Framework agreement for gift certificates.

Norges Handelshøyskole [The Norwegian School of Economics] wants to enter into a framework agreement for gift certificates. The Norwegian School of Economics is conducting a research project called the "Parent Study", where a central element is to examine how parents distribute funds between themselves, their child and the other parent, …

CPV: 18530000 Prezenty i nagrody, 18000000 Odzież, obuwie, artykuły bagażowe i dodatki, 18500000 Biżuteria, zegarki i artykuły podobne, 30000000 Maszyny biurowe i liczące, sprzęt i materiały, z wyjątkiem mebli i pakietów oprogramowania, 30100000 Maszyny biurowe, sprzęt i materiały, z wyjątkiem komputerów, drukarek i mebli, 30160000 Karty magnetyczne, 30163000 Karty płatnicze
Termin:
6 czerwca 2025 10:00
Rodzaj terminu:
Złożenie oferty
Miejsce wykonania:
Framework agreement for gift certificates.
Miejsce udzielenia zamówienia:
Norges Handelshøyskole
Numer nagrody:
25/02868

1. Buyer

1.1 Buyer

Official name : Norges Handelshøyskole
Legal type of the buyer : Public undertaking, controlled by a central government authority
Activity of the contracting authority : Education

2. Procedure

2.1 Procedure

Title : Framework agreement for gift certificates.
Description : Norges Handelshøyskole [The Norwegian School of Economics] wants to enter into a framework agreement for gift certificates. The Norwegian School of Economics is conducting a research project called the "Parent Study", where a central element is to examine how parents distribute funds between themselves, their child and the other parent, as well as between different categories such as clothing, entertainment and food. For approx. 1,000 participants, this distribution shall be incentived, which means that the sums they actually choose to award will be paid out in the form of gift certificates. Each participant will have a total of NOK 1,700, but this amount can be divided between several gift cards of varying sizes. This can be everything from one gift certificate of £1,700 to several smaller gift cards that a total of £1,700. Therefore, due to flexibility, a system is wanted that allows NHH to choose any amount in the range of NOK 1-1,700 per gift certificate. If it is not possible to offer any amount, we would like as low a minimum amount as possible.
Procedure identifier : 1c76461c-cec3-4a9f-b83d-eb25474a5d5c
Internal identifier : 25/02868
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 : Supplies
Main classification ( cpv ): 18530000 Presents and rewards
Additional classification ( cpv ): 18000000 Clothing, footwear, luggage articles and accessories
Additional classification ( cpv ): 18500000 Jewellery, watches and related articles
Additional classification ( cpv ): 30000000 Office and computing machinery, equipment and supplies except furniture and software packages
Additional classification ( cpv ): 30100000 Office machinery, equipment and supplies except computers, printers and furniture
Additional classification ( cpv ): 30160000 Magnetic cards
Additional classification ( cpv ): 30163000 Charge cards

2.1.2 Place of performance

Anywhere

2.1.3 Value

Estimated value excluding VAT : 2 000 000 Norwegian krone
Maximum value of the framework agreement : 2 500 000 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 : Framework agreement for gift certificates.
Description : Norges Handelshøyskole [The Norwegian School of Economics] wants to enter into a framework agreement for gift certificates. The Norwegian School of Economics is conducting a research project called the "Parent Study", where a central element is to examine how parents distribute funds between themselves, their child and the other parent, as well as between different categories such as clothing, entertainment and food. For approx. 1,000 participants, this distribution shall be incentived, which means that the sums they actually choose to award will be paid out in the form of gift certificates. Each participant will have a total of NOK 1,700, but this amount can be divided between several gift cards of varying sizes. This can be everything from one gift certificate of £1,700 to several smaller gift cards that a total of £1,700. Therefore, due to flexibility, a system is wanted that allows NHH to choose any amount in the range of NOK 1-1,700 per gift certificate. If it is not possible to offer any amount, we would like as low a minimum amount as possible.
Internal identifier : 25/02868

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 18530000 Presents and rewards
Additional classification ( cpv ): 18000000 Clothing, footwear, luggage articles and accessories
Additional classification ( cpv ): 18500000 Jewellery, watches and related articles
Additional classification ( cpv ): 30000000 Office and computing machinery, equipment and supplies except furniture and software packages
Additional classification ( cpv ): 30100000 Office machinery, equipment and supplies except computers, printers and furniture
Additional classification ( cpv ): 30160000 Magnetic cards
Additional classification ( cpv ): 30163000 Charge cards

5.1.2 Place of performance

Anywhere
Additional information :

5.1.3 Estimated duration

Start date : 01/07/2025
Duration end date : 30/06/2027

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : The contracting authority shall have the option to extend the framework agreement for a further 1+1 years, a total of 4 years.

