2025/306 - Procurement of art materials and toys for schools and nurseries.

Bodø municipality with cooperating municipalities (hereafter called Bodø) needs to enter into a framework agreement for the procurement of art materials and toys, primarily for schools, including the School Free Time Scheme (hereafter called "SFO") and nurseries. The new framework agreement shall cover product areas and categories such as i.a. …

CPV: 37000000 Musical instruments, sport goods, games, toys, handicraft, art materials and accessories, 37500000 Games and toys; fairground amusements, 37520000 Toys, 37800000 Handicraft and art supplies
Deadline:
March 3, 2025, 11 a.m.
Deadline type:
Submitting a bid
Place of execution:
2025/306 - Procurement of art materials and toys for schools and nurseries.
Awarding body:
Bodø Kommune
Award number:
2025/306

1. Buyer

1.1 Buyer

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

1.1 Buyer

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

1.1 Buyer

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

1.1 Buyer

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

1.1 Buyer

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

1.1 Buyer

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

1.1 Buyer

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

1.1 Buyer

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

1.1 Buyer

Official name : Vestvågøy 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 : 2025/306 - Procurement of art materials and toys for schools and nurseries.
Description : Bodø municipality with cooperating municipalities (hereafter called Bodø) needs to enter into a framework agreement for the procurement of art materials and toys, primarily for schools, including the School Free Time Scheme (hereafter called "SFO") and nurseries.  The new framework agreement shall cover product areas and categories such as i.a. Art materials Writing, drawing and painting cases, Polystyrene and vat products, Canvas and stickers Model clay and sand Beads, jewellery and accessories, Cardboard, paper and cartons Glue and tape scissors and pencil sharpeners Nets, textiles and accessories Various art materials Toys and activity and learning Toys Construction Games Play Environment For further information on the procurement ́s extent and content. See the contract, including the requirement specifications (cf. part 2 in the tender documentation point 2.2).
Procedure identifier : 0103917a-ebac-4981-97ed-73f4d9a729b7
Previous notice : 101122-2025
Internal identifier : 2025/306
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : This procurement will be carried out in accordance with the Act from 17 June 2016 no. 73 on public procurements (LOA) and the regulation 12 August 2016 no. 974 on public procurements (FOA). The procurement will be carried out as an open tender contest in accordance with PPR parts I and III. This procedure gives all interested tenderers the possibility to submit tenders for the competition.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 37000000 Musical instruments, sport goods, games, toys, handicraft, art materials and accessories
Additional classification ( cpv ): 37500000 Games and toys; fairground amusements
Additional classification ( cpv ): 37520000 Toys
Additional classification ( cpv ): 37800000 Handicraft and art supplies

2.1.2 Place of performance

Country subdivision (NUTS) : Nordland ( NO071 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 10 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften -

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. Will the purely national rejection reasons, as stated in the relevant notice or in the procurement documents, apply?
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 : 2025/306 - Procurement of art materials and toys for schools and nurseries.
Description : Bodø municipality with cooperating municipalities (hereafter called Bodø) needs to enter into a framework agreement for the procurement of art materials and toys, primarily for schools, including the School Free Time Scheme (hereafter called "SFO") and nurseries.  The new framework agreement shall cover product areas and categories such as i.a. Art materials Writing, drawing and painting cases, Polystyrene and vat products, Canvas and stickers Model clay and sand Beads, jewellery and accessories, Cardboard, paper and cartons Glue and tape scissors and pencil sharpeners Nets, textiles and accessories Various art materials Toys and activity and learning Toys Construction Games Play Environment For further information on the procurement ́s extent and content. See the contract, including the requirement specifications (cf. part 2 in the tender documentation point 2.2).
Internal identifier : 2025/306

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 37000000 Musical instruments, sport goods, games, toys, handicraft, art materials and accessories
Additional classification ( cpv ): 37500000 Games and toys; fairground amusements
Additional classification ( cpv ): 37520000 Toys
Additional classification ( cpv ): 37800000 Handicraft and art supplies

5.1.2 Place of performance

Country subdivision (NUTS) : Nordland ( NO071 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 10 000 000 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

