Procurement of toys and art materials

The aim of the procurement is to enter into a framework agreement for the Contracting Authority that shall cover Bærum municipality and Asker municipality ́s need for toys and art materials, to the right quality, in a cost efficient and environmentally and socially responsible manner. The contract is aimed at …

CPV: 37500000 Games and toys; fairground amusements, 19200000 Textile fabrics and related items, 19400000 Textile yarn and thread, 30192130 Pencils, 30194000 Drafting supplies, 30194300 Drafting kits, sets and papers, 34430000 Bicycles, 37510000 Dolls, 37520000 Toys, 37521000 Toy musical instruments, 37522000 Wheeled toys, 37523000 Puzzles, 37524000 Games, 37525000 Toy balloons and balls, 37526000 Toy pails, 37527000 Toy trains and vehicles, 37800000 Handicraft and art supplies, 37822000 Drawing pens, 37822100 Crayons
Deadline:
April 28, 2025, 10 a.m.
Deadline type:
Submitting a bid
Place of execution:
Procurement of toys and art materials
Awarding body:
Bærum kommune
Award number:
2024/26783

1. Buyer

1.1 Buyer

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

2. Procedure

2.1 Procedure

Title : Procurement of toys and art materials
Description : The aim of the procurement is to enter into a framework agreement for the Contracting Authority that shall cover Bærum municipality and Asker municipality ́s need for toys and art materials, to the right quality, in a cost efficient and environmentally and socially responsible manner. The contract is aimed at all service areas/service places in the municipalities. The largest orders under this framework agreement will be schools, schools and leisure schemes (before-and-after-school care) and nurseries.
Procedure identifier : 7d8c04bb-e2fc-4991-a534-a63b29bd7475
Internal identifier : 2024/26783
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The framework agreement includes i.a. the following products: Toys for inside and outside use such as games, activity toys, construction sets, wooden toys, dolls, plastic toys etc. Educational material such as language material, programming equipment, maths materials, professional concretising material etc. Art materials such as paper, paint, brushes, pencils, crayons, glue, beads, textiles, yarn etc. Bicycles, hiking trolleys etc. Hiking equipment such as grilled spears, sitting surfaces, hiking sacks, reindeer skins etc. The contracting authority is free to procure the following products outside the framework agreement: clay, ceramics, glazes and accessories. The contracting authority intends to hold a mini competition for these products. Call-offs will be staggered in the framework agreement period. The contract shall always apply to all of the Contracting Authorities' addresses in respective municipalities. The framework agreement does not include the following products: Furniture and furnishings, sewing machines and service, office supplies, lay stands and play apparatuses, loop materials and wood for loops, books for schools and nurseries, as well as sports materials and equipment (e.g. football, volleyball, ball games etc). There can be some overlap for products in this framework agreement and the framework agreements for the procurement of office supplies and the procurement of sports materials and equipment that the Contracting Authority has.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 37500000 Games and toys; fairground amusements
Additional classification ( cpv ): 19200000 Textile fabrics and related items
Additional classification ( cpv ): 19400000 Textile yarn and thread
Additional classification ( cpv ): 30192130 Pencils
Additional classification ( cpv ): 30194000 Drafting supplies
Additional classification ( cpv ): 30194300 Drafting kits, sets and papers
Additional classification ( cpv ): 34430000 Bicycles
Additional classification ( cpv ): 37510000 Dolls
Additional classification ( cpv ): 37520000 Toys
Additional classification ( cpv ): 37521000 Toy musical instruments
Additional classification ( cpv ): 37522000 Wheeled toys
Additional classification ( cpv ): 37523000 Puzzles
Additional classification ( cpv ): 37524000 Games
Additional classification ( cpv ): 37525000 Toy balloons and balls
Additional classification ( cpv ): 37526000 Toy pails
Additional classification ( cpv ): 37527000 Toy trains and vehicles
Additional classification ( cpv ): 37800000 Handicraft and art supplies
Additional classification ( cpv ): 37822000 Drawing pens
Additional classification ( cpv ): 37822100 Crayons

2.1.2 Place of performance

Country subdivision (NUTS) : Viken ( NO082 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 20 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften -

2.1.6 Grounds for exclusion

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.
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)
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).
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?
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 : Procurement of toys and art materials
Description : The aim of the procurement is to enter into a framework agreement for the Contracting Authority that shall cover Bærum municipality and Asker municipality ́s need for toys and art materials, to the right quality, in a cost efficient and environmentally and socially responsible manner. The contract is aimed at all service areas/service places in the municipalities. The largest orders under this framework agreement will be schools, schools and leisure schemes (before-and-after-school care) and nurseries.
Internal identifier : 2024/26783

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 37500000 Games and toys; fairground amusements
Additional classification ( cpv ): 19200000 Textile fabrics and related items
Additional classification ( cpv ): 19400000 Textile yarn and thread
Additional classification ( cpv ): 30192130 Pencils
Additional classification ( cpv ): 30194000 Drafting supplies
Additional classification ( cpv ): 30194300 Drafting kits, sets and papers
Additional classification ( cpv ): 34430000 Bicycles
Additional classification ( cpv ): 37510000 Dolls
Additional classification ( cpv ): 37520000 Toys
Additional classification ( cpv ): 37521000 Toy musical instruments
Additional classification ( cpv ): 37522000 Wheeled toys
Additional classification ( cpv ): 37523000 Puzzles
Additional classification ( cpv ): 37524000 Games
Additional classification ( cpv ): 37525000 Toy balloons and balls
Additional classification ( cpv ): 37526000 Toy pails
Additional classification ( cpv ): 37527000 Toy trains and vehicles
Additional classification ( cpv ): 37800000 Handicraft and art supplies
Additional classification ( cpv ): 37822000 Drawing pens
Additional classification ( cpv ): 37822100 Crayons

5.1.2 Place of performance

Country subdivision (NUTS) : Viken ( NO082 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 31/08/2025
Duration end date : 30/08/2027

5.1.4 Renewal

Maximum renewals : 2
The buyer reserves the right for additional purchases from the contractor, as described here : The contract will be valid for 2 years, with an option for an extension one or more times up until two years. The total agreement period is 4 years upon release of full option.

