Procurement - Toys and art materials, 2024

The contracting authority would like to use this procurement to enter into a framework agreement with one tenderer. The aim of the contract is to cover the contracting authorities ́needs for toys and art materials, in accordance with the requirement specifications. Toys and art materials will mainly be procured for …

CPV: 37520000 Juguetes, 37000000 Instrumentos musicales, artículos deportivos, juegos, juguetes, artículos de artesanía, materiales artísticos y accesorios, 37500000 Juegos y juguetes; atracciones de feria, 37510000 Muñecas, 37512000 Partes o accesorios de muñecas, 37521000 Instrumentos musicales de juguete, 37522000 Juguetes con ruedas, 37523000 Puzzles, 37524000 Juegos, 37527000 Trenes y vehículos de juguete, 37820000 Artículos para trabajos artísticos, 37822000 Lápices de dibujo, 37822100 Lápices de colores
Lugar de ejecución:
Procurement - Toys and art materials, 2024
Organismo adjudicador:
Ålesund kommune
Número de premio:
24/15277

1. Buyer

1.1 Buyer

Official name : Ålesund 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 - Toys and art materials, 2024
Description : The contracting authority would like to use this procurement to enter into a framework agreement with one tenderer. The aim of the contract is to cover the contracting authorities ́needs for toys and art materials, in accordance with the requirement specifications. Toys and art materials will mainly be procured for schools, nurseries, school timetables and other public institutions, with the exceptions stated in the requirement specifications and notes to the contract. The contracting authority ́s units vary in size, have different needs and the purchasing pattern will therefore vary from unit to unit. Comments on the contract: The Customer can bypass this agreement when purchasing used products. The following product groups are not included in this agreement: Office supplies: Stationery such as pencil, marker and pens are products that also come with the framework agreement for office supplies. In some cases it is natural to have this delivered by the supplier in office supplies, for example in cases where the customer does not deal with toys and art materials, but only office supplies. This is then allowed for cost and environmental saving reasons.
Procedure identifier : 8b734279-4d14-4c4b-a8cc-8ef2bb14d225
Previous notice : 504d628d-7245-4182-97c1-40affc407d5a-01
Internal identifier : 24/15277
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : Open tender contest

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 37520000 Toys
Additional classification ( cpv ): 37000000 Musical instruments, sport goods, games, toys, handicraft, art materials and accessories
Additional classification ( cpv ): 37500000 Games and toys; fairground amusements
Additional classification ( cpv ): 37510000 Dolls
Additional classification ( cpv ): 37512000 Doll parts or accessories
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 ): 37527000 Toy trains and vehicles
Additional classification ( cpv ): 37820000 Art supplies
Additional classification ( cpv ): 37822000 Drawing pens
Additional classification ( cpv ): 37822100 Crayons

2.1.2 Place of performance

Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Additional information : The contracting authority for the competition is: Ålesund municipality Participants in the competition are the following, and there will therefore be delivery to these municipalities and companies. The procurement cooperation in Sunnmøre (municipality, including municipal companies in each municipality) Participants in the agreement: Ålesund municipality  Vanylven municipality Giske municipality Haram Municipality Fjord municipality Sande municipality Stranda municipality Sykkylven municipality Vestnes Municipality Volda Municipality Herøy municipality Ulstein municipality Ørsta municipality Sula municipality Hareid Municipality

2.1.3 Value

Estimated value excluding VAT : 6 000 000 Norwegian krone
Maximum value of the framework agreement : 8 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Procurement - Toys and art materials, 2024
Description : The contracting authority would like to use this procurement to enter into a framework agreement with one tenderer. The aim of the contract is to cover the contracting authorities ́needs for toys and art materials, in accordance with the requirement specifications. Toys and art materials will mainly be procured for schools, nurseries, school timetables and other public institutions, with the exceptions stated in the requirement specifications and notes to the contract. The contracting authority ́s units vary in size, have different needs and the purchasing pattern will therefore vary from unit to unit. Comments on the contract: The Customer can bypass this agreement when purchasing used products. The following product groups are not included in this agreement: Office supplies: Stationery such as pencil, marker and pens are products that also come with the framework agreement for office supplies. In some cases it is natural to have this delivered by the supplier in office supplies, for example in cases where the customer does not deal with toys and art materials, but only office supplies. This is then allowed for cost and environmental saving reasons.
Internal identifier : 24/15277

