjelleviks veg
Town : Nesna
Postcode : 8700
Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway
Additional information :

5.1.2 Place of performance

Postal address : Hurtigrutens Hus, Markedsgata 1
Town : Stokmarknes
Postcode : 8450
Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 2 Year

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : 2 years

5.1.5 Value

Maximum value of the framework agreement : 4 000 000 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

5.1.11 Procurement documents

Deadline for requesting additional information : 07/09/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=66468

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
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 18/09/2025 10:00 +00:00
Deadline until which the tender must remain valid : 103 Day
Information about public opening :
Opening date : 18/09/2025 10:01 +00:00
Place : Nord University Bodø
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
Additional buyer coverage : Nord University shall enter into a framework agreement with one tenderer for the purchase of signs and sign services.
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Salten og Lofoten Tingrett
Organisation providing more information on the review procedures : Nord Universitet

8. Organisations

8.1 ORG-0001

Official name : Nord Universitet
Registration number : 970940243
Department : Innkjøp
Postal address : Postboks 1490
Town : Bodø
Postcode : 8049
Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway
Contact point : Hildegunn Westeng Kjerpeseth
Telephone : 75 51 72 00
Internet address : http://www.nord.no
Roles of this organisation :
Buyer
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Salten og Lofoten Tingrett
Registration number : 826 723 122
Postal address : Postboks 322
Town : Bodø
Postcode : 8001
Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway
Telephone : 75 43 49 00
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : 8883324d-bb15-4971-91e4-9cf93a826f3c - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 12/08/2025 13:10 +00:00
Notice dispatch date (eSender) : 12/08/2025 13:21 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00534403-2025
OJ S issue number : 155/2025
Publication date : 14/08/2025