Professional machines for laundry and institutional kitchens.

The objective of the procurement is to enter into a contract for the procurement of Professional machines for laundry and commercial kitchens. The procurement will be divided into two lots. Tenders can be submitted for one or several of the sub competitions; 1. Laundry (mop washing machine, dryer, etc.) Institutional …

CPV: 39291000 Laundry supplies, 39314000 Industrial kitchen equipment, 42000000 Industrial machinery, 42716000 Laundry washing, dry-cleaning and drying machines, 42716120 Washing machines, 42959000 Non-domestic dishwashing machines, 51500000 Installation services of machinery and equipment, 51543400 Installation services of laundry washing, dry-cleaning and drying machines
Place of execution:
Professional machines for laundry and institutional kitchens.
Awarding body:
Tromsø kommune
Award number:
24/6

1. Buyer

1.1 Buyer

Official name : Tromsø kommune
Legal type of the buyer : Regional authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Professional machines for laundry and institutional kitchens.
Description : The objective of the procurement is to enter into a contract for the procurement of Professional machines for laundry and commercial kitchens. The procurement will be divided into two lots. Tenders can be submitted for one or several of the sub competitions; 1. Laundry (mop washing machine, dryer, etc.) Institutional kitchen (steamers, combi steamers, etc.). Also includes professional white goods, such as dishwashers.
Procedure identifier : 4b61b8c4-813d-49d9-a603-5e68f43f3e52
Previous notice : 674018e8-e13f-4b37-ad5b-35cb9c7e24fb-01
Internal identifier : 24/6
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 : Supplies
Main classification ( cpv ): 42000000 Industrial machinery
Additional classification ( cpv ): 39291000 Laundry supplies
Additional classification ( cpv ): 39314000 Industrial kitchen equipment
Additional classification ( cpv ): 42716000 Laundry washing, dry-cleaning and drying machines
Additional classification ( cpv ): 42716120 Washing machines
Additional classification ( cpv ): 42959000 Non-domestic dishwashing machines
Additional classification ( cpv ): 51500000 Installation services of machinery and equipment
Additional classification ( cpv ): 51543400 Installation services of laundry washing, dry-cleaning and drying machines

2.1.2 Place of performance

Town : Tromsø
Country subdivision (NUTS) : Troms og Finnmark ( NO074 )

2.1.4 General information

Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Professional white goods
Description : The objective of the procurement is to enter into a contract for the procurement of Professional machines for laundry and commercial kitchens. The procurement will be divided into two lots. Tenders can be submitted for one or several of the sub competitions; 1. Laundry (mop washing machine, dryer, etc.) 2. Institutional kitchen (steamers, combi steamers, etc.). Also includes professional white goods, such as dishwashers.
Internal identifier : 24/6

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 42000000 Industrial machinery
Additional classification ( cpv ): 39291000 Laundry supplies
Additional classification ( cpv ): 39314000 Industrial kitchen equipment
Additional classification ( cpv ): 42716000 Laundry washing, dry-cleaning and drying machines
Additional classification ( cpv ): 42716120 Washing machines
Additional classification ( cpv ): 42959000 Non-domestic dishwashing machines
Additional classification ( cpv ): 51500000 Installation services of machinery and equipment
Additional classification ( cpv ): 51543400 Installation services of laundry washing, dry-cleaning and drying machines

5.1.2 Place of performance

Town : Tromsø
Country subdivision (NUTS) : Troms og Finnmark ( NO074 )
Additional information :

5.1.3 Estimated duration

Start date : 01/01/2025
Duration end date : 01/01/2027

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

5.1.6 General information

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

5.1.10 Award criteria

Criterion :
Type : Price
Name :
Description : No general award criteria, see "laundry" and "institutional kitchen".
Weight (points, exact) : 100
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.15 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 : Nord-Troms og Senja tingrett
Organisation signing the contract : Tromsø kommune

5.1 Lot technical ID : LOT-0002

Title : Lot 1 - Laundry
Description : Professional machines/industrial machines for the laundry.
Internal identifier : 24/6

