Procurement - Hire of coffee machines, 2025

The contracting authority needs an easy way to offer visitors and its own employees coffee and hot drinks. The delivery includes the hire of coffee machines including full technical service and guarantee during the entire contract period and delivery of coffee and other consumables with stable operation over time. It …

CPV: 39711310 Electric coffee makers, 03131100 Coffee beans, 15512100 Single cream, 15860000 Coffee, tea and related products, 15861100 Roasted coffee, 55400000 Beverage-serving services, 15861000 Coffee
Deadline:
April 9, 2025, 10 a.m.
Deadline type:
Submitting a bid
Place of execution:
Procurement - Hire of coffee machines, 2025
Awarding body:
Ålesund kommune
Award number:
25/1033

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 - Hire of coffee machines, 2025
Description : The contracting authority needs an easy way to offer visitors and its own employees coffee and hot drinks. The delivery includes the hire of coffee machines including full technical service and guarantee during the entire contract period and delivery of coffee and other consumables with stable operation over time. It shall be products of good quality that are simple and comfortable to use and easy to clean. Service and maintenance shall be included in the contract during the hire period.
Procedure identifier : a93a462e-202e-4fc6-9f89-f8f83176adb0
Internal identifier : 25/1033
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The procurement will be carried out in accordance with the Public Procurement Act of 17 June 2016 (LOA) and the Public Procurement Regulations (FOA) FOR 2016-08-12-974, part I and part III. The contract will be awarded in accordance with the open tender contest procedure, c.f. FOA § 13-1 (1).

2.1.1 Purpose

Main nature of the contract : Supplies
Additional nature of the contract : Services
Main classification ( cpv ): 39711310 Electric coffee makers
Additional classification ( cpv ): 03131100 Coffee beans
Additional classification ( cpv ): 15512100 Single cream
Additional classification ( cpv ): 15860000 Coffee, tea and related products
Additional classification ( cpv ): 15861100 Roasted coffee
Additional classification ( cpv ): 55400000 Beverage-serving services

2.1.2 Place of performance

Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Additional information : Participants: The procurement cooperation in Sunnmøre (municipality, including municipal companies in each municipality): • Ålesund • Volda • Sande • Sykkylven • Fjord • Ulstein • Vanylven • Haram Other participants: Muritunet

2.1.3 Value

Estimated value excluding VAT : 10 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.5 Terms of procurement

Terms of submission :
The tenderer must submit tenders for all lots

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 technical ID : LOT-0001

Title : Hybrid Model
Description : The contracting authority would like to use this procurement to enter into a framework agreement with one tenderer. The delivery includes the hire of coffee machines including the procurement of coffee and other consumables with stable operation over time. It shall be products of good quality that are simple and comfortable to use and easy to clean. Coffee machines shall be suitable for the public sector, both for small departments/user places and large canteens/conference halls for many people. A selection of coffee machines with different functionalities will be required due to different consumable patterns in different entities and user places. The aim of the contract is to cover the customer ́s need for a total delivery, where the tenderer offers a whole concept with both renting machines, full guarantees, full technical service on machines, replacing wearing parts during the entire contract period, as well as the delivery of ingredients/accompanying consumables, follow-up and good service. The agreement shall cover unforeseen incidents with the equipment. The coffee and drinks shall have superb taste and the entire solution should be advantageous for the customer.
Internal identifier : 1538017

5.1.1 Purpose

Main nature of the contract : Supplies
Additional nature of the contract : Services
Main classification ( cpv ): 39711310 Electric coffee makers
Additional classification ( cpv ): 03131100 Coffee beans
Additional classification ( cpv ): 15512100 Single cream
Additional classification ( cpv ): 15860000 Coffee, tea and related products
Additional classification ( cpv ): 15861000 Coffee
Additional classification ( cpv ): 15861100 Roasted coffee
Additional classification ( cpv ): 55400000 Beverage-serving services
Options :
Description of the options : Total service At some locations where appropriate, the customer shall be able to order a total service that includes refills of ingredients/consumables and all cleaning in addition to the delivery of consumables, service and maintenance.

