Procurement - Copy paper, office and computer supplies, free school material, 2025

The aim of the contract is to cover the Contracting Authorities' need for products within the following product groups, in accordance with the requirement specifications: Copy paper Office Supplies Toner and Ink Free school materials Stationery The aim of the contract is to cover the Contracting Authorities' need for products …

CPV: 30190000 Dažādas biroja iekārtas un piederumi, 22100000 Grāmatas, brošūras un atgādnes, 22110000 Grāmatas, 22111000 Skolas grāmatas, 22815000 Piezīmju grāmatiņas, 22850000 Ātršuvēju vāki un saistītie piederumi, 22851000 Ātršuvēju vāki, 30124000 Biroja iekārtu detaļas un piederumi, 30125000 Fotokopētāju detaļas un piederumi, 30192000 Biroja piederumi, 30192100 Dzēšgumijas, 30192110 Tintes izstrādājumi, 30195900 Baltās tāfeles un magnētiskās tāfeles, 30195911 Baltās tāfeles piederumi, 30197000 Neliels biroju aprīkojums, 30197200 Ātršuvēju gredzeni un papīra saspraudes, 30197640 Paškopējošais un cita veida kopējamais papīrs, 30199000 Papīra kancelejas preces un citas preces, 30213200 Planšetdators, 30237200 Datoru piederumi
Termiņš:
2025. gada 23. septembris, 10:00
Termiņa veids:
Piedāvājuma iesniegšana
Izpildes vieta:
Procurement - Copy paper, office and computer supplies, free school material, 2025
Piešķīrēja iestāde:
Ålesund kommune
Piešķīruma numurs:
25/2133

1. Buyer

1.1 Buyer

Official name : Ålesund 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 : Procurement - Copy paper, office and computer supplies, free school material, 2025
Description : The aim of the contract is to cover the Contracting Authorities' need for products within the following product groups, in accordance with the requirement specifications: Copy paper Office Supplies Toner and Ink Free school materials Stationery
Procedure identifier : f4e9f196-8035-45d6-acff-5714c19519b2
Internal identifier : 25/2133
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : The procurement shall be carried out in accordance with the Public Procurement Act dated 17 June 2016 (LOA) and the Public Procurement Regulations (FOA) FOR 2016-08-12-974, parts I and part III. The contract award will be carried out in accordance with the procedure open tender contest cf. FOA § 13-1 (1). Negotiations are not allowed in the competition. Tenders cannot, therefore, be changed after the tender deadline has expired. Attention is defined that tenders that include significant deviations from the procurement documents shall be rejected in accordance with the Public Procurement Regulations § 24-8(1) b.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 30190000 Various office equipment and supplies
Additional classification ( cpv ): 22100000 Printed books, brochures and leaflets
Additional classification ( cpv ): 22110000 Printed books
Additional classification ( cpv ): 22111000 School books
Additional classification ( cpv ): 22815000 Notebooks
Additional classification ( cpv ): 22850000 Binders and related accessories
Additional classification ( cpv ): 22851000 Binders
Additional classification ( cpv ): 30124000 Parts and accessories of office machines
Additional classification ( cpv ): 30125000 Parts and accessories of photocopying apparatus
Additional classification ( cpv ): 30192000 Office supplies
Additional classification ( cpv ): 30192100 Erasers
Additional classification ( cpv ): 30192110 Ink products
Additional classification ( cpv ): 30195900 Whiteboards and magnetic boards
Additional classification ( cpv ): 30195911 Whiteboard accessories
Additional classification ( cpv ): 30197000 Small office equipment
Additional classification ( cpv ): 30197200 Ring binders and paper clips
Additional classification ( cpv ): 30197640 Self-copy or other copy paper
Additional classification ( cpv ): 30199000 Paper stationery and other items
Additional classification ( cpv ): 30213200 Tablet computer
Additional classification ( cpv ): 30237200 Computer accessories

2.1.2 Place of performance

Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Additional information : The Procurement Cooperation in Sunnmøre (municipality, including municipal companies in each municipality): Ålesund • Sula • Ørsta • Volda • Sande • Giske • Cyclone •Haram • Hareid •Fjord • Vestnes • Ulstein •Beach • Herøy • Vanylven • Sande Other participants: • Attvin AS, including a subsidiary • Ålesundregionens havnevesen • Muritunet

2.1.3 Value

Estimated value excluding VAT : 45 000 000 Norwegian krone
Maximum value of the framework agreement : 45 000 000 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?
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?
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 : Is the tenderer 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 all of his tax and duty obligations in both the country where 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 : Has the tenderer's business conduct been stopped?
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national law : Is the tenderer in a similar situation in accordance with an equivalent procedure set in the national law? See the national law, the relevant notice or procurement documents.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Procurement - Copy paper, office and computer supplies, free school material, 2025
Description : The aim of the contract is to cover the Contracting Authorities' need for products within the following product groups, in accordance with the requirement specifications: Copy paper Office Supplies Toner and Ink Free school materials Stationery
Internal identifier : 25/2133