5.1.5 Value

Estimated value excluding VAT : 20 000 000 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) : yes

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 stated in the notice or in the procurement documents, the tenderer declares that: Minimum requirement for qualification requirement Requirement 3 - Finances The tenderer shall have economic and financial solidity, which gives the contracting authority the security that the tenderer will be financially viable throughout the entire contract period. Documentation requirement: Complete credit assessment/report, not older than 3 months, from a publicly certified credit rating company, with character A (credit worthy) or an equivalent or better rating. The report shall be based on the last known accounting figures. The date must be clearly stated. Companies without a satisfactory credit rating, newly established companies with a credit rating of AN, some foreign companies or companies without reporting obligation to the Brønnøysund Register Centre will not always be able to document that the requirement is fulfilled. In such cases, they will be able to compensate with a satisfactory credit rating which provides an equivalent security for implementation ability. Such alternative documentation shall be included with the tender. If the tenderer has valid reasons for not submitting the documentation requested by the contracting authority, the tenderer can prove his economic and financial position with any other document that the Contracting Authority deems suitable. The contracting authority reserves the right to obtain updated credit assessments from a publicly certified credit rating company.
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? Minimum qualification requirement Requirement 6 - Quality Management System A good and well-functioning quality management system is required for the services that will be provided. The concept of a quality management system is that i.a. the tenderer has a awareness of quality objectives, planning, securing, handling of deviations, quality improvement and data security. Documentation requirement: An account of the tenderer ́s quality management system, or a copy of a quality management certificate in accordance with ISO 9001:2015 or an equivalent certificate.
Use of this criterion : 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? Minimum qualification requirements Requirement 7 - Environmental management system Systems and procedures are required that ensure low environmental impact when carrying out the delivery. The environmental management system must i.a. ensure continual improvement of: • the organisation ́s competence in environment and safety • the performance ́s climate impact or (If the market is mature, the following requirements can be used): Tenderers are required to be certified for environmental management, in the form of EMAS, ISO 14001 or miljøfyrtårn. Documentation requirement: An account of the tenderer ́s environmental management system, or a copy of a certificate for an environmental management system in accordance with ISO 14001:2015, Miljøfyrtårn ,EMAS or equivalent certificate. or Documentation of certification for EMAS, ISO 14001 or The Eco-Lighthouse Programme. Other certificates issued by bodies in other EEA countries can also be submitted, provided that the tenderer can document that these are equivalent to EMAS or ISO 14001. The contracting authority will accept other documentation for equivalent environmental management measures if the tenderer is unable to obtain such certificates by the deadline, and this is not due to the tenderer himself. It is a prerequisite that the tenderer documents that these measures are equivalent to the requested quality assurance standards or the environmental management systems or standards.
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 : 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. Minimum qualification requirements Requirement 5 - Experience Experience is required from at least three equivalent/similar assignments in the last 3 years. Equivalent/similar assignments means the sale of toys and art materials to large organisations or municipalities. Documentation requirement: List of the most important deliveries or services performed during the past three years, including information about the value, time, and the name of the public or private recipient with contact information.
Use of this criterion : 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: Minimum requirements for qualification requirements Requirement 4 - Implementation ability The tenderer is required to have an organisation that has the capacity to fulfil the contract. Documentation requirement: A statement of the tenderer's average workforce and the number of employees in the administrative management during the last three years.
Use of this criterion : 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

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Address of the procurement documents : https://permalink.mercell.com/249957672.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
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 28/04/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 28/04/2025 10:00 +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 : Ringerike, Asker og Bærum tingrett
Organisation receiving requests to participate : Bærum kommune
Organisation processing tenders : Bærum kommune

8. Organisations

8.1 ORG-0001

Official name : Bærum kommune
Registration number : 935 478 715
Town : Sandvika
Country : Norway
Telephone : 67 50 40 50
Roles of this organisation :
Buyer
Group leader
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Ringerike, Asker og Bærum tingrett
Registration number : 926725963
Town : Sandvika
Country : Norway
Telephone : 67576500
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Bærum kommune
Registration number : 935478715
Postal address : Postboks 700
Town : SANDVIKA
Postcode : 1304
Country subdivision (NUTS) : Viken ( NO082 )
Country : Norway
Contact point : Hilde Marie Bakken
Telephone : +47 67504050
Roles of this organisation :
Buyer

11. Notice information

11.1 Notice information

Notice identifier/version : aa9dbf3d-921c-4da2-b646-ab2bf2f2e038 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 07/03/2025 08:16 +00:00
Notice dispatch date (eSender) : 07/03/2025 08:28 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00155247-2025
OJ S issue number : 48/2025
Publication date : 10/03/2025