5.1.2 Place of performance

Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Additional information : Participants: The procurement cooperation in Sunnmøre (municipality, including municipal companies in each municipality): • Ålesund • Volda • Sande • Sykkylven • Fjord • Ulstein • Vanylven • Haram Other participants: Muritunet

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 : 10 000 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Payment of tax, VAT and other public duties and credit rating.
Description : This requirement only applies to Norwegian tenderers. Requirement: Tenderers must have their tax, payroll tax and VAT payments in order in accordance with the legal provisions and the tenderer must not have significant arrears. Any arrears or other irregularities must be justified. Documentation requirement: Tenderers shall document the requirement through the certificate "Information on tax and duties". The certificate shall be of the type "RF-1507" and not "RF-1316". Tenderers can order this in Altinn on behalf of their business. When ordering, state Ålesund municipality as the copy recipient, so that the contracting authority gets a copy of the certificate directly to its inbox in Altinn. Read about the certificate here: https://www.skatteetaten.no/skjema/opplysninger-om-skatt-og-avgift/
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Credit rating
Description : Requirement: Tenderers must have the financial capacity to fulfil the contract. The tenderer is required to be credit worthy, minimum A, in accordance with Dun & Bradstreet ́s service riskguardian suite ( https://riskguardian.bisnode.no) , or have the financial capacity to execute the contract based on the contracting authority ́s discretion. Documentation requirement: The contracting authority will assess the tenderer's finances through RiskGuardian Suite. Tenderers can enclose other necessary information if they believe that RiskGuardian Suite does not provide a correct picture of the financial situation. The RiskGuardian Suite service includes all Nordic countries. As a general rule, the Contracting Authority will not accept credit ratings from other company and accounting information systems than RiskGuardian Suite due to equal treatment of the tenderers. Foreign tenderers outside the Nordic countries will, however, use and accept credit appraisal through Dun & Bradstreet ́s service Credit ( https://credit.dnb.com/). Tenderers that the contracting authority cannot find a RiskGuardian Suite (or Credit for suppliers outside the Nordic countries), e.g. newly established tenderers who have not built up a basis for a credit rating, must enclose a declaration/guarantee from a parent company/owner/bank or similar financing institutions, regarding the company's financial and economic position.
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 : Not used
Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Due diligence assessments for responsible businesses
Description : Requirement: Tenderers shall be suitable for fulfilment of contract requirements for due diligence assessments for responsible businesses. This means that the tenderer has implemented measures and systems that are used in the tenderer ́s work to safeguard basic human rights and decent working conditions, as well as prevent environmental degradation and corruption. Documentation requirement: A description shall be given of the tenderer's systems for working with due diligence assessments in accordance with the UN ́s guiding principles for business and human rights (UNGP) and OECD's guidelines for multinational companies. The documentation shall include: • Formal policy/guidelines that cover an obligation to comply with the requirements of responsible businesses. •Formal policy/guidelines for accountability for sub-suppliers/the supplier chain, (Supplier Code of Conduct). This shall only be provided if sub-suppliers are used. • Descriptions of the tenderer's processes and routines for how the company works with due diligence assessments. • Description of how the tenderer will obtain and maintain an overview of the country of origin and production locations for the products that the tenderer offers.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Experience
Description : Requirement: Tenderers or employees at the tenderer are required to have experience from at least two equivalent assignments in the last three years. Equivalent assignments means a total delivery, in which the tenderer offers the delivery of coffee machines for hire, including service agreements (with full technical service and guarantee), with the delivery of the ingredients and consumables in addition with a value of minimum NOK 2,000,000 excluding VAT per contract. Documentation requirement: Completed annex "The tenderer's experience" or other document with equivalent information (max. 2 A4 pages): A short description of the most important deliveries in the last three years, including information on the contract ́s value, delivery frequency, number of delivery points as well as the name of the contracting authority and a description of the assignment ́s content.
Use of this criterion : Used

