Inscrivez-vous 01 49 36 46 20
appel-offre
appel-offre
 
            
Date de publication : 25/03/2025
Date de péremption : 06/05/2025
Type de procédure : Procédure ouverte
Type de document : Avis de marché ou de concession – régime ordinaire
Norvège
appel-offre

Norvège - Livres de bibliothèque - Books and media for Sandnes library

2025/S 2025-190268  (Voir l'avis original TED)
 
 
V  E  R  S  I  O  N      F  R  A  N  C  A  I  S  E
59/2025
190268-2025 - Mise en concurrence
Norvège – Livres de bibliothèque – Books and media for Sandnes library
OJ S 59/2025 25/03/2025
Avis de marché ou de concession – régime ordinaire
Fournitures

   1.  Acheteur
1.1.
Acheteur
Nom officiel: Sandnes kommune
Adresse électronique: johannes.oseland@sandnes.kommune.no
Forme juridique de l’acheteur: Organisme de droit public, contrôlé par une autorité locale
Activité du pouvoir adjudicateur: Services d’administration générale

   2.  Procédure
2.1.
Procédure
Titre: Books and media for Sandnes library
Description: The contracting authority needs to enter into a framework agreement for the delivery of books and media to Sandnes library with associated branches (Sandnes, Riska, Høle and Forsand). Option: As an option, the school libraries shall also be able to connect to the agreement. This will not be relevant until spring 2026. The contracting authority estimates an annual contract value of approx. If the school libraries connect to the agreement, the estimated value is NOK 600,000 excluding VAT per annum. This gives a combined contract value (including options) of approx. NOK 5,800,000 excluding VAT. Based on the estimated value of the contract, the contracting authority has stated the maximum contract value of + 15% above the estimated value. The total maximum value is NOK 6,700,000 excluding VAT. Please note that the estimated contract value is an estimate and shall not carry any obligations for the contracting authority or rights for the tenderer. Subject to changes due to changed financial framework conditions, organisational changes and municipal activity. The current book law with the accompanying regulations will form the basis of the agreement. If changes are decided on the existing law/regulations during the contract period, any terms connected to price/discounts will also apply for this contract. More information on the procurement process is in 'Annex 1 - Requirement Specifications'.
Identifiant de la procédure: 4b0cb12b-c3ac-4d3c-b121-c8295415f5d0
Identifiant interne: 25/03650
Type de procédure: Ouverte
2.1.1.
Objet
Nature du marché: Fournitures
Nomenclature principale (cpv): 22113000 Livres de bibliothèque
Nomenclature supplémentaire (cpv): 22000000 Imprimés et produits connexes, 22100000 Livres, brochures et dépliants imprimés, 22110000 Livres imprimés
2.1.2.
Lieu d’exécution
Subdivision pays (NUTS): Rogaland (NO0A1)
2.1.3.
Valeur
Valeur estimée hors TVA: 5 800 000,00 NOK
2.1.4.
Informations générales
Base juridique:
Directive 2014/24/UE
2.1.6.
Motifs d’exclusion
Situation analogue à la faillite prévue dans la législation nationale: 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.
Faillite: 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.
Concordat: 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 à une organisation criminelle: 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)
Accords avec d’autres opérateurs économiques en vue de fausser la concurrence: Has the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition?
Manquement aux obligations dans le domaine du droit environnemental: 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.
Blanchiment de capitaux ou financement du terrorisme: 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).
Fraude: 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).
Travail des enfants et autres formes de traite des êtres humains: 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).
Insolvabilité: 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.
Manquement aux obligations dans le domaine du droit du travail: 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.
Biens administrés par un liquidateur: 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.
Coupable de fausses déclarations, non-communication, n’a pas été en mesure de fournir les documents requis et a obtenu des informations confidentielles de la présente procédure: 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'
Motifs d’exclusion purement nationaux: In accordance with the current regulations.
Conflit d’intérêt créé par sa participation à la procédure de passation de marché: Are tenderers aware of a conflict of interest as stated in national law, the relevant notice or procurement documents'
Association directe ou indirecte à la préparation de cette procédure de passation de marché: 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?
Coupable d’une faute professionnelle grave: Has the tenderer committed serious errors in professional practice? If relevant, see the definitions in national law, the relevant notice or procurement documents.
Résiliation, dommages et intérêts ou autres sanctions comparables: 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'
Manquement aux obligations dans le domaine du droit social: 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.
Paiement des cotisations de sécurité sociale: 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?
État de cessation d’activités: 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.
Paiement d’impôts et 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?
Infractions terroristes ou infractions liées aux activités terroristes: 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: LOT-0000
Titre: Books and media for Sandnes library
Description: The contracting authority needs to enter into a framework agreement for the delivery of books and media to Sandnes library with associated branches (Sandnes, Riska, Høle and Forsand). Option: As an option, the school libraries shall also be able to connect to the agreement. This will not be relevant until spring 2026. The contracting authority estimates an annual contract value of approx. If the school libraries connect to the agreement, the estimated value is NOK 600,000 excluding VAT per annum. This gives a combined contract value (including options) of approx. NOK 5,800,000 excluding VAT. Based on the estimated value of the contract, the contracting authority has stated the maximum contract value of + 15% above the estimated value. The total maximum value is NOK 6,700,000 excluding VAT. Please note that the estimated contract value is an estimate and shall not carry any obligations for the contracting authority or rights for the tenderer. Subject to changes due to changed financial framework conditions, organisational changes and municipal activity. The current book law with the accompanying regulations will form the basis of the agreement. If changes are decided on the existing law/regulations during the contract period, any terms connected to price/discounts will also apply for this contract. More information on the procurement process is in 'Annex 1 - Requirement Specifications'.
Identifiant interne: 25/03650
5.1.1.
Objet
Nature du marché: Fournitures
Nomenclature principale (cpv): 22113000 Livres de bibliothèque
Nomenclature supplémentaire (cpv): 22000000 Imprimés et produits connexes, 22100000 Livres, brochures et dépliants imprimés, 22110000 Livres imprimés
5.1.2.
Lieu d’exécution
Subdivision pays (NUTS): Rogaland (NO0A1)
5.1.3.
Durée estimée
Durée: 4 Ans
5.1.5.
Valeur
Valeur estimée hors TVA: 5 800 000,00 NOK
5.1.6.
Informations générales
Participation réservée: La participation n’est pas réservée.
Projet de passation de marché non financé par des fonds de l’UE
Le marché relève de l’accord sur les marchés publics (AMP): oui
5.1.9.
Critères de sélection
Critère:
Type: Capacité économique et financière
Nom: 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 "credit worthy", i.e. tenderers must be in risk class 5 or higher on Experians scale.
Utilisation de ce critère: Utilisé

