Framework agreement for student PCs for pupils in Vestland county.

Vestland county shall enter into a framework agreement on computers for pupils, as well as a mogelegheit for skular for purchasing class sets (lending machines) that pupils can benefit. The main need that the contract shall cover is the procurement through the pupil pc scheme where pupils procure and eig …

CPV: 30213000 Personal computers, 30000000 Office and computing machinery, equipment and supplies except furniture and software packages, 30200000 Computer equipment and supplies, 30210000 Data-processing machines (hardware), 30213100 Portable computers
Deadline:
April 30, 2025, 10 a.m.
Deadline type:
Submitting a bid
Place of execution:
Framework agreement for student PCs for pupils in Vestland county.
Awarding body:
Vestland fylkeskommune
Award number:
VLFK/25/073

1. Buyer

1.1 Buyer

Official name : Vestland fylkeskommune
Legal type of the buyer : Regional authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Framework agreement for student PCs for pupils in Vestland county.
Description : Vestland county shall enter into a framework agreement on computers for pupils, as well as a mogelegheit for skular for purchasing class sets (lending machines) that pupils can benefit. The main need that the contract shall cover is the procurement through the pupil pc scheme where pupils procure and eig pc-ane themselves. In addition the agreement shall cover the procurement of lending machines for pupils, which individual skular buyer and eig. A detailed description of the need for Vestland County is in Annex A - Requirement Specification.
Procedure identifier : a35be824-c8c8-488f-beb9-cab53c8334b6
Internal identifier : VLFK/25/073
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The procurements will be carried out in accordance with the Public Procurement Act dated 17 June 2016 no. 73 (LOA) and the Public Procurement Regulations (FOA) dated 12 August 2016 no. 974. The procurement shall be carried out in accordance with parts I and part III of the regulations. The contract will be awarded in accordance with the open tender contest procedure, cf. the Public Procurement Regulations § 13-1. Negotiations are not required in this competition. Tenderers are therefore asked to follow the tenderers who are correct in the tender documentation with annexes, and possibly to question the unaltered point through the question function in TendSign.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 30213000 Personal computers
Additional classification ( cpv ): 30000000 Office and computing machinery, equipment and supplies except furniture and software packages
Additional classification ( cpv ): 30200000 Computer equipment and supplies
Additional classification ( cpv ): 30210000 Data-processing machines (hardware)
Additional classification ( cpv ): 30213100 Portable computers

2.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )

2.1.3 Value

Estimated value excluding VAT : 250 000 000 Norwegian krone
Maximum value of the framework agreement : 250 000 000 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 : Framework agreement for student PCs for pupils in Vestland county.
Description : Vestland county shall enter into a framework agreement on computers for pupils, as well as a mogelegheit for skular for purchasing class sets (lending machines) that pupils can benefit. The main need that the contract shall cover is the procurement through the pupil pc scheme where pupils procure and eig pc-ane themselves. In addition the agreement shall cover the procurement of lending machines for pupils, which individual skular buyer and eig. A detailed description of the need for Vestland County is in Annex A - Requirement Specification.
Internal identifier : VLFK/25/073

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 30213000 Personal computers
Additional classification ( cpv ): 30000000 Office and computing machinery, equipment and supplies except furniture and software packages
Additional classification ( cpv ): 30200000 Computer equipment and supplies
Additional classification ( cpv ): 30210000 Data-processing machines (hardware)
Additional classification ( cpv ): 30213100 Portable computers

5.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
Additional information :

