Purchase of Chromebooks, laptop sleeves (pulleys) and headsets

The contracting authority shall procure a contract for the procurement of a set number of Chromebooks, laptop sleeves and headsets. The delivery will be distributed over approx. 35 locations and shall be delivered directly to each location. There may be two deliveries on sub-contract A: one at the beginning of …

CPV: 30213100 Ordenadores portátiles, 30000000 Máquinas, equipo y artículos de oficina y de informática, excepto mobiliario y paquetes de software, 30200000 Equipo y material informático, 30236200 Procesador de datos, 30237200 Accesorios informáticos, 32342100 Auriculares de casco, 32340000 Micrófonos y altavoces
Plazo:
8 de mayo de 2025 a las 10:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
Purchase of Chromebooks, laptop sleeves (pulleys) and headsets
Organismo adjudicador:
Sandnes kommune
Número de premio:
25/04096

1. Buyer

1.1 Buyer

Official name : Sandnes 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 : Purchase of Chromebooks, laptop sleeves (pulleys) and headsets
Description : The contracting authority shall procure a contract for the procurement of a set number of Chromebooks, laptop sleeves and headsets. The delivery will be distributed over approx. 35 locations and shall be delivered directly to each location. There may be two deliveries on sub-contract A: one at the beginning of August 2025 and one in December 2025. There is expected to be only one large delivery of sub-contract B, approx. in August 2025. The contract will be agreed with the winning tenderer.
Procedure identifier : 606e2f3a-a2a0-430f-858f-8e5b6399ac9e
Internal identifier : 25/04096
Type of procedure : Open
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 30213100 Portable computers
Additional classification ( cpv ): 30000000 Office and computing machinery, equipment and supplies except furniture and software packages
Additional classification ( cpv ): 30200000 Computer equipment and supplies
Additional classification ( cpv ): 30236200 Data-processing equipment
Additional classification ( cpv ): 30237200 Computer accessories
Additional classification ( cpv ): 32342100 Headphones

2.1.2 Place of performance

Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 12 800 000 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-0001

Title : Purchase of Chromebooks, laptop sleeves (pulleys) and headsets
Description : The contracting authority shall procure a contract for the procurement of a set number of Chromebooks, laptop sleeves and headsets. The delivery will be distributed over approx. 35 locations and shall be delivered directly to each location. There may be two deliveries on sub-contract A: one at the beginning of August 2025 and one in December 2025. There is expected to be only one large delivery of sub-contract B, approx. in August 2025. The contract will be agreed with the winning tenderer.
Internal identifier : 1

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 30213100 Portable computers
Additional classification ( cpv ): 30000000 Office and computing machinery, equipment and supplies except furniture and software packages
Additional classification ( cpv ): 30200000 Computer equipment and supplies
Additional classification ( cpv ): 30236200 Data-processing equipment
Additional classification ( cpv ): 30237200 Computer accessories
Additional classification ( cpv ): 32342100 Headphones

5.1.2 Place of performance

Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Other duration : Unknown

5.1.5 Value

Estimated value excluding VAT : 12 800 000 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 : Other economic and financial requirements
Description : Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that:
Use of this criterion : 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
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 : 08/05/2025 10:00 +00:00
Information about public opening :
Opening date : 08/05/2025 10:05 +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 :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Sør Rogaland Tingrett Sandnes

5.1 Lot technical ID : LOT-0002

Title : A. Chromebooks and laptop sleeves (pulley)
Description : Purchase of Chromebooks and laptop sleeves.
Internal identifier : 25/04096

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 30213100 Portable computers

5.1.2 Place of performance

Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Other duration : Unknown

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 : The tenderer's economic and financial capacity
Description : Tenderers must have sufficient economic and financial capacity to fulfil the contract. Tenderers must achieve a minimum rating of creditworthy. Documentation: Norwegian companies: As documentation, the contracting authority will obtain the credit assessment Commercial Delphi Score from Experian. Tenderers must achieve a minimum rating of "Credit worthy", i.e. tenderers must be in risk class 5 or higher on experians scale. Tenderers are required to have made aware of registered information about the company and agree by submitting the tender to the fact that the information is collected and used as a basis for assessing none of the tenderer ́s financial conditions. When submitting their tender offer, the tenderer can enclose a credit rating from a certified credit rating company showing that the tenderer fulfils the requirement. The credit rating shall be based on the last available accounting system and it shall be carried out by a company with licence to carry out credit information activities. If a tenderer has a justifiable reason for not submitting the documentation required by the contracting authority, he can document his economic and financial capacity by presenting any other document that the Contracting Authority deems appropriate. Foreign companies: Tenderers are requested to enclose a credit rating from a certified credit rating company that shows that the tenderer fulfils the requirement. The credit rating shall be based on the last available accounting system and it shall be carried out by a company with licence to carry out credit information activities.
Use of this criterion : Used
Criterion :
Type : Other
Name : 6.5 Environmental management system
Description : Tenderers are required to have a well-functioning environmental management system, adapted to the contract ́s nature and extent. Documentation: As documentation, tenderers shall enclose a certificate for the company's environmental management system issued by competent independent bodies that confirm that the tenderer is certified for environmental management, in the form of EMAS, ISO 14001 or Miljøfyrtårn. Other certificates issued by bodies in other EEA bodies 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 cannot obtain such certificates by the tender deadline, and this is not due to the tenderer himself. It is a prerequisite that the tenderer documents that these measures correspond 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 : Tax Certificate
Description : Tenderers must not have significant tax and VAT arrears, or an approved repayment plan shall be in existence. Documentation: Tax certificate, not older than 6 months.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : The organisational and legal position of the tenderer.
Description : Tenderers shall be registered in a company register, professional register or a commerce register in the country where the tenderer is established. Documentation: Norwegian companies: Company Registration Certificate Foreign companies: Verification that the tenderer is 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 : Technical and professional ability
Name : The tenderer ́s technical and professional qualifications.
Description : Tenderers shall have experience from comparable contracts that are included in the contract. Documentation requirement: Documented by enclosing a list of the most important relevant assignments in the last five years. The list shall consist of three assignments. The description must include a statement of the contract ́s value, date and recipient (name, telephone number and e-mail address). It is the tenderer ́s responsibility to document relevance through the description. The references will only be contacted if required.
Use of this criterion : 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 : 08/05/2025 10:00 +00:00
Information about public opening :
Opening date : 08/05/2025 10:05 +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 :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Sør Rogaland Tingrett Sandnes

