iPads and training days for the education sector in Kinn municipality.

It is estimated to purchase around 275 iPads per annum. Kinn municipality will need to procure approx. 1,100 iPads within four years. APL-dagar is an important part of the framework agreement. Kinn municipality would like to establish the good level we currently have. Tenderers must be certified courses and the …

CPV: 30213100 Hordozható számítógépek, 30213200 Táblaszámítógépek
Határidő:
2025. május 19. 11:00
A határidő típusa:
Ajánlat benyújtása
A végrehajtás helye:
iPads and training days for the education sector in Kinn municipality.
Díjat odaítélő szervezet:
Kinn kommune
Díj száma:
25/3883

1. Buyer

1.1 Buyer

Official name : Kinn kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : iPads and training days for the education sector in Kinn municipality.
Description : It is estimated to purchase around 275 iPads per annum. Kinn municipality will need to procure approx. 1,100 iPads within four years. APL-dagar is an important part of the framework agreement. Kinn municipality would like to establish the good level we currently have. Tenderers must be certified courses and the courses shall be in Norwegian. Kinn municipality requests a secure return and repurchase scheme on iPads. Freight costs for carrying out the return scheme shall be met by the tenderer. Tenderers are obliged to ensure secure annulment of information on the received iPads.
Procedure identifier : 76b3b1ee-871f-4260-b0b4-da8c5b649904
Internal identifier : 25/3883
Type of procedure : Open
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 30213100 Portable computers
Additional classification ( cpv ): 30213200 Tablet computer

2.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
Additional information : 5 schools in Kinn municipality.

2.1.3 Value

Estimated value excluding VAT : 6 600 000 Norwegian krone

2.1.4 General information

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?
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.
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 : iPads and training days for the education sector in Kinn municipality.
Description : It is estimated to purchase around 275 iPads per annum. Kinn municipality will need to procure approx. 1,100 iPads within four years. APL-dagar is an important part of the framework agreement. Kinn municipality would like to establish the good level we currently have. Tenderers must be certified courses and the courses shall be in Norwegian. Kinn municipality requests a secure return and repurchase scheme on iPads. Freight costs for carrying out the return scheme shall be met by the tenderer. Tenderers are obliged to ensure secure annulment of information on the received iPads.
Internal identifier : 25/3883

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 30213100 Portable computers
Additional classification ( cpv ): 30213200 Tablet computer

5.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
Additional information : 5 schools in Kinn municipality.

5.1.3 Estimated duration

Duration : 2 Year

5.1.4 Renewal

Maximum renewals : 2

5.1.5 Value

Estimated value excluding VAT : 6 600 000 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

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : The tenderer is required to have the financial ability to carry out the assignment. The minimum requirement is that the tenderer is credit worthy, with credit worthy means: Score on the fulfilment country or entreat at least two of the criteria solidity, liquidity and profitability.
Description : The contracting authority will evaluate based on the accounting figures and key figures registered in Proff Forvalt. Tenderers who do not fulfil the requirements can submit other documentation that states that the tenderer is credit worthy.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Tenderers shall be registered in a company register, professional register or a trade register in the country where the tenderer is established.
Description : Norwegian companies: Company Registration Certificate, Foreign companies: Prove that the company is registered in a company register, professional register or a trade register in the state where the tenderer is established.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Tenderers are required to have experience with similar deliveries. A similar meinast delivery of iPads and training days for municipalities/other major works in Noreg.
Description : A reference list shall be enclosed for at least 3 similar assignments, with a customer, gender neutral preferred ́s name and telephone number, scope of the agreement and permanent lift.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Tenderers are required to have a quality assurance system.
Description : Tenderers shall document what quality system the agency new. If a tenderer has certification through public procurement schemes such as ISO 9001 or equivalent, a copy of a valid certificate shall be enclosed with the tender. Alternatively, the tenderer shall enclose a self-declaration which calls the quality system, say the building up and work area.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Tenderers are required to have an environmental management system.
Description : Tenderers shall document what environmental management system the works new and corset this will work on the delivery after this procurement. If a tenderer has certification through public procurement schemes such as Miljøfyrtårn, ISO 14001 or equivalent, a copy of a valid certificate shall be enclosed with the tender. Alternatively, tenderers shall enclose a self-declaration regarding the environmental management system, say the development and works area.
Use of this criterion : Used

5.1.11 Procurement documents

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
Deadline for receipt of tenders : 19/05/2025 11:00 +00:00
Information about public opening :
Opening date : 19/05/2025 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
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Sogn og Fjordane tingrett

8. Organisations

8.1 ORG-0001

Official name : Kinn kommune
Registration number : 820 956 532
Postal address : Postboks 294
Town : Måløy
Postcode : 6701
Country : Norway
Contact point : Marie Arnstad
Telephone : +47 47635636
Internet address : http://www.kinn.kommune.no
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Sogn og Fjordane tingrett
Registration number : 926 723 278
Town : Førde
Country : Norway
Telephone : +47 55694300
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : 00ba04f4-d9b6-463d-86e2-934edb847c64 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 11/04/2025 13:54 +00:00
Notice dispatch date (eSender) : 11/04/2025 14:30 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00245831-2025
OJ S issue number : 74/2025
Publication date : 15/04/2025