Framework agreement for the procurement of teaching aids

The contracting authority would like to enter into a framework agreement for the delivery of textbooks and teaching aids, with the accompanying digital additional resources. The contracting authority would like to enter into a framework agreement for the delivery of textbooks and teaching aids, with the accompanying digital additional resources.

CPV: 22112000 Libros de texto, 22000000 Impresos y productos relacionados, 22100000 Libros impresos, folletos y prospectos, 22110000 Libros impresos, 22111000 Libros escolares, 48100000 Paquetes de software específico de un sector económico, 48190000 Paquetes de software educativo
Plazo:
24 de marzo de 2025 a las 11:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
Framework agreement for the procurement of teaching aids
Organismo adjudicador:
Værnesregionen Innkjøp
Número de premio:
2025/893

1. Buyer

1.1 Buyer

Official name : Værnesregionen Innkjøp
Legal type of the buyer : Regional authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Stjørdal 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 : Selbu 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 : Tydal 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 : Meråker 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 : Frosta 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 : Holtålen 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 : Framework agreement for the procurement of teaching aids
Description : The contracting authority would like to enter into a framework agreement for the delivery of textbooks and teaching aids, with the accompanying digital additional resources.
Procedure identifier : f21459bd-175e-43ee-9757-8e48eaecfe4d
Internal identifier : 2025/893
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 22112000 Textbooks
Additional classification ( cpv ): 22000000 Printed matter and related products
Additional classification ( cpv ): 22100000 Printed books, brochures and leaflets
Additional classification ( cpv ): 22110000 Printed books
Additional classification ( cpv ): 22111000 School books
Additional classification ( cpv ): 48100000 Industry specific software package
Additional classification ( cpv ): 48190000 Educational software package

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 20 000 000 Norwegian krone
Maximum value of the framework agreement : 26 000 000 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 the procurement of teaching aids
Description : The contracting authority would like to enter into a framework agreement for the delivery of textbooks and teaching aids, with the accompanying digital additional resources.
Internal identifier : 2025/893

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 22112000 Textbooks
Additional classification ( cpv ): 22000000 Printed matter and related products
Additional classification ( cpv ): 22100000 Printed books, brochures and leaflets
Additional classification ( cpv ): 22110000 Printed books
Additional classification ( cpv ): 22111000 School books
Additional classification ( cpv ): 48100000 Industry specific software package
Additional classification ( cpv ): 48190000 Educational software package

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 01/05/2025
Duration end date : 30/04/2027

5.1.4 Renewal

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

5.1.5 Value

Estimated value excluding VAT : 20 000 000 Norwegian krone
Maximum value of the framework agreement : 26 000 000 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 capacity
Description : Requirement: The tenderer shall have sufficient economic and financial capacity to be able to fulfil the contract. The tenderer is required, as a minimum, to be Credit Worthy B in accordance with Dun & Bradstreet, or have the financial capacity to fulfil the contract based on the Contracting Authority's discretion in accordance with to the attached documentation from the tenderer. Newly established companies: Newly established companies must have the economic capacity to execute the Agreement. If a tenderer, due to valid reasons, cannot submit the documentation requested by the Contracting Authority, he can prove his economic and financial position with another document accepted by the Contracting Authority.
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 : Suitability to pursue the professional activity
Name : The tenderer ́s organisational and legal position / Company Registration Certificate.
Description : Requirement: Tenderers shall be registered in a company register, professional register or a commerce register in the country where the tenderer is established.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Certificate for tax and VAT / Tax certificate.
Description : Requirement: Tenderers shall have their tax, employer contributions and VAT payments in order.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : The tenderer ́s technical and professional qualifications.
Description : Competence and implementation ability: Requirement: Tenderers shall have sufficient experience and competence from equivalent assignments (total delivery). Tenderers shall have the necessary capacity and competence to meet the needs of the execution of the assignment.  Experience from similar assignments: Requirement: Tenderers shall have experience from a minimum of 3 equivalent assignments. By equivalent we mean the delivery of the same product/service/nature and of approximately the same extent as this contract. Quality assurance system: Requirement: Tenderers shall have an established quality assurance system.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Environmental
Description : Questions raised here concerning the tenderer are qualified as a tenderer. Tenderers must answer all the questions stated in point 1.5.6. If the tenderer does not fulfil our requirements, he is not qualified. Answer Yes or No to the question below.
Use of this criterion : Used

5.1.11 Procurement documents

Deadline for requesting additional information : 13/03/2025 23:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=46693

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
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 : 24/03/2025 11:00 +00:00
Deadline until which the tender must remain valid : 91 Day
Information about public opening :
Opening date : 24/03/2025 11:10 +00:00
Place : Stjørdal
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, partly without reopening and partly with 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 : Trøndelag tingrett

8. Organisations

8.1 ORG-0001

Official name : Værnesregionen Innkjøp
Registration number : 939958851
Department : Innkjøp
Postal address : Kjøpmannsgata 13
Town : Stjørdal
Postcode : 7500
Country : Norway
Contact point : Brit Kari Stokhaug Thronæs
Telephone : +4774833500
Roles of this organisation :
Buyer
Group leader

8.1 ORG-0002

Official name : Trøndelag tingrett
Registration number : 926 722 794
Postal address : Postboks 2317 Torgarden
Town : Trondheim
Postcode : 7004
Country subdivision (NUTS) : Trøndelag ( NO060 )
Country : Norway
Telephone : 73 54 24 00
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Stjørdal kommune
Registration number : 939958851
Postal address : Kjøpmannsgt 9
Town : Stjørdal
Postcode : 7500
Country subdivision (NUTS) : Trøndelag ( NO060 )
Country : Norway
Telephone : 74833500
Roles of this organisation :
Buyer

8.1 ORG-0004

Official name : Selbu kommune
Registration number : 971197609
Postal address : Gjelbakken 15
Town : Selbu
Postcode : 7380
Country subdivision (NUTS) : Trøndelag ( NO060 )
Country : Norway
Telephone : 73816700
Roles of this organisation :
Buyer

8.1 ORG-0005

Official name : Tydal kommune
Registration number : 864983472
Postal address : Tydalsvegen 125
Town : Tydal
Postcode : 7590
Country subdivision (NUTS) : Trøndelag ( NO060 )
Country : Norway
Telephone : 73815900
Roles of this organisation :
Buyer

8.1 ORG-0006

Official name : Meråker kommune
Registration number : 835231712
Postal address : Rådhusgata 7
Town : Meråker
Postcode : 7530
Country subdivision (NUTS) : Trøndelag ( NO060 )
Country : Norway
Telephone : 74813200
Roles of this organisation :
Buyer

8.1 ORG-0007

Official name : Frosta kommune
Registration number : 944482253
Postal address : Fånesvegen 1
Town : Frosta
Postcode : 7633
Country subdivision (NUTS) : Trøndelag ( NO060 )
Country : Norway
Telephone : 74808800
Roles of this organisation :
Buyer

8.1 ORG-0008

Official name : Holtålen kommune
Registration number : 937 697 767
Postal address : Helsetunet 7
Town : Ålen
Postcode : 7380
Country subdivision (NUTS) : Trøndelag ( NO060 )
Country : Norway
Telephone : 72417600
Roles of this organisation :
Buyer

11. Notice information

11.1 Notice information

Notice identifier/version : fd19cd61-6858-4c11-a1ee-bbbd00dd6e8e - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 24/02/2025 13:35 +00:00
Notice dispatch date (eSender) : 24/02/2025 13:36 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00123575-2025
OJ S issue number : 39/2025
Publication date : 25/02/2025