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : 'Total' annual turnover
Description : The tenderer ́s ("total") annual turnover for the number of financial years requested in the tender notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average annual turnover
Description : The tenderer ́s average annual turnover for the number of years requested in the notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : "Specific annual turnover"
Description : Are the tenderer's ("specific") annual turnover within the area that the contract applies to and specified in the notice or in the procurement documents for the number of accounting years requested is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average set-up
Description : Is the tenderer's average annual turnover within the area requested by the contract and specified in the notice or in the procurement documents for the number of financial years requested:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : The tenderer's establishment date
Description : If the information about the turnover (combined or specific) is not available for the entire requested period, please state the date the company was established, or the tenderers started their business:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Financial key figures
Description : For financial key figures stated in the notice or in the procurement documents, the tenderer declares that the actual value(s) of the requested key figures are as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Liability insurance
Description : The insured amount in the tenderer ́s liability insurance is the following:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Other economic and financial requirements
Description : Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : 5.3.5. Economic and financial position requirements
Description : Requirement: The tenderer shall have sufficient financial strength to be able to fulfil Contract. Documentation requirement: The tenderer's Annual Financial Statements including notes with the Board's and the auditor's reports from 2022 and 2023. In addition the tenderer is requested to present a credit rating, not older than six months from the tender deadline, from a certified credit rating company. The contracting authority reserves the right to obtain a credit rating. The financial strength will be assessed on the tenderer's turnover, liquidity, solidity and debt ratio. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for quality assurance standards.
Description : Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements?
Use of this criterion : Not used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for environmental management standards.
Description : Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards?
Use of this criterion : Not used
Criterion :
Type : Other
Name : 5.3.6. Technical and professional qualification requirements
Description : Requirement: Tenderers shall have a documented and implemented satisfactory quality assurance /management system. Documentation requirement: A brief description of the tenderer's quality assurance/management system. The description must nevertheless be as detailed that the Contracting Authority can undertake an independent assessment of whether the tenderer's quality assurance/quality management system can be seen as well-functioning for this contract. If the tenderer is certified in accordance with ISO 9001 or equivalent. quality assurance certifications, there are sufficient to enclose a copy of a valid certificate. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Other
Name : 5.3.6. Technical and professional qualification requirements
Description : Requirement: Tenderers are required to have implemented quality assurance measures that ensure that the tenderer is suitable to fulfil the contractual obligations for social demand. This means that the tenderer has methods for managing the supplier chain and traceability systems that enable follow-up of: Basic human rights, among other: o No person must be subjected to torture or cruel, inhuman or degrading treatment or punishment. (UN's World Declaration of human rights, art. 5) o Everyone who works has the right to a fair and good payment that ensures his family and himself a human beings, and who if necessary, be filled in with other social protection (THE UN's World Declaration for human rights, art. 23.3) o Everyone has the right to rest and leisure, including reasonable limitations of working hours and regular holidays with wages (the UN's World Declaration of human rights, art. 24) ILO core conventions: o ILO convention nos. 138 and 182 (a ban on child labour), no. 29 and 105 (ban on forced labour/slave labour), no. 100 and 111 (a ban on discrimination) and nos. 87 and 98 (organisation freedom and the right to collective negotiations) o A description of the system for control of the supply chain, which the tenderer will use to execute Contract. This includes: quality assurance measures that enable systematic monitoring of the work. taking care of the basics human rights and ILO's core conventions downwards in supplier chain/production processes late. o A description of the traceability systems that the tenderer will use to execute Contract. The description should state methods and/or systems that enable tracing of production locations and country of origin that is involved in the supplier chains for this contract. Documentation requirement: A description of the system for control of the supply chain, which the tenderer will use to execute Contract. This includes: quality assurance measures that enable systematic monitoring of the work. taking care of the basics human rights and ILO's core conventions downwards in supplier chain/production process one. A description of traceability systems that the tenderer will use to execute Contract. The description should state methods and/or systems that enable tracing of production locations and country of origin that is involved in supplier chains for this contract. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register
Description : Tenderers are registered in a professional register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register or company register.
Description : Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : 5.3.3. Requirement for tax certificate
Description : Requirement: Tenderers shall have their tax, payroll tax and VAT payments in order. Documentation requirement: Tax certificate not older than six months from the deadline for receipt of tenders. the tender deadline for the competition. Tax certificate means: Norwegian tenderers: › Tax and VAT certificate issued by the tax office via Altinn Foreign tenderers: › Foreign tenderers must submit equivalent certificates from their own country that show that they have their tax and duty payments in order. If the authorities in the relevant country do not issue 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.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : 5.3.4. Requirement for the tenderer ́s registration, authorisation etc.