5.1.5 Value

Estimated value excluding VAT : 2 000 000 Norwegian krone
Maximum value of the framework agreement : 2 500 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project fully or partially 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 : Other economic or financial requirements
Description : Requirement for tax certificate Tenderers shall have their tax, payroll tax and VAT payments in order. Tax certificates not older than six months calculated from the tender deadline. Tax certificate means: Norwegian tenderers: • Tax and VAT certificate issued by the Tax Administration via Altinn. Foreign tenderers: • Foreign tenderers must submit equivalent certificates from their own country that show that they have an arrangement for the payment of taxes and duties. If the authorities in the relevant country do not issuing such certificates, the tenderer shall submit a statement which states that all taxes and duties have been paid. The declaration shall be approved and signed by the tenderer's Financial Director/ person responsible for Finance.
Criterion : Enrolment in a relevant professional register
Description : Requirements of the tenderer's registrations, authorisations, etc. The tenderer shall be a legally established company. Norwegian tenderers: •Registration. The contracting authority will obtain a company registration certificate from the Brønnøysund Register Centre for Norwegian tenderers. The Norwegian tenderers shall therefore not enclose a company registration certificate. Foreign tenderers: • Confirmation that the tenderer is registered in a trade register or company register in accordance with the law.
Criterion : Other economic or financial requirements
Description : Economic and financial position requirements The tenderer shall have the financial strength to be able to fulfil the contract. The tenderer's Annual Financial Statements including notes with the Board's and auditor's reports from 2024, 2023 and 2022. If the Annual Financial Statements for the last year are not finished before the tender deadline for this contest expires, the last year's preliminary annual accounts, as well as the annual accounts for 2021, shall also be attached. If there are reasons that cannot be enclosed with the provisional annual accounts, the tenderer shall substantiate financial strength in another suitable manner. The contracting authority reserves the right to carry out a credit assessment from Experian. The financial strength will be assessed in relation to turnover, operating degree, solidity and liquidity. If a tenderer has a justifiable reason (e.g. newly established) of not submitting the documentation that the Contracting Authority has required, other documentation can be submitted such as a bank statement or a commitment statement for credit worthiness.
Criterion : References on specified deliveries
Description : Requirements regarding technical and professional qualifications. Tenderers shall have experience from relevant and comparable deliveries. Relevant and comparable deliveries means deliveries of an equivalent nature, scope and complexity. A description of the tenderer's three most relevant and comparable contracts in the last three years. Tenderers shall document fulfilment by filling in the attached template for reference descriptions. See annex 3 - Reference Description Template. Each reference description shall be at maximum 1 A4 page, in total the response to the qualification requirement should be at maximum 3 A4 pages.
Criterion : Measures for ensuring quality
Description : Kvalifikasjonskravet er ikke gjeldende
Criterion : Samples, descriptions, or photographs without certification of authenticity
Description : Kvalifikasjonskravet er ikke gjeldende
Criterion : Samples, descriptions, or photographs with certification of authenticity for supply contracts
Description : Kvalifikasjonskravet er ikke gjeldende
Criterion : Certificates by quality control institutes
Description : Kvalifikasjonskravet er ikke gjeldende
Criterion : Certificates by independent bodies about quality assurance standards
Description : Kvalifikasjonskravet er ikke gjeldende
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Kvalifikasjonskravet er ikke gjeldende

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : The tenderer shall deliver the following: Complete Annex 7A - Price Form. All prices shall be stated in NOK excluding VAT.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : Quality of the offered system
Description : Under the award criteria, the contracting authority will do a comprehensive evaluation of the tenderer ́s system and its ability to fulfil the requirements described in Annex 1 - the Contracting Authority's requirement specification.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 20
Criterion :
Type : Quality
Name : Selection of user places
Description : The contracting authority will emphasise a good selection of user locations under the award criteria, as well as variations in the shops within the categories in point 3.1 in Annex 1 - the Contracting Authority's requirement specification. Variation means variation in both product selection and quality level.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 40
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=57030

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 : 100 Day
Information about public opening :
Opening date : 06/06/2025 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 : Hordaland tingrett -
Organisation providing more information on the review procedures : Norges Handelshøyskole -

8. Organisations

8.1 ORG-0001

Official name : Norges Handelshøyskole
Registration number : 974789523
Department : Økonomiavdelingen
Postal address : Helleveien 30
Town : Bergen
Postcode : 5045
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Contact point : Irmelin Hjørnevik
Telephone : +47 55 95 90 00
Roles of this organisation :
Buyer
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Hordaland tingrett
Registration number : 926 723 367
Postal address : Postboks 7412
Town : Bergen
Postcode : 5020
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Telephone : 55 69 97 00
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : aad96115-1c7e-411c-b200-ead05b2cdc5e - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 05/05/2025 14:17 +00:00
Notice dispatch date (eSender) : 05/05/2025 14:17 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00294140-2025
OJ S issue number : 88/2025
Publication date : 07/05/2025