5.1.3 Estimated duration

Duration : 4 Year

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 : 250 000 000 Norwegian krone
Maximum value of the framework agreement : 250 000 000 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 : The tenderer's economic and financial position.
Description : Tenderers must have sufficient economic and financial capacity to fulfil the contract.
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 to 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 : The tenderer must state the organisational and legal position.
Description : The tenderer shall be a legally established company.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : The tenderer ́s technical and professional qualifications.
Description : The tenderer shall have experience from equivalent assignments during the last three years.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : The tenderer ́s technical and professional qualifications.
Description : Tenderers shall have sufficient implementation ability and capacity in accordance with requirements that shall be delivered.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : The tenderer ́s technical and professional qualifications.
Description : Tenderers shall be able to fulfil the contractual terms in order to safeguard the founding people ́tar in the supplier chain.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Quality assurance and environmental management standards.
Description : Tenderers shall be certified in accordance with the Eco-Lighthouse Programme, EMAS, ISO 14001 or equivalent standards that Hovud suppliers cannot rely on other suppliers to fulfil this requirement.
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Completed Annex D - Prisar
Weight (percentage, exact) : 35
Criterion :
Type : Quality
Name : Follow-up, service and warranty
Description : See Annex A - Requirement Specifications point 4.
Weight (percentage, exact) : 25
Criterion :
Type : Quality
Name : Modellar - quality
Description : See Annex A – Requirement Specifications point 5.
Weight (percentage, exact) : 20
Criterion :
Type : Quality
Name : Order
Description : See Annex A - Requirement Specifications point 6.
Weight (percentage, exact) : 10
Criterion :
Type : Quality
Name : Delivery
Description : See Annex A – Requirement Specifications point 7.
Weight (percentage, exact) : 10
Criterion :
Type : Quality
Name : Environment
Description : The environmental and climate requirements are used as the minimum requirements in the requirement specifications in the stage of the evaluation. DFØ refers, in its legal tenure to reglar on climate and environmental inspections in public procurements, chapter 11.2, for investigations by the EU's Joint Research Center (JRC), which points out that the extraction of raw material and the production of components used in berbare pc-ar publishes approx. 85% of the combined climate footprint, in the life cycle of the PC. Vestland county considers that the contracting authority has little or no mogelegheit to work on the processes connected to the extraction of raw material and production, so these are factors that lie outside their range. Vestland County shall enter into a contract with a supplier who is the distributor of pc-ar, and many of the tenderers in the competition will offer products from the same manufacturer. In most cases, the extraction and production processes will in most cases extract commercial secret barracks that the contracting authority does not have mogelegheit to gain access to. Utan naudsynt insight will not be possible to make sensible, measurable requirements that can ensure a positive environmental effect, as well as being able to evaluate such criteria. Vestland County has assessed so that the effect of weighting the environment as the award criteria will be less than the effect of setting requirements in the requirement specifications that safeguard the environment. By setting requirements in the requirement specifications such as a long lifetime of PCs, 3 years guarantee, repairs and replacement of replaceable parts, Vestland County will ensure a range that has high climate and environmental effect, samanlikna with the effect it would have had to set an environment as the award criterion. Vestland county has set several environmental requirements in this regard, between the quality and lifetime of PCs, batteries and charges. Vidare, Vestland fylkeskommune allereie has established a contract for disposal of IT equipment, which sikrar that equipment as host assessed as scrapped hjå assignment host sikra eit vidare liv through vidaresal and vidare bruk og vidare bruk og levetid after end lifetime hjå Vestland fylkeskommune. This will mean reducing the need for production of new PCs and is also helping to reduce the total climate footprint of the procured PCs in this procurement, but and the need for production with new PCs. This is because several outdoor organisations have access to good equipment that is nicely used, and difor does not need to buy new. Requirements in the requirement specifications that particularly bump up during environmental inspection are: • 5.4 Robust laptops • 5.5 Battery capacity • 5.6 Replacement of critical components in PCs and monitors • 5.7 Legal requirements on health and environmental damage doctor substances • 6.2 Guarantee • 6.4 Repairs Vestland county say the assessment is that procuring pCs of good quality, that can be for a long time, and repaired rather than replacing, will have a greater environmental gain than weighting the environment 30% as the award criteria. Based on this, Vestland county has assessed that the procurement of PCs in this procurement, through requirements in the requirement specifications, will be considered environmental and climate effect than if one had used the environment as the award criterion. The exception in the regulations on public procurements § 7-9 fourth paragraph, the principal period, will be used in this procurement.
Weight (percentage, exact) : 0
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 : 09/04/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=52382

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 : 30/04/2025 10:00 +00:00
Deadline until which the tender must remain valid : 90 Day
Information about public opening :
Opening date : 30/04/2025 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
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Hordaland tingrett

8. Organisations

8.1 ORG-0001

Official name : Vestland fylkeskommune
Registration number : 821311632
Department : Innkjøpsseksjonen
Postal address : Askedalen 2
Town : LEIKANGER
Postcode : 6863
Country : Norway
Contact point : Katrina Øvsthus Stavenes
Telephone : +47 05557
Roles of this organisation :
Buyer

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

11. Notice information

11.1 Notice information

Notice identifier/version : 31f6445b-0326-4e3b-a7dd-e72028db9880 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 25/03/2025 10:16 +00:00
Notice dispatch date (eSender) : 25/03/2025 10:16 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00195057-2025
OJ S issue number : 60/2025
Publication date : 26/03/2025