Description : Requirement: The tenderer shall be a legally established company. Documentation requirement: Norwegian tenderers: › Company Registration Certificate Foreign tenderers: › Confirmation that the tenderer is registered in a trade register or company register in accordance with THE NORWEGIAN Register of Trades authorities. the laws of the country where the tenderer is established.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Only for public goods deliveries
Description : Only for public goods deliveries: In the reference period, the tenderer has carried out the following important deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three years to be taken into consideration.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Technical personnel or technical units
Description : Tenderers can use the following technical personnel or technical units , particularly those who are responsible for quality control: For technical personnel or technical units that do not directly belong to the tenderer ́s business, but if the capacity the tenderer will use, cf. part II, section C, separate ESPD forms shall be supplemented.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Technical facilities and quality assurance measures
Description : The tenderer utilises the following technical facilities and quality assurance measures and the tenderer ́s survey and research facility is as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Investigation and research facilities
Description : The tenderer ́s survey and research facilitates are as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Management and tracing of the supply chain
Description : The tenderer will be able to use the following management of the supply chain and tracing systems for the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Control Permission
Description : For goods or services that are complicated, or that in exceptional cases shall be used for a particular purpose: Will the tenderer allow checks of the tenderer's production capacity or technical capacity and, where necessary, of the survey and research facilities that the tenderer has at its disposal and of quality control measures? The inspections shall be undertaken by the contracting authority or the contracting authority can leave it to a competent public body in the country where the tenderer is established.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Education and professional qualifications
Description : The following education and professional qualifications are possessed by the tenderer and/or (depending on the requirements set in the notice or in the procurement documents) of the leading employees:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Environmental management measures
Description : Tenderers can employ the following environmental management measures in connection with the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Number of employees in the management
Description : The tenderer ́s number of employees in the management during the last three years was as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Average workforce
Description : The tenderer's average annual workforce in the last three years has been as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Tools, materials and technical equipment.
Description : Tenderers can use the following tools, material and technical equipment to carry out the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Portion of the contract to sub-suppliers.
Description : The tenderer is considering to outsource the following part (as a percentage) of the contract to sub-suppliers. Note that if the tenderer has decided to outsource a part of the contract to sub-suppliers and will use the sub-suppliers ́ capacity to carry out this part, a special ESPD will be supplemented for such sub-suppliers, see part II, section C, above.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Procurement of goods: Requested samples, descriptions or photographs that do not need to be accompanied by certificates that they are genuine.
Description : Procurement of goods: The tenderer presents supplies that shall be delivered, requested samples, descriptions or photographs, which do not need to be accompanied by certificates that they are genuine.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Procurement of goods: Requested samples, descriptions or photographs with certificates.
Description : When procurement of goods: If requested, the tenderer further declares that they will deliver the requested certificates that they are genuine.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : When procuring goods: Certificates issued by official bodies for quality control
Description : Can tenderers submit the requested certificates issued by official bodies for quality control, and who can confirm that the goods, which are clearly identified by reference to technical specifications or standards, as determined in the notice or in the procurement documents, are in accordance with these?
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : 5.3.6. Technical and professional qualification requirements
Description : Requirement: The tenderer shall have the necessary implementation ability to fulfil the contract. Documentation requirement: A brief and concise description of the company, including: › A statement of the company's core competence related to the scope of the delivery. › A description of how much of the contract the tenderer is considering to outsource to sub-supplier(s). › A description of how the tenderer is organised for implementation of this contract. Tenderers shall document fulfilment by filling in the attached template for the tenderer's implementation ability; See Annex 4: The tenderer's implementation ability. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : 5.3.6. Technical and professional qualification requirements
Description : Requirement: The tenderer shall have good experience from relevant and comparable deliveries. With relevant and comparable deliveries means deliveries of art materials and toys for schools, nurseries and similar institutions. Documentation requirement: Description of the tenderer's three most relevant and comparable assignments. from the last 3 years. Tenderers shall document fulfilment by filling in the attached the template for reference descriptions; see Annex 5: Reference descriptions. If a tenderer has signed certificates from previous assignments. accessible, we would like these be enclosed. Minimum qualification requirements
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : The tenderer shall deliver the following: Complete Annex 5 Annex 1 - Price Form.
Weight (percentage, exact) : 30
Criterion :
Type : Quality
Name : Quality
Description : The tenderer shall deliver the following: Complete Annex 1 Annex 1 - The Customer's requirement specifications and The tenderer ́s solution description (Requirement no. 11, 32, 38, 40, 42, 43, 44, 45, 46, 47, 48, 50, 52, 55)
Weight (percentage, exact) : 40
Criterion :
Type : Quality
Name : Climate and environment
Description : The tenderer shall deliver the following: Complete Annex 1 Annex 1 - The Customer's requirement specifications and The tenderer's system
Weight (percentage, exact) : 30
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