Critère:
Type: Aptitude à exercer l’activité professionnelle
Nom: Tax Certificate
Description: Tenderers must not have significant tax and VAT arrears, or an approved repayment plan shall be in existence.
Utilisation de ce critère: Utilisé

Critère:
Type: Aptitude à exercer l’activité professionnelle
Nom: 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.
Utilisation de ce critère: Utilisé

Critère:
Type: Capacité technique et professionnelle
Nom: The tenderer ´s technical and professional qualifications.
Description: Tenderers shall have experience from comparable contracts as described in the tender documentation and annexes.
Utilisation de ce critère: Utilisé

Critère:
Type: Capacité technique et professionnelle
Nom: The tenderer ´s technical and professional qualifications.
Description: Tenderers shall ensure environmental considerations and have an adequate environmental management system.
Utilisation de ce critère: Utilisé
5.1.10.
Critères d’attribution
Critère:
Type: Prix
Nom: Price
Catégorie du critère d’attribution poids: Pondération (pourcentage, valeur exacte)
Nombre critère d’attribution: 50
Critère:
Type: Qualité
Nom: Quality
Catégorie du critère d’attribution poids: Pondération (pourcentage, valeur exacte)
Nombre critère d’attribution: 50
5.1.11.
Documents de marché
5.1.12.
Conditions du marché public
Conditions de présentation:
Présentation par voie électronique: Requise
Langues dans lesquelles les offres ou demandes de participation peuvent être présentées: norvégien
Catalogue électronique: Non autorisée
Date limite de réception des offres: 06/05/2025 10:00:00 (UTC)
Informations relatives à l’ouverture publique:
Date d'ouverture: 06/05/2025 10:15:00 (UTC)
Conditions du marché:
Le marché doit être exécuté dans le cadre de programmes d’emplois protégés: Non
Facturation en ligne: Requise
La commande en ligne sera utilisée: oui
Le paiement en ligne sera utilisé: oui
5.1.15.
Techniques
Accord-cadre: Accord-cadre, sans remise en concurrence
Informations sur le système d’acquisition dynamique: Pas de système d’acquisition dynamique
Enchère électronique: non
5.1.16.
Informations complémentaires, médiation et réexamen
Organisation chargée des procédures de recours: Sør-Rogaland tingrett

   8.  Organisations
8.1.
ORG-0001
Nom officiel: Sandnes kommune
Numéro d’enregistrement: 964965137
Adresse postale: Rådhusgata 1
Ville: Sandnes
Code postal: 4306
Pays: Norvège
Point de contact: Johannes Oseland
Adresse électronique: johannes.oseland@sandnes.kommune.no
Téléphone: +47 90815421
Rôles de cette organisation:
Acheteur
8.1.
ORG-0002
Nom officiel: Sør-Rogaland tingrett
Numéro d’enregistrement: 926723448
Ville: Stavanger
Pays: Norvège
Adresse électronique: sor-rogaland.tingrett@domstol.no
Téléphone: 52 00 46 00
Rôles de cette organisation:
Organisation chargée des procédures de recours
Informations relatives à l’avis
Identifiant/version de l’avis: 23ded93f-e745-49b7-9c3f-d9e24ee7e7b5 - 01
Type de formulaire: Mise en concurrence
Type d’avis: Avis de marché ou de concession – régime ordinaire
Sous-type d’avis: 16
Date d’envoi de l’avis: 21/03/2025 15:45:55 (UTC)
Date d’envoi de l’avis (eSender): 21/03/2025 15:46:22 (UTC)
Langues dans lesquelles l’avis en question est officiellement disponible: anglais
Numéro de publication de l’avis: 190268-2025
Numéro de publication au JO S: 59/2025
Date de publication: 25/03/2025

 
 
C L A S S E    C P V
22000000 - Imprimés et produits connexes 
22100000 - Livres, brochures et dépliants imprimés 
22110000 - Livres imprimés 
22113000 - Livres de bibliothèque