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 37520000 Toys
Additional classification ( cpv ): 37000000 Musical instruments, sport goods, games, toys, handicraft, art materials and accessories
Additional classification ( cpv ): 37500000 Games and toys; fairground amusements
Additional classification ( cpv ): 37510000 Dolls
Additional classification ( cpv ): 37512000 Doll parts or accessories
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 ): 37527000 Toy trains and vehicles
Additional classification ( cpv ): 37820000 Art supplies
Additional classification ( cpv ): 37822000 Drawing pens
Additional classification ( cpv ): 37822100 Crayons

5.1.2 Place of performance

Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Additional information : The contracting authority for the competition is: Ålesund municipality Participants in the competition are the following, and there will therefore be delivery to these municipalities and companies. The procurement cooperation in Sunnmøre (municipality, including municipal companies in each municipality) Participants in the agreement: Ålesund municipality  Vanylven municipality Giske municipality Haram Municipality Fjord municipality Sande municipality Stranda municipality Sykkylven municipality Vestnes Municipality Volda Municipality Herøy municipality Ulstein municipality Ørsta municipality Sula municipality Hareid Municipality

5.1.3 Estimated duration

Duration : 2 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 : 6 000 000 Norwegian krone
Maximum value of the framework agreement : 8 000 000 Norwegian krone

