Tender Details
Title
Norway – Printed books – Books for the university library, UBIS Place of performance:Norway,Rogaland Main nature of the contract:Supplies Official name:Universitetet i Stavanger Type of procedure:Open
Country
Language
English
Organization
Published Date
03.07.2024
Deadline Date
13.09.2024
Overview
396044-2024 - Competition Competition Norway: Printed books Books for the university library, UBIS Norway, Rogaland (NO0A1) Type of procedure: Open Buyer Buyer: Universitetet i Stavanger Email: espen.haavardsholm@uis.no Norway, Stavanger LOT-0000: Books for the university library, UBIS Printed books Norway, Rogaland (NO0A1) Duration: 48 Months Deadline for receipt of tenders: 13/09/2024 - 10:00:58 (UTC) 396044-2024 - Competition Norway – Printed books – Books for the university library, UBIS OJ S 128/2024 03/07/2024 Contract or concession notice – standard regime Supplies 1. Buyer 1.1. Buyer Official name: Universitetet i Stavanger Email: espen.haavardsholm@uis.no Legal type of the buyer: Body governed by public law Activity of the contracting authority: Education 2. Procedure 2.1. Procedure Title: Books for the university library, UBIS Description: University of Stavanger (UiS) intends to enter into one, two or three framework agreement(s) for the purchase of books to the university library, UBIS. Tendering for part(s) of the delivery is permitted. If tendering for part(s) of the delivery, the tender must contain either: 1. All printed books published outside Scandinavia, 2. All printed books published in Scandinavia or 3. All E-books. Procedure identifier: 12e2ea84-8e5f-48df-8db0-81241c8dcf5f Internal identifier: ANSK 04/24 Type of procedure: Open The procedure is accelerated: no 2.1.1. Purpose Main nature of the contract: Supplies Main classification (cpv): 22110000 Printed books Additional classification (cpv): 92511000 Library services 2.1.2. Place of performance Country subdivision (NUTS): Rogaland (NO0A1) Country: Norway 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: LOT-0000 Title: Books for the university library, UBIS Description: University of Stavanger (UiS) intends to enter into one, two or three framework agreement(s) for the purchase of books to the university library, UBIS. Tendering for part(s) of the delivery is permitted. If tendering for part(s) of the delivery, the tender must contain either: 1. All printed books published outside Scandinavia, 2. All printed books published in Scandinavia or 3. All E-books. Internal identifier: ANSK 04/24 5.1.1. Purpose Main nature of the contract: Supplies Main classification (cpv): 22110000 Printed books Additional classification (cpv): 92511000 Library services Options: Description of the options: The duration of the framework agreement(s) will be 3 years, starting from January 1st 2025. The Buyer has an option of prolonging the framework agreement for an additional 1 year, leading to a total maximum duration of 4 years. 5.1.2. Place of performance Country subdivision (NUTS): Rogaland (NO0A1) Country: Norway 5.1.3. Estimated duration Duration: 48 Months 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 Use of this criterion: Used Criterion: Type: Other Name: This fulfils the objective and non-discriminatory criteria or rules that shall be used to select the number of tenderers in the following way: If certain certificates or other forms of documentation are requested, indicate for each individual whether the tenderer is in possession of the requested documents: Description: If any of these certificates or other forms of documentation are available in electronic form, the certificates are to be provided for each: 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: Registered in a trade register Description: Tenderers are registered in a professional 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: 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: Suitability to pursue the professional activity Name: In the case of service contracts: Authorisations from a particular organisation required Description: Is a specific authorisation required from a particular organisation to provide the service in the tenderer's home country? Use of this criterion: Used Criterion: Type: Suitability to pursue the professional activity Name: In the case of service contracts: Membership in a particular organisation is required Description: Is it necessary to have a particular membership in a particular organisation in order to provide the service in the tenderer ́s home country? Use of this criterion: Used Criterion: Type: Technical and professional ability Name: Control Permission Description: For goods or services that are complicated, or that in exceptional cases shall be used for a particular purpose: Will the tenderer allow checks of the tenderer's production capacity or technical capacity and, where necessary, of the survey and research facilities that the tenderer has at its disposal and of quality control measures? The inspections shall be undertaken by the contracting authority or the contracting authority can leave it to a competent public body in the country where the tenderer is established. Use of this criterion: Used Criterion: Type: Technical and professional ability Name: Procurement of goods: Requested samples, descriptions or photographs that do not need to be accompanied by certificates that they are genuine. Description: Procurement of goods: The tenderer presents supplies that shall be delivered, requested samples, descriptions or photographs, which do not need to be accompanied by certificates that they are genuine. Use of this criterion: Used Criterion: Type: Technical and professional ability Name: Procurement of goods: Requested samples, descriptions or photographs with certificates Description: When procurement of goods: If requested, the tenderer further declares that they will deliver the requested certificates that they are genuine. Use of this criterion: Used Criterion: Type: Technical and professional ability Name: When procuring goods: Certificates issued by official bodies for quality control Description: Can tenderers submit the requested certificates issued by official bodies for quality control, and who can confirm that the goods, which are clearly identified by reference to technical specifications or standards, as determined in the notice or in the procurement documents, are in accordance with these? Use of this criterion: Used Criterion: Type: Technical and professional ability Name: Certificates issued by independent bodies for quality assurance standards. Description: Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements? Use of this criterion: Used Criterion: Type: Technical and professional ability Name: Certificates issued