5.1.11 Procurement documents

Deadline for requesting additional information : 01/04/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=48033

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 : Allowed
Deadline for receipt of tenders : 09/04/2025 10:00 +00:00
Deadline until which the tender must remain valid : 89 Day
Information about public opening :
Opening date : 09/04/2025 10:30 +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 : Møre og Romsdal tingrett

5.1 Lot technical ID : LOT-0002

Title : General part
Description : The contracting authority would like to use this procurement to enter into a framework agreement with one tenderer. The delivery includes the hire of coffee machines including the procurement of coffee and other consumables with stable operation over time. It shall be products of good quality that are simple and comfortable to use and easy to clean. Coffee machines shall be suitable for the public sector, both for small departments/user places and large canteens/conference halls for many people. A selection of coffee machines with different functionalities will be required due to different consumable patterns in different entities and user places. The aim of the contract is to cover the customer ́s need for a total delivery, where the tenderer offers a whole concept with both renting machines, full guarantees, full technical service on machines, replacing wearing parts during the entire contract period, as well as the delivery of ingredients/accompanying consumables, follow-up and good service. The agreement shall cover unforeseen incidents with the equipment. The coffee and drinks shall have superb taste and the entire solution should be advantageous for the customer.
Internal identifier : 1672180

5.1.1 Purpose

Main nature of the contract : Supplies
Additional nature of the contract : Services
Main classification ( cpv ): 39711310 Electric coffee makers
Additional classification ( cpv ): 03131100 Coffee beans
Additional classification ( cpv ): 15512100 Single cream
Additional classification ( cpv ): 15860000 Coffee, tea and related products
Additional classification ( cpv ): 15861100 Roasted coffee
Additional classification ( cpv ): 55400000 Beverage-serving services
Options :
Description of the options : Total service At some locations where appropriate, the customer shall be able to order a total service that includes refills of ingredients/consumables and all cleaning in addition to the delivery of consumables, service and maintenance.

5.1.2 Place of performance

Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Additional information : The procurement cooperation in Sunnmøre (municipality, including municipal companies in each municipality): Ålesund Volda Sande Sykkylven Fjord Ulstein Vanylven Haram Other participants: Muritunet