5.1 Lot technical ID : LOT-0003

Title : B. Headsets
Description : Purchase of Chromebooks and laptop sleeves.
Internal identifier : 25/04096

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 32342100 Headphones
Additional classification ( cpv ): 32340000 Microphones and loudspeakers

5.1.2 Place of performance

Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Other duration : Unknown

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 : The tenderer's economic and financial capacity
Description : Tenderers must have sufficient economic and financial capacity to fulfil the contract. Tenderers must achieve a minimum rating of creditworthy. Documentation: Norwegian companies: As documentation, the contracting authority will obtain the credit assessment Commercial Delphi Score from Experian. Tenderers must achieve a minimum rating of "Credit worthy", i.e. tenderers must be in risk class 5 or higher on experians scale. Tenderers are required to have made aware of registered information about the company and agree by submitting the tender to the fact that the information is collected and used as a basis for assessing none of the tenderer ́s financial conditions. When submitting their tender offer, the tenderer can enclose a credit rating from a certified credit rating company showing that the tenderer fulfils the requirement. The credit rating shall be based on the last available accounting system and it shall be carried out by a company with licence to carry out credit information activities. If a tenderer has a justifiable reason for not submitting the documentation required by the contracting authority, he can document his economic and financial capacity by presenting any other document that the Contracting Authority deems appropriate. Foreign companies: Tenderers are requested to enclose a credit rating from a certified credit rating company that shows that the tenderer fulfils the requirement. The credit rating shall be based on the last available accounting system and it shall be carried out by a company with licence to carry out credit information activities.
Use of this criterion : Used
Criterion :
Type : Other
Name : 6.5 Environmental management system
Description : Tenderers are required to have a well-functioning environmental management system, adapted to the contract ́s nature and extent. Documentation: As documentation, tenderers shall enclose a certificate for the company's environmental management system issued by competent independent bodies that confirm that the tenderer is certified for environmental management, in the form of EMAS, ISO 14001 or Miljøfyrtårn. Other certificates issued by bodies in other EEA bodies 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 cannot obtain such certificates by the tender deadline, and this is not due to the tenderer himself. It is a prerequisite that the tenderer documents that these measures correspond 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 : Tax Certificate
Description : Tenderers must not have significant tax and VAT arrears, or an approved repayment plan shall be in existence. Documentation: Tax certificate, not older than 6 months.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : The organisational and legal position of the tenderer.
Description : Tenderers shall be registered in a company register, professional register or a commerce register in the country where the tenderer is established. Documentation: Norwegian companies: Company Registration Certificate Foreign companies: Verification that the tenderer is 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 : Technical and professional ability
Name : The tenderer ́s technical and professional qualifications.
Description : Tenderers shall have experience from comparable contracts that are included in the contract. Documentation requirement: Documented by enclosing a list of the most important relevant assignments in the last five years. The list shall consist of three assignments. The description must include a statement of the contract ́s value, date and recipient (name, telephone number and e-mail address). It is the tenderer ́s responsibility to document relevance through the description. The references will only be contacted if required.
Use of this criterion : 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 : 08/05/2025 10:00 +00:00
Information about public opening :
Opening date : 08/05/2025 10:05 +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 :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Sør Rogaland Tingrett Sandnes

8. Organisations

8.1 ORG-0001

Official name : Sandnes kommune
Registration number : 964965137
Postal address : Rådhusgata 1
Town : Sandnes
Postcode : 4306
Country : Norway
Contact point : Marlena Wichowska
Telephone : +47 94088306
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Sør Rogaland Tingrett Sandnes
Registration number : 926 723 448
Town : Sandnes
Country : Norway
Telephone : 52 00 46 00
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : a283541e-5c12-4615-afe6-6fd73a1fcc10 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 03/04/2025 08:16 +00:00
Notice dispatch date (eSender) : 03/04/2025 08:30 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00218983-2025
OJ S issue number : 67/2025
Publication date : 04/04/2025