20240082 Framework agreement computer glasses

The Norwegian Tax Administration and underlying entities shall procure the delivery of computer glasses, as well as eye examinations for employees in the department. The aim of the contract is to ensure that employees have access to services that comply with the requirements in the regulations on organisation, management and …

CPV: 33734000 Spectacles, 33000000 Medical equipments, pharmaceuticals and personal care products, 33700000 Personal care products, 33730000 Eye care products and corrective lenses, 33731120 Spectacle lenses, 33734100 Frames and mountings for spectacles, 33734200 Glass for spectacles, 85160000 Optician services
Deadline:
March 26, 2025, 11 a.m.
Deadline type:
Submitting a bid
Place of execution:
20240082 Framework agreement computer glasses
Awarding body:
Skatteetaten
Award number:
2024/3734

1. Buyer

1.1 Buyer

Official name : Skatteetaten
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : 20240082 Framework agreement computer glasses
Description : The Norwegian Tax Administration and underlying entities shall procure the delivery of computer glasses, as well as eye examinations for employees in the department. The aim of the contract is to ensure that employees have access to services that comply with the requirements in the regulations on organisation, management and participation § 14-4 and the Working Environment Act § 4-2 (2), regarding employee vision and work on a computer monitor.
Procedure identifier : 63361a87-75f9-4ab0-88ab-7df9a5d89ae4
Internal identifier : 2024/3734
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 ): 33734000 Spectacles
Additional classification ( cpv ): 33000000 Medical equipments, pharmaceuticals and personal care products
Additional classification ( cpv ): 33700000 Personal care products
Additional classification ( cpv ): 33730000 Eye care products and corrective lenses
Additional classification ( cpv ): 33731120 Spectacle lenses
Additional classification ( cpv ): 33734100 Frames and mountings for spectacles
Additional classification ( cpv ): 33734200 Glass for spectacles
Additional classification ( cpv ): 85160000 Optician services

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 6 200 000 Norwegian krone
Maximum value of the framework agreement : 6 200 000 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 : 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?
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 : 20240082 Framework agreement computer glasses
Description : The Norwegian Tax Administration and underlying entities shall procure the delivery of computer glasses, as well as eye examinations for employees in the department. The aim of the contract is to ensure that employees have access to services that comply with the requirements in the regulations on organisation, management and participation § 14-4 and the Working Environment Act § 4-2 (2), regarding employee vision and work on a computer monitor.
Internal identifier : 2024/3734

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 33734000 Spectacles
Additional classification ( cpv ): 33000000 Medical equipments, pharmaceuticals and personal care products
Additional classification ( cpv ): 33700000 Personal care products
Additional classification ( cpv ): 33730000 Eye care products and corrective lenses
Additional classification ( cpv ): 33731120 Spectacle lenses
Additional classification ( cpv ): 33734100 Frames and mountings for spectacles
Additional classification ( cpv ): 33734200 Glass for spectacles
Additional classification ( cpv ): 85160000 Optician services

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 10/05/2025
Duration end date : 09/05/2027

5.1.4 Renewal

Maximum renewals : 2
The buyer reserves the right for additional purchases from the contractor, as described here : Renewal lenght is 12 months

5.1.5 Value

Estimated value excluding VAT : 6 200 000 Norwegian krone
Maximum value of the framework agreement : 6 200 000 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

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : The tenderer's economic and financial capacity
Description : Qualification requirement: Tenderers must have sufficient economic and financial capacity to fulfil the contractual obligations. Documentation requirement: • Credit rating from a certified credit institution. • The assessment shall be based on the last known fiscal figures with an indication of how the credit rating has evolved during the past three years. • If needed, the Norwegian Tax Administration can demand that the tenderer delivers further documentation of fulfilment of the above named qualification requirements.
Use of this criterion : Used
Criterion :
Type : Other
Name : The tenderer fulfils the stated qualification requirements:
Description : All the necessary selection criteria specified in the notice or in the procurement documents mentioned in the notice are fulfilled.
Use of this criterion : Used
Criterion :
Type : Other
Name : This fulfils the objective and non-discriminatory criteria or rules that shall be used to select the number of tenderers in the following way: If certain certificates or other forms of documentation are requested, indicate for each individual whether the tenderer is in possession of the requested documents:
Description : If any of these certificates or other forms of documentation are available in electronic form, the certificates are to be provided for each:
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Tax Certificate
Description : Requirement: Tenderers must have fulfilled their tax, payroll tax and VAT obligations. Documentation requirement: Norwegian tenderers: Certificate for paid tax and duties. The certificate can be ordered and downloaded from Altinn: http://www.skatteetaten.no/skatteattest/ The certificate must not be older than 6 months calculated from the deadline for receipt of tenders. Any arrears and other notes must be explained.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : The organisational and legal position of the tenderer.
Description : Qualification requirement: Tenderers are required to be a legally established company. Documentation requirement: Norwegian tenderers: Company registration certificate from the Brønnøysund Register Centre. Foreign tenderers: Certificate for registration in the Register of Business Enterprises as prescribed in the legislation of the country in which the tenderer is established.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : The tenderer ́s technical and professional qualifications.
Description : Qualification requirement: Tenderers shall have experience from equivalent assignments. Equivalent assignments means a contract for computer glasses with public activities or a large customer and a contract value of NOK 2 million or more over four years. Documentation requirement: Short description of the most important and relevant deliveries in the last three years, including information on the contract ́s value, date of delivery as well as the name of the contracting authority and a description of the assignment ́s content.
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Quality
Name : Quality
Description : The award criteria "quality" consists of the following sub-points: - Eyeglass frames - Coverage of locations
Weight (percentage, exact) : 20
Criterion :
Type : Quality
Name : Environment
Description : The environmental award criterium consists of the following sub-points: Warranty period - Environmental Achievement - Environmentally friendly glasses
Weight (percentage, exact) : 30
Criterion :
Type : Price
Name : Total price
Description : Total price
Weight (percentage, exact) : 50
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 : 17/03/2025 22:55 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=46039

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 : 26/03/2025 11:00 +00:00
Deadline until which the tender must remain valid : 96 Day
Information about public opening :
Opening date : 26/03/2025 11:01 +00:00
Place : Oslo
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 : Oslo tingrett
Organisation receiving requests to participate : Skatteetaten
Organisation processing tenders : Skatteetaten

8. Organisations

8.1 ORG-0001

Official name : Skatteetaten
Registration number : 974761076
Department : Anskaffelser
Postal address : Fredrik Selmers vei 4
Town : Oslo
Postcode : 0663
Country : Norway
Contact point : Guro Bakkan
Telephone : +47 80080000
Roles of this organisation :
Buyer
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Oslo tingrett
Registration number : 926 725 939
Postal address : Postboks 2106 Vika
Town : Oslo
Postcode : 0125
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : 22 03 52 00
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : 6b9fa835-d427-4ad2-a732-ab5519e92f9a - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 19/02/2025 07:29 +00:00
Notice dispatch date (eSender) : 19/02/2025 07:29 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00115746-2025
OJ S issue number : 36/2025
Publication date : 20/02/2025