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 : 10 000 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Payment of tax, VAT and other public duties and credit rating.
Description : This requirement only applies to Norwegian tenderers. Requirement: Tenderers must have their tax, payroll tax and VAT payments in order in accordance with the legal provisions and the tenderer must not have significant arrears. Any arrears or other irregularities must be justified. Documentation requirement: Tenderers shall document the requirement through the certificate "Information on tax and duties". The certificate shall be of the type "RF-1507" and not "RF-1316". Tenderers can order this in Altinn on behalf of their business. When ordering, state Ålesund municipality as the copy recipient, so that the contracting authority gets a copy of the certificate directly to its inbox in Altinn. Read about the certificate here: https://www.skatteetaten.no/skjema/opplysninger-om-skatt-og-avgift/
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Credit rating
Description : Requirement: Tenderers must have the financial capacity to fulfil the contract. The tenderer is required to be credit worthy, minimum A, in accordance with Dun & Bradstreet ́s service riskguardian suite ( https://riskguardian.bisnode.no) , or have the financial capacity to execute the contract based on the contracting authority ́s discretion. Documentation requirement: The contracting authority will assess the tenderer's finances through RiskGuardian Suite. Tenderers can enclose other necessary information if they believe that RiskGuardian Suite does not provide a correct picture of the financial situation. The RiskGuardian Suite service includes all Nordic countries. As a general rule, the Contracting Authority will not accept credit ratings from other company and accounting information systems than RiskGuardian Suite due to equal treatment of the tenderers. Foreign tenderers outside the Nordic countries will, however, use and accept credit appraisal through Dun & Bradstreet ́s service Credit ( https://credit.dnb.com/). Tenderers that the contracting authority cannot find a RiskGuardian Suite (or Credit for suppliers outside the Nordic countries), e.g. newly established tenderers who have not built up a basis for a credit rating, must enclose a declaration/guarantee from a parent company/owner/bank or similar financing institutions, regarding the company's financial and economic position.
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 : Not used
Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Due diligence assessments for responsible businesses
Description : Requirement: Tenderers shall be suitable for fulfilment of contract requirements for due diligence assessments for responsible businesses. This means that the tenderer has implemented measures and systems that are used in the tenderer ́s work to safeguard basic human rights and decent working conditions, as well as prevent environmental degradation and corruption. Documentation requirement: A description shall be given of the tenderer's systems for working with due diligence assessments in accordance with the UN ́s guiding principles for business and human rights (UNGP) and OECD's guidelines for multinational companies. The documentation shall include: • Formal policy/guidelines that cover an obligation to comply with the requirements of responsible businesses. •Formal policy/guidelines for accountability for sub-suppliers/the supplier chain, (Supplier Code of Conduct). This shall only be provided if sub-suppliers are used. • Descriptions of the tenderer's processes and routines for how the company works with due diligence assessments. • Description of how the tenderer will obtain and maintain an overview of the country of origin and production locations for the products that the tenderer offers.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Experience
Description : Requirement: Tenderers or employees at the tenderer are required to have experience from at least two equivalent assignments in the last three years. Equivalent assignments means a total delivery, in which the tenderer offers the delivery of coffee machines for hire, including service agreements (with full technical service and guarantee), with the delivery of the ingredients and consumables in addition with a value of minimum NOK 2,000,000 excluding VAT per contract. Documentation requirement: Completed annex "The Tenderer's experience" or other document with equivalent information (max. 2 A4 pages): A short description of the most important deliveries in the last three years, including information on the contract ́s value, delivery frequency, number of delivery points as well as the name of the contracting authority and a description of the assignment ́s content.
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : The award criteria consists of two sub-criteria: The sub-criterion "Price for hire of machines including service and maintenance" is weighted 30% of this award criteria. Flexible degree of service (see point 6.2.1), full technical service, maintenance and guarantee shall be included during the entire contract period. The sub-criterion "Price for ingredients/consumables" is weighted 70% of this award criteria.
Weight (percentage, exact) : 30
Criterion :
Type : Quality
Name : Quality
Description : The award criteria consists of 4 (four) sub-criteria: User friendliness, functionality and design sub-criteria, weighted 20% of this award criteria. The sub-criterion Technical quality is weighted 25% of this award criteria. The sub-criterion Assortment ingredients is weighted 20% of this award criteria. The sub-criteria Service is weighted to 35% of this award criteria.
Weight (percentage, exact) : 40
Criterion :
Type : Quality
Name : Environment
Description : The award criteria consists of 3 (three) sub-criteria: • The sub-criteria Environmentally labelled products is weighted 50% by this award criteria. • The sub-criterion Reuse/renovation is weighted 25% of this award criteria. • The sub-criteria Environment Policy weighted 25% of this award criteria.
Weight (percentage, exact) : 30
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Deadline for requesting additional information : 01/04/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=48033

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 : Allowed
Deadline for receipt of tenders : 09/04/2025 10:00 +00:00
Deadline until which the tender must remain valid : 89 Day
Information about public opening :
Opening date : 09/04/2025 10:30 +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 : Møre og Romsdal tingrett

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 subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Contact point : Irene Fylling
Telephone : +4770162000
Roles of this organisation :
Buyer
Central purchasing body acquiring supplies and/or services intended for other buyers

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

11. Notice information

11.1 Notice information

Notice identifier/version : 8eb160b6-7139-430d-8782-c28244e7ad08 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 05/03/2025 01:18 +00:00
Notice dispatch date (eSender) : 05/03/2025 01:21 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00148626-2025
OJ S issue number : 46/2025
Publication date : 06/03/2025