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Weighting: The award criteria is weighted 40%.  Orientation: Tenderers shall fill in the attached price form in their cost calculations and submit it as an annex to the tender in Excel format. All fields in the attached price form marked with yellow shall be completed. Missing the price fields can cause difficulties in assessing the tender and the tender can then be rejected. All prices are in NOK, excluding VAT, including all direct or indirect expenses and duties that could be incurred in connection with the delivery. Order fees and invoice fees are to be seen as expenses. The prices shall include all costs for the customer who is included in this competition. Costs that the tenderer knows will be incurred, but that are not specifically stated in the tender, will be seen as included in the stated costs. NB! Note that there are three tabs in the price form, one for toys, one for the form and one for the total tender sum. Main assortment (products in the price form): Tenderers shall give prices for all the products listed in the "price form". These shall be given with cost price/purchase price + mark-up in % = tender price. Definition of cost price/purchase price:  If the tenderer manufactures the item itself, the cost price/purchase price is what it costs to produce the item. Then costs such as the purchase of raw materials and costs that apply to the production itself, such as electricity, labour and so on, will be included in the cost price. If the item is purchased externally, then it is the tenderer's cost price/purchase price plus freight etc. (into the tenderer), minus any discounts/bonuses, which makes up the item's cost price/purchase price. Can also be referred to as intake food. An example in the price form: A few examples have been given in the price form to show how one fills in the form. These are marked with "example" and have a green background colour. Select:  If product lines in the price form are submitted blank/not filled in, they will be filled in with the highest unit price offered for this product line + 10%. If more than 5% of the product lines lack a price indication, it will be seen as a significant deviation and lead to a tender being rejected in it's entirety. Individual products (one unit) and multipack (several units of the same product) are listed in the price form. Tenderers shall state the price in accordance with the unit stated in the price form. If a tenderer does not list the pack size listed in the price form, the supplier must adjust the price to the pack size in the price form. This is how we get comparable tenders. A price shall be given in several places in the price form on all colours of one product. If there are different costs/procurement prices in the different colours, an average cost price/purchase price shall be used. Other assortment (products not in the price form):  If the other assortment is procured, the tenderer shall determine the price in the following way: Toys: cost price/procurement price + calculated mark-up in % of the other assortment of toys = tender price Art materials: cost price/purchase price + calculated mark-up in % of other assortment forming = tender price Evaluation: When assessing the price, the total tender sum will be used for toys and art materials from the price form in a hybrid model with break point 1. The attached template for the evaluation model is attached.  The tenderer ́s total points for this award criteria is weighted with the award criteria ́s weighting percentage.
Weight (percentage, exact) : 40
Criterion :
Type : Quality
Name : Environment
Description : Weighting:  The award criteria is weighted 30%.      The award criteria consists of 2 sub-criteria: Number of environmentally labelled products; weighted 60% of this award criteria.  Other environmental measures; weighted 40% of this award criterion.  The number of environmentally labelled products sub-criteria:  The contracting authority will emphasise whether the offered products are labelled with the Swan Ecolabel, Blue Angel or an equivalent environmental label type 1. Other labelling schemes will give a lower score if the environmental labels are assessed as less relevant or comprehensive. For example, FSC/PEFC, Økotex 100, Økotex Made in Green or Greenguard will give a 25% rating compared to the Swan Ecolabel. If a tenderer offers other brands, the tenderer is responsible for substantiate that their environmental label can be seen as equal/equivalent with the marks specified above. Documentation requirement Tenderers shall mark the column "Miljømerket" in the attached price form if the offered product is environmentally labelled. The name of the marking scheme must be given, and a valid licence number must either be given, or a valid certificate/licence certificate must be enclosed.  If a tenderer encloses a valid certificate/licence certificate, tenderers must refer to the annex in the column "miljømerket" in the price form. If a licence number is provided, it must be possible to apply for a licence number on the brand scheme ́s website to check that it is valid *. * Marking schemes where it is sufficient to state valid licence numbers: The Swan Ecolabel, Økotex 100, Økotex Made in Green, FSC, PEFC. For the marking schemes Blue Angel and Greenguard, certificates/licence certificates must be enclosed with the tender, as it is not possible to apply for a licence number on these marking schemes ́ website. If other marking schemes are offered, checks must be made before submitting a tender if it is possible to check any license number on the brand scheme ́s website. Evaluation: When calculation of points on this sub-criteria, the score for the individual products will be multiplied by the estimated volume from the price form of the individual products. This award criteria will be assessed based on the tenderer ́s description of the award criteria. A procurement assessment will be made when evaluating the described system.  The best solution for this sub-criteria will be given the highest score (10), and other solutions will be awarded a point score relative to the best solution. If none of the tenderers achieve the highest score (10) by summing up the points for the sub-criteria, the contracting authority will add an equal percentage mark-up for all tenderers, so that the best tenderer shall achieve a point score of 10. Scores achieved on each of the sub-criteria will be multiplied by interrelated weighting and added together. Best tenders for this award criteria shall have the highest score (10). If none of the tenderers achieve the highest score (10) by summing up the points scores for the sub-criteria, the contracting authority will add an equal percentage mark-up for all tenderers so that the best tenderer shall achieve a point score of 10. The tenderer ́s total points for this award criteria is weighted with the award criteria ́s weighting percentage. Sub-criteria other environmental measures:  Tenderers are requested to describe what measures the tenderer currently does and within 6 months from the start of the agreement, in order to reduce the packaging on the offered individual product, for packing and reducing the environmental impact of distribution.  The response shall be maximum 2 A4 pages. The response shall not include a cover page or table of contents. Any pages after page 2 will not be evaluated. Any links etc. in the reply will not be evaluated.  Evaluation: This award criteria will be assessed based on the tenderer ́s description of the sub-criteria. A procurement assessment will be made when evaluating the described system.  The best solution for this sub-criteria will be given the highest score (10), and other solutions will be awarded a point score relative to the best solution. Scores achieved on each of the sub-criteria will be multiplied by interrelated weighting and added together. Best tenders for this award criteria shall have the highest score (10). If none of the tenderers achieve the highest score (10) by summing up the points scores for the sub-criteria, the contracting authority will add an equal percentage mark-up for all tenderers so that the best tenderer shall achieve a point score of 10. The tenderer ́s total points for this award criteria is weighted with the award criteria ́s weighting percentage.
Weight (percentage, exact) : 30
Criterion :
Type : Quality
Name : Quality
Description : Weighting:  The award criteria is weighted 20%. Orientation: As stated in the tender documentation's point "product samples", some products have been chosen from the price form for which the tenderer shall deliver product samples.  Under this criteria, the contracting authority ́s user group will undertake a procurement assessment of submitted samples. The contracting authority will focus on the evaluation of the product samples: how the goods will function for the target group based on: functionality, user friendliness and expected shelf life. Emphasis will also be put on the possibility of supplementing loose parts where possible, and tenderers are therefore requested to describe this in the product presentation.  Tenderers are requested to enclose one document in the form of a file, with presentation of the products offered in the main assortment. It shall be easy for the contracting authority to inform about which products in the price form the product is referred to.  Evaluation: This award criteria will be assessed based on the contracting authority ́s assessment of product samples. A procurement assessment will be made during the evaluation. A combined point score will be given between 1 and 10 per product, with 10 being the best. One or several tenderers can score 10 points. Other tenders will be given a relative score. The average of points per product is the tenderer ́s scored. If none of the tenderers achieve a total score of .10, for the entire award croiterium "Quality", a factor will be put on all tenders, which will mean that the best tender achieves a score of ten.
Weight (percentage, exact) : 20
Criterion :
Type : Quality
Name : Product range
Description : Weighting:  The award criteria is weighted 10%. Orientation: Tenderers shall give a description of which product range will be available for the customer in the contract period. It is important that products that are 'in the times' can be offered and that the product spectrum is broad enough to cover the entities ́needs for such products. Tenderers shall describe their product range and their ability to be "in the time", both as regards new "trends" and as regards seasonal products for Christmas, Easter, etc.  Evaluation: This award criteria will be assessed based on the tenderer ́s description of the award criteria. A total procurement assessment of the described system will be carried out during the evaluation. Best solution will be awarded the highest score (10). Other solutions will be awarded a point score relative to the best solution.  The tenderer ́s total points for this award criteria is weighted with the award criteria ́s weighting percentage.
Weight (percentage, exact) : 10
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Møre og Romsdal tingrett
Organisation signing the contract : Ålesund kommune