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 21/02/2025 11:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/248045957.aspx

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
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Deadline for receipt of tenders : 03/03/2025 11:00 +00:00
Information about public opening :
Opening date : 03/03/2025 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 : Salten og Lofoten tingrett

8. Organisations

8.1 ORG-0001

Official name : Bodø Kommune
Registration number : 972418013
Postal address : Kongens gt. 23
Town : BODØ
Postcode : 8006
Country subdivision (NUTS) : Nordland ( NO071 )
Country : Norway
Contact point : Helene Winther Dahl
Telephone : +47 75555000
Fax : +47 75555018
Internet address : http://www.bodo.kommune.no
Roles of this organisation :
Buyer
Group leader

8.1 ORG-0002

Official name : Hamarøy kommune
Registration number : 970542507
Town : Hamarøy
Country : Norway
Telephone : 75555000
Roles of this organisation :
Buyer

8.1 ORG-0003

Official name : Herøy kommune
Registration number : 964978840
Town : Fosnavåg
Country : Norway
Telephone : 75555000
Roles of this organisation :
Buyer

8.1 ORG-0004

Official name : Alstahaug kommune
Registration number : 938712441
Town : Sandnessjøen
Country : Norway
Telephone : 75555000
Roles of this organisation :
Buyer

8.1 ORG-0005

Official name : Meløy kommune
Registration number : 970189866
Town : Ørnes
Country : Norway
Telephone : 75555000
Roles of this organisation :
Buyer

8.1 ORG-0006

Official name : Rana kommune
Registration number : 872418032
Town : Mo i Rana
Country : Norway
Telephone : 75555000
Roles of this organisation :
Buyer

8.1 ORG-0007

Official name : Sortland kommune/Suorttá Soukhan
Registration number : 847737492
Town : Sortland
Country : Norway
Telephone : 75555000
Roles of this organisation :
Buyer

8.1 ORG-0008

Official name : Øksnes kommune
Registration number : 845152012
Town : Myre
Country : Norway
Telephone : 75555000
Roles of this organisation :
Buyer

8.1 ORG-0009

Official name : Vestvågøy kommune
Registration number : 942570619
Town : Leknes
Country : Norway
Telephone : 75555000
Roles of this organisation :
Buyer

8.1 ORG-0010

Official name : Salten og Lofoten tingrett
Registration number : 826723122
Town : Bodø
Country : Norway
Telephone : 75 43 49 00
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : 43252bb4-fcea-4c13-8b34-11757032a72a - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 27/01/2025 14:26 +00:00
Notice dispatch date (eSender) : 27/01/2025 14:59 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00062088-2025
OJ S issue number : 20/2025
Publication date : 29/01/2025