Framework agreement Procurement/Leige Multi-function printers IKT Nordfjord 2025

IKT Nordfjord would like to enter into a framework agreement with a tenderer for the procurement and hire of multi-functional printers for the municipalities in ICT Nordfjord ́s scope. The contract also includes service, maintenance and toner replacement, etc. Multifunction machines means here machines with functionality for print, copy, scanning …

CPV: 30232100 Impresoras y trazadores gráficos, 30121000 Fotocopiadoras y aparatos termocopiadores, 30121100 Fotocopiadoras, 30121200 Equipo de fotocopiado, 30125000 Partes y accesorios de fotocopiadoras, 30125120 Tóner para fotocopiadoras, 30216110 Escáneres para uso informático, 30232130 Impresoras para gráficos en color, 50313200 Servicios de mantenimiento de fotocopiadoras
Plazo:
7 de abril de 2025 a las 10:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
Framework agreement Procurement/Leige Multi-function printers IKT Nordfjord 2025
Organismo adjudicador:
Kinn kommune
Número de premio:
25/2541

1. Buyer

1.1 Buyer

Official name : Kinn 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 : IKT Nordfjord
Legal type of the buyer : Public undertaking, controlled by a local authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Framework agreement Procurement/Leige Multi-function printers IKT Nordfjord 2025
Description : IKT Nordfjord would like to enter into a framework agreement with a tenderer for the procurement and hire of multi-functional printers for the municipalities in ICT Nordfjord ́s scope. The contract also includes service, maintenance and toner replacement, etc. Multifunction machines means here machines with functionality for print, copy, scanning and email, in categories included in the requirement specifications annex 1. The participating municipalities in this procurement are: Bremanger, Gloppen, Kinn, Stad and Stryn municipalities. The scope of the agreement is unclear, and ICT Nordfjord or the municipalities that split the purchase obligation in volume are not included in this contract. The upper frame for the procurement is up to NOK 200,000 excluding VAT. 40,000,000, - Permanent lift on the contract is 3 years with mogeleg longing in the outer quarters for 1+1+1+1+1 years, for a total of up to 8 years.
Procedure identifier : e21d17e9-623c-453d-93a5-8f481931aa75
Internal identifier : 25/2541
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 ): 30232100 Printers and plotters
Additional classification ( cpv ): 30121000 Photocopying and thermocopying equipment
Additional classification ( cpv ): 30121100 Photocopiers
Additional classification ( cpv ): 30121200 Photocopying equipment
Additional classification ( cpv ): 30125000 Parts and accessories of photocopying apparatus
Additional classification ( cpv ): 30125120 Toner for photocopiers
Additional classification ( cpv ): 30216110 Scanners for computer use
Additional classification ( cpv ): 30232130 Colour graphics printers
Additional classification ( cpv ): 50313200 Photocopier maintenance services

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 40 000 000 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 : 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?
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 Procurement/Leige Multi-function printers IKT Nordfjord 2025
Description : IKT Nordfjord would like to enter into a framework agreement with a tenderer for the procurement and hire of multi-functional printers for the municipalities in ICT Nordfjord ́s scope. The contract also includes service, maintenance and toner replacement, etc. Multifunction machines means here machines with functionality for print, copy, scanning and email, in categories included in the requirement specifications annex 1. The participating municipalities in this procurement are: Bremanger, Gloppen, Kinn, Stad and Stryn municipalities. The scope of the agreement is unclear, and ICT Nordfjord or the municipalities that split the purchase obligation in volume are not included in this contract. The upper frame for the procurement is up to NOK 200,000 excluding VAT. 40,000,000, - Permanent lift on the contract is 3 years with mogeleg longing in the outer quarters for 1+1+1+1+1 years, for a total of up to 8 years.
Internal identifier : 25/2541

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 30232100 Printers and plotters
Additional classification ( cpv ): 30121000 Photocopying and thermocopying equipment
Additional classification ( cpv ): 30121100 Photocopiers
Additional classification ( cpv ): 30121200 Photocopying equipment
Additional classification ( cpv ): 30125000 Parts and accessories of photocopying apparatus
Additional classification ( cpv ): 30125120 Toner for photocopiers
Additional classification ( cpv ): 30216110 Scanners for computer use
Additional classification ( cpv ): 30232130 Colour graphics printers
Additional classification ( cpv ): 50313200 Photocopier maintenance services

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 02/06/2025
Duration end date : 01/06/2028

5.1.4 Renewal

Maximum renewals : 5
The buyer reserves the right for additional purchases from the contractor, as described here : The contracting authority can for a long time contracts for 1+1+1+1+1 years, one year at a time.

5.1.5 Value

Estimated value excluding VAT : 40 000 000 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
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Use of this criterion : Not used

5.1.11 Procurement documents

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
Deadline for receipt of tenders : 07/04/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 07/04/2025 10:00 +00:00
Place : Electronic invoicing
Additional information : The host carried out electronic invoicing in the contracting authority ́s premises. Representatives for the contracting authority will be at this stage. It is not necessary for the public or tenderers to be available during the service.
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 : no
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 : Sogn og Fjordane tingrett
Organisation receiving requests to participate : IKT Nordfjord
Organisation processing tenders : IKT Nordfjord

8. Organisations

8.1 ORG-0001

Official name : Kinn kommune
Registration number : 820 956 532
Postal address : Postboks 294
Town : Måløy
Postcode : 6701
Country : Norway
Contact point : Tore Dammerud
Telephone : +47 91359670
Internet address : http://www.kinn.kommune.no
Roles of this organisation :
Buyer
Central purchasing body awarding public contracts or concluding framework agreements for works, supplies or services intended for other buyers

8.1 ORG-0002

Official name : Sogn og Fjordane tingrett
Registration number : 926 723 278
Town : Førde
Country : Norway
Telephone : +47 55694300
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : IKT Nordfjord
Registration number : 812536982
Postal address : Myrane 14
Town : Deknepollen
Postcode : 6718
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Contact point : Tore Dammerud
Telephone : +47 91359670
Roles of this organisation :
Buyer
Group leader
Organisation receiving requests to participate
Organisation processing tenders

11. Notice information

11.1 Notice information

Notice identifier/version : 2b1c0e94-9c33-4820-b07b-b39971c90cab - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 02/03/2025 14:02 +00:00
Notice dispatch date (eSender) : 02/03/2025 14:15 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00142352-2025
OJ S issue number : 44/2025
Publication date : 04/03/2025