Procurement - Hire of water dispensers, 2025

The Contracting Authority needs an easy way to offer visitors and their own employees cold, carbonated and hot water. The delivery includes the hire of water dispensers including full technical service, guarantee and procurement and delivery of carbon dioxide and other consumables with stable operation over time. It shall be …

CPV: 72410000 Provider services, 37414700 Drink coolers, 41110000 Drinking water, 42910000 Distilling, filtering or rectifying apparatus, 42912130 Apparatus for filtering or purifying beverages, 42912310 Water filtration apparatus, 42968000 Dispensers, 42968100 Drinks dispensers, 55400000 Beverage-serving services, 65111000 Drinking-water distribution
Deadline:
April 7, 2025, 10 a.m.
Deadline type:
Submitting a bid
Place of execution:
Procurement - Hire of water dispensers, 2025
Awarding body:
Ålesund kommune
Award number:
25/2131

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 water dispensers, 2025
Description : The Contracting Authority needs an easy way to offer visitors and their own employees cold, carbonated and hot water. The delivery includes the hire of water dispensers including full technical service, guarantee and procurement and delivery of carbon dioxide 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. A selection of water dispensers with different functionalities will be required due to different consumption patterns in different entities and user places.
Procedure identifier : 8b9c0570-10be-413f-929e-d15f11445d68
Internal identifier : 25/2131
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Services
Additional nature of the contract : Supplies
Main classification ( cpv ): 72410000 Provider services
Additional classification ( cpv ): 37414700 Drink coolers
Additional classification ( cpv ): 41110000 Drinking water
Additional classification ( cpv ): 42910000 Distilling, filtering or rectifying apparatus
Additional classification ( cpv ): 42912130 Apparatus for filtering or purifying beverages
Additional classification ( cpv ): 42912310 Water filtration apparatus
Additional classification ( cpv ): 42968000 Dispensers
Additional classification ( cpv ): 42968100 Drinks dispensers
Additional classification ( cpv ): 55400000 Beverage-serving services
Additional classification ( cpv ): 65111000 Drinking-water distribution

2.1.2 Place of performance

Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Additional information : Participants are 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 : 7 000 000 Norwegian krone
Maximum value of the framework agreement : 6 500 000 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 : 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-0000

Title : Procurement - Hire of water dispensers, 2025
Description : The Contracting Authority needs an easy way to offer visitors and their own employees cold, carbonated and hot water. The delivery includes the hire of water dispensers including full technical service, guarantee and procurement and delivery of carbon dioxide 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. A selection of water dispensers with different functionalities will be required due to different consumption patterns in different entities and user places.
Internal identifier : 25/2131

5.1.1 Purpose

Main nature of the contract : Services
Additional nature of the contract : Supplies
Main classification ( cpv ): 72410000 Provider services
Additional classification ( cpv ): 37414700 Drink coolers
Additional classification ( cpv ): 41110000 Drinking water
Additional classification ( cpv ): 42910000 Distilling, filtering or rectifying apparatus
Additional classification ( cpv ): 42912130 Apparatus for filtering or purifying beverages
Additional classification ( cpv ): 42912310 Water filtration apparatus
Additional classification ( cpv ): 42968000 Dispensers
Additional classification ( cpv ): 42968100 Drinks dispensers
Additional classification ( cpv ): 55400000 Beverage-serving services
Additional classification ( cpv ): 65111000 Drinking-water distribution
Options :
Description of the options : Option: Water dispenser P Some locations want the possibility of extracting cold water from water coolers that are not connected to the water pipe network, but where users at the contracting authority themselves fill up containers with tap water. The contracting authority requests this as an option and water dispenser P is not subject to evaluation. It is voluntary for the tenderer to offer this option and if the tenderer cannot offer it, this will not be seen as a significant deviation and will not lead to the tender being rejected.

5.1.2 Place of performance

Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Additional information : Participants are 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 : The duration of the agreement is 2 years from the start date of the agreement, with the possibility for the client to extend the agreement for 1 + 1 years.

5.1.5 Value

Estimated value excluding VAT : 7 000 000 Norwegian krone
Maximum value of the framework agreement : 6 500 000 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 : 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 : Economic and financial standing
Name : Payment of tax, VAT and other public duties.
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 order this in Altinn on behalf of their company. When ordering it is important that Ålesund municipality is stated as a copy recipient, so that the contracting authority gets a copy of the certificate directly from Altinn. Read about the certificate here: https://www.skatteetaten.no/skjema/opplysninger-om-skatt-og-avgift/
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
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Experience requirements
Description : The tenderer, or employees at the tenderer are required to have experience from at least two equivalent assignments during the last three years. Equivalent assignments means a total delivery, in which tenderers offer the delivery of water dispensers for hire (with full service and guarantee), with the delivery of consumables in addition, with a value of minimum NOK 1,000,000 excluding VAT per contract Documentation Requirement: Completed annex "Tenderer's experience", or another document with equivalent information (max. 2 A4 pages).
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Environmental management system
Description : Tenderers shall have a good and well-functioning environmental management system, based on ISO 14001, Miljøfyrtårn, EMAS or equivalent, which is third-party certified by an accredited certification body.
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 water dispensers including service and maintenance" will be weighted 80% of this award criteria. Flexible degree of service, full technical service, maintenance and guarantee shall be included during the entire contract period. • The sub-criterion "Price for ingredients/consumables" is weighted 20% of this award criteria.
Weight (percentage, exact) : 30
Criterion :
Type : Quality
Name : Quality
Description : The award criteria consists of 3 (three) sub-criteria: • The sub-criterion User friendliness and functionality is weighted 25 % of this award criteria. • The sub-criterion Technical quality is weighted 40% of this award criteria. • The sub-criteria Service is weighted 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 : 30/03/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=47815

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
Variants : Not allowed
Tenderers may submit more than one tender : Allowed
Deadline for receipt of tenders : 07/04/2025 10:00 +00:00
Deadline until which the tender must remain valid : 89 Day
Information about public opening :
Opening date : 07/04/2025 11:00 +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 :
Framework agreement, without reopening of competition
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
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed : Møre og Romsdal tingrett
Organisation providing additional information about the procurement procedure : Ålesund kommune
Organisation providing offline access to the procurement documents : Ålesund kommune
Organisation receiving requests to participate : Ålesund kommune
Organisation processing tenders : Ålesund kommune

8. Organisations

8.1 ORG-0001

Official name : Ålesund kommune
Registration number : 929911709
Department : Innkjøp
Postal address : Keiser Wilhelms gate 11
Town : Ålesund
Postcode : 6003
Country : Norway
Contact point : Irene Fylling
Telephone : +4770162000
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders

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
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed

11. Notice information

11.1 Notice information

Notice identifier/version : e2b2b74e-fea0-4972-aaa9-eb5f3532d02d - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 03/03/2025 15:08 +00:00
Notice dispatch date (eSender) : 03/03/2025 15:08 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00144888-2025
OJ S issue number : 45/2025
Publication date : 05/03/2025