6. Results

Value of all contracts awarded in this notice : 600 000 Norwegian krone

6.1 Result lot ldentifier : LOT-0000

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : Lekolar AS
Tender :
Tender identifier : Tilbud rammeavtale Leker og formingsmateriell til Ålesund kommune
Identifier of lot or group of lots : LOT-0000
Subcontracting value is known : no
Subcontracting percentage is known : no
Contract information :
Identifier of the contract : -
Title : General del-Lekolar AS
Date on which the winner was chosen : 31/01/2025
The contract is awarded within a framework agreement : no
Organisation signing the contract : Ålesund kommune

6.1.3 Non-winning tenderers :

Tenderer :
Official name : Creativ Company AS

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 2

8. Organisations

8.1 ORG-0001

Official name : Ålesund kommune
Registration number : 929911709
Department : Innkjøp
Postal address : Keiser Wilhelms gate 11
Town : Ålesund
Postcode : 6003
Country : Norway
Contact point : Bente-Kristin Rødland
Telephone : +4770162000
Roles of this organisation :
Buyer
Organisation signing the contract

8.1 ORG-0002

Official name : Møre og Romsdal tingrett
Registration number : 926 723 200
Postal address : Postboks 1354
Town : Ålesund
Postcode : 6001
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Telephone : 70 33 47 00
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Creativ Company AS
Registration number : 991477756
Department : Salg
Postal address : Håkon den Godes gate 1C
Town : Levanger
Postcode : 7600
Country : Norway
Contact point : Mona Løkken
Telephone : +47 74 08 58 80
Roles of this organisation :
Tenderer

8.1 ORG-0004

Official name : Lekolar AS
Registration number : 986546332
Department : Anbud Lekolar
Postal address : PB 2424
Town : Tønsberg
Postcode : 3104
Country : Norway
Contact point : Trine Tilsted Mogensen Hoel
Telephone : +4733729800
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0000

11. Notice information

11.1 Notice information

Notice identifier/version : ebbe4a71-931d-4fd0-82f5-d2e39fb922ff - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 24/02/2025 11:26 +00:00
Notice dispatch date (eSender) : 24/02/2025 11:26 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00123746-2025
OJ S issue number : 39/2025
Publication date : 25/02/2025