by independent bodies for environmental management standards. Description: Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards? Use of this criterion: Used 5.1.11. Procurement documents Deadline for requesting additional information: 29/08/2024 22:00:00 (UTC) Address of the procurement documents: https://tendsign.com/doc.aspx?MeFormsNoticeId=25411 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://tendsign.com/doc.aspx?MeFormsNoticeId=25411&GoTo=Tender Languages in which tenders or requests to participate may be submitted: Norwegian, English Electronic catalogue: Allowed Deadline for receipt of tenders: 13/09/2024 10:00:58 (UTC) Deadline until which the tender must remain valid: 121 Days Information about public opening: Opening date: 13/09/2024 10:01:00 (UTC) 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, without reopening of competition Information about the dynamic purchasing system: No dynamic purchase system 5.1.16. Further information, mediation and review Review organisation: Sør-Rogaland tingrett 8. Organisations 8.1. ORG-0001 Official name: Universitetet i Stavanger Registration number: 971564679 Department: Universitetet i Stavanger Postal address: PB 8600 Forus Town: Stavanger Postcode: 4036 Country: Norway Contact point: Espen Haavardsholm Email: espen.haavardsholm@uis.no Telephone: +47 51831000 Roles of this organisation: Buyer 8.1. ORG-0002 Official name: Sør-Rogaland tingrett Registration number: 926 723 448 Postal address: Postboks 159 Town: Stavanger Postcode: 4001 Country subdivision (NUTS): Rogaland (NO0A1) Country: Norway Email: sor-rogaland.tingrett@domstol.no Telephone: 52 00 46 00 Internet address: https://www.domstol.no/no/domstoler/tingrett/sor-rogaland-tingrett/ Roles of this organisation: Review organisation 11. Notice information 11.1. Notice information Notice identifier/version: f2e38b70-e6c4-41f0-95ea-8394df757608 - 01 Form type: Competition Notice type: Contract or concession notice – standard regime Notice subtype: 16 Notice dispatch date: 02/07/2024 09:54:39 (UTC) Notice dispatch date (eSender): 02/07/2024 09:58:46 (UTC) Languages in which this notice is officially available: English 11.2. Publication information Notice publication number: 396044-2024 OJ S issue number: 128/2024 Publication date: 03/07/2024 Czech document download: https://ted.europa.eu/cs/notice/396044-2024/pdf Danish document download: https://ted.europa.eu/da/notice/396044-2024/pdf German document download: https://ted.europa.eu/de/notice/396044-2024/pdf Greek document download: https://ted.europa.eu/el/notice/396044-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/396044-2024/pdf English document download: https://ted.europa.eu/en/notice/396044-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/396044-2024/pdf Finnish document download: https://ted.europa.eu/fi/notice/396044-2024/pdf French document download: https://ted.europa.eu/fr/notice/396044-2024/pdf Irish document download: https://ted.europa.eu/ga/notice/396044-2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/396044-2024/pdf Hungarian document download: https://ted.europa.eu/hu/notice/396044-2024/pdf Italian document download: https://ted.europa.eu/it/notice/396044-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/396044-2024/pdf Latvian document download: https://ted.europa.eu/lv/notice/396044-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice/396044-2024/pdf Dutch document download: https://ted.europa.eu/nl/notice/396044-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/396044-2024/pdf Portuguese document download: https://ted.europa.eu/pt/notice/396044-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/396044-2024/pdf Slovak document download: https://ted.europa.eu/sk/notice/396044-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/396044-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/396044-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/396044-2024/pdf
NAICS
Business All Other Professional Navigational Professional Justice Bolt Electric Power Transmission Web Search Portals Copper Religious Financial Transactions Processing Securities Justice Other Professional Turned Product and Screw Other Justice Book Newspaper Colleges Colleges Measuring Web Search Portals Navigational Colleges Financial Transactions Processing Book Sporting Goods Other Similar Organizations (except Business All Other Professional Management Other Justice Other Similar Organizations (except Business Machine Shops; Turned Product; and Screw Copper Professional Process Funds
CPVS
Earthmoving and excavating machinery, and associated parts Iron, lead, zinc, tin and copper System, storage and content management software package Environmental management Mains Control, safety, signalling and light equipment Nuts Lavatory seats, covers, bowls and cisterns Publications Control, safety or signalling equipment for inland waterways Lead Photographs Research, testing and scientific technical simulator Other community, social and personal services Permits Control, safety or signalling equipment for parking facilities Command, control, communication systems Supports Control, safety or signalling equipment for port installations Surveying, hydrographic, oceanographic and hydrological instruments and appliances Command, control, communication and computer systems System, storage and content management software development services Forms Library, archives, museums and other cultural services Book ends Installation services of equipment for measuring, checking, testing and navigating Pressure-reducing, control, check or safety valves Catalogues Other services Seats, chairs and related products, and associated parts Control, safety or signalling equipment for roads Security, fire-fighting, police and defence equipment Administration, defence and social security services Postal orders Electronic, electromechanical and electrotechnical supplies Designs Control, safety or signalling equipment for airports Dates
UNSPSC
Nuts Awards Business cases Environmental management Inspection Quality control Libraries Co financing Employment Book ends Library Case making services University Securities E-Passport, Id, E-Health Services, Surveys, Planning & Studies (Aviation) Clinical laboratory and toxicology testing systems, components, and supplies Clinical laboratory and toxicology testing systems, components, and supplies
Regions
Europe Northern Europe Western Europe
Sectors
Automobiles and Auto Parts Construction Energy-Power and Electrical Computer Hardwares and Consumables Industry
URL
Share
To be notified
when a tender matching your filter is published
To Follow
Tenders
Add New Tender Alert
To Follow
Contracts
Add New Contract Alert
To Follow
Fairs
Add New Fair Alert