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 30190000 Various office equipment and supplies
Additional classification ( cpv ): 22100000 Printed books, brochures and leaflets
Additional classification ( cpv ): 22110000 Printed books
Additional classification ( cpv ): 22111000 School books
Additional classification ( cpv ): 22815000 Notebooks
Additional classification ( cpv ): 22850000 Binders and related accessories
Additional classification ( cpv ): 22851000 Binders
Additional classification ( cpv ): 30124000 Parts and accessories of office machines
Additional classification ( cpv ): 30125000 Parts and accessories of photocopying apparatus
Additional classification ( cpv ): 30192000 Office supplies
Additional classification ( cpv ): 30192100 Erasers
Additional classification ( cpv ): 30192110 Ink products
Additional classification ( cpv ): 30195900 Whiteboards and magnetic boards
Additional classification ( cpv ): 30195911 Whiteboard accessories
Additional classification ( cpv ): 30197000 Small office equipment
Additional classification ( cpv ): 30197200 Ring binders and paper clips
Additional classification ( cpv ): 30197640 Self-copy or other copy paper
Additional classification ( cpv ): 30199000 Paper stationery and other items
Additional classification ( cpv ): 30213200 Tablet computer
Additional classification ( cpv ): 30237200 Computer accessories

5.1.2 Place of performance

Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Additional information : The Procurement Cooperation in Sunnmøre (municipality, including municipal companies in each municipality): Ålesund • Sula • Ørsta • Volda • Sande • Giske • Cyclone •Haram • Hareid •Fjord • Vestnes • Ulstein •Beach • Herøy • Vanylven • Sande Other participants: • Attvin AS, including a subsidiary • Ålesundregionens havnevesen • Muritunet

5.1.3 Estimated duration

Duration : 2 Year

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : Renewal lenght is 12 months

5.1.5 Value

Estimated value excluding VAT : 45 000 000 Norwegian krone
Maximum value of the framework agreement : 45 000 000 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 : Price
Name : Price
Description : Tenderers shall fill in the attached price form in their cost calculation and submit as an annex to the tender. in Excel format. All fields in the attached price form marked with yellow shall be completed. Missing completion of price fields can cause difficulty in assessing the tender and the tender can then be Rejected. All prices are in NOK, excluding VAT, including all direct or indirect expenses and duties that can expected to be incurred for the delivery. Order fees and invoice fees are to be seen as expenses. The prices shall include all costs for the customer who is included in this competition. Costs That that the tenderer knows will be included, but who is not specifically stated in the tender, will be seen as included in the stated costs.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Quality
Name : Environment
Description : The award criteria is weighted 30%. The award criteria consists of 2 (two) sub-criteria: • The sub-criteria Environmentally labelled products is weighted 60% of this award criteria. • The sub-criteria Other environmental measures will be weighted 40% of this award criteria.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Quality
Description : The award criteria consists of 2 (two) sub-criteria: • The sub-criteria Product samples are weighted 60% of this award criteria. Sub-criteria Presentation of the main assortment, including information on other assortment weighted. 40% of this award criteria. • Orientation: As stated in the tender documentation's point on product samples, specific products have been selected from the price form that the tenderers shall deliver physical samples on. In addition to product samples, the supplier shall present presentations of the entire main assortment, including cards information on other assortment.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20

5.1.11 Procurement documents

Deadline for requesting additional information : 15/09/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=66883

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 : 23/09/2025 10:00 +00:00
Deadline until which the tender must remain valid : 89 Day
Information about public opening :
Opening date : 23/09/2025 10:01 +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 : Møre og Romsdal tingrett
Information about review deadlines : It is as a general rule the district court in the contracting authority ́s household that shall be stated as the body responsible for the formal appeals proceedings. Neither the Contracting Authority itself, Kofa (the complaints body for public procurements) nor other than the courts are considered a "formal complaints body." Therefore it is the court court that will be correct to fill in the relevant field in the notice form. You can find your home care at the https://www.domstol.no/om-domstolene/de-alminnelige-domstolene/tingrettene/. Even if the contracting authority is not a formal complaints body, it will in most cases be most appropriate for a tenderer or others with an interest in appeals to start their appeals process with an enquiry to the contracting authority. The contracting authority, on certain terms, has the option to alter decisions he has made in a procurement process if the contracting authority is made aware that the decision is contrary to the procurement regulations. Also the cofa (the complaints body for public procurements) can be used as a complaints body. Kofa is also not to be seen as a formal complaints body as they only give advisory statements on any breach of the procurement regulations. The exception to this is that Kofa may impose an administrative fine on illegal direct procurements. Beyond the fine, only the courts can put power behind their decisions.
Organisation receiving requests to participate : Ålesund kommune

8. Organisations

8.1 ORG-0001

Official name : Ålesund kommune
Registration number : 929911709
Department : Innkjøp
Postal address : Keiser Wilhelms gate 11
Town : Ålesund
Postcode : 6003
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Contact point : Irene Fylling
Telephone : +4770162000
Roles of this organisation :
Buyer
Organisation receiving requests to participate

8.1 ORG-0002

Official name : Møre og Romsdal tingrett
Registration number : 926 723 200
Postal address : Postboks 1354
Town : Ålesund
Postcode : 6001
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Telephone : 70 33 47 00
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : 0afa07a2-2af5-4850-9779-2b226c1e7bac - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 19/08/2025 12:00 +00:00
Notice dispatch date (eSender) : 19/08/2025 12:04 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00543385-2025
OJ S issue number : 158/2025
Publication date : 20/08/2025