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 42000000 Industrial machinery
Additional classification ( cpv ): 42716000 Laundry washing, dry-cleaning and drying machines
Additional classification ( cpv ): 42716120 Washing machines
Additional classification ( cpv ): 51500000 Installation services of machinery and equipment
Additional classification ( cpv ): 51543400 Installation services of laundry washing, dry-cleaning and drying machines

5.1.2 Place of performance

Town : Tromsø
Country subdivision (NUTS) : Troms og Finnmark ( NO074 )
Additional information :

5.1.3 Estimated duration

Start date : 01/01/2025
Duration end date : 01/01/2027

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

5.1.6 General information

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

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price Award Criterium
Description : See annex 3 Priskjema ark "Laundry": Tenderers shall fill in a fixed mark-up percentage within the stated product groups. In addition the tenderer shall fill in the offered product that fulfils the stated requirements - with delivery time and purchase price. Tenderers must be able to document the purchase prices at the time of the tender offer, with documentation from sub-suppliers. The contracting authority shall undertake a revision of the documentation in the evaluation phase. The tenderer with the lowest evaluation sum will get the highest score on this award criteria. Documentation requirement: Complete Annex 3 Price Form, tab "laundry". Evaluation: The price criteria will be evaluated so that the lowest price gets 50 points, while the other prices are evaluated according to the relative difference to the lowest price. Lowest price/tender sum * 50 = number of points
Weight (points, exact) : 50
Criterion :
Type : Quality
Name : Environmental Award Criterium
Description : Tromsø municipality's environmental ambitions The Contracting Authority is concerned that the framework agreement shall take care of the environment, including reducing the environmental impact of the procurement and promoting a greener shift by reducing greenhouse gas emissions. The contracting authority ́s final aim is that all deliveries to the municipality shall occur in ways that are environmentally friendly and with vehicles that reduce the environmental impact. When evaluating the environment for this procurement, the contracting authority will award tender offers based on the vehicles that will be used for the execution of this service. The tenderer shall maintain a minimum of the same share of electric vehicles during the contract period. Description of the criterion: Environmentally friendly goods delivery within municipal borders. The tenderer who offers the most environmentally friendly vehicle park, who shall be used under this contract, will get the highest score on this award criteria. This applies to goods deliveries within the municipal borders in accordance with the requirement specifications. The contractor's ability to carry out the transport is emission-free, which pays off. Therefore, the vehicle fleet that shall be used in the transport will be relevant to account for. This means, for example, that a supplier who from the start of the contract has two electric goods vans (100% emission-free) will get more points than a supplier who in addition to the two electric goods vans also has a petrol-powered goods van (2/3 emission-free delivery). The tenderer is expected, during the execution of the assignment as a minimum, to maintain an equivalent share so that the total environmental impact is not negatively affected. The contracting authority will use the following division of fuel technology: 100% electric motor Other fuel: petrol/diesel/hybrid The following conditions also give a rating in the evaluation: Emission free vehicles that are available from the start of the contract achieve the highest score. Later phasing-in of the vehicles will give less points. Points will be given for the introduction of electric vehicles implemented during the first two years of the contract. Documentation of environmentally friendly goods delivery within the municipal borders: Tenderers must fill in annex 3 - list of vehicles (environment). Tenderers must fill in the registration number in the list of vehicles and which fuel technology the vehicle uses. Tenderers must also fill in the starting date (month and year) of the vehicle in the contract period and any end date (month and year) if the vehicle shall not be used any more in the contract period. If the tenderer does not have access to registration numbers, for example if they use their own transport company (Posten, Bring, DHL, Postnord, etc.), this must be commented on in a separate route in Annex 3. The same applies where the tenderer shall phase in electric vehicles during the first 2 contract years. This must, in such cases, also be accounted for in a separate route in Annex 3. Suppliers are asked to use column I marked "comment or additional information" for this. Evaluation of the criteria environment: A maximum of 30 points can be achieved on this environment criterion. For information on the evaluation of the criteria, see sheet c "evaluation model" annex 4 - list of vehicles (environment). The scores will not be normalised.
Weight (points, exact) : 30
Criterion :
Type : Quality
Name : Quality Award Criteria
Description : The contracting authority is concerned with good quality of the delivery and the service that the tenderer shall provide. The following elements in this criterium will be evaluated: Warranty period Note that the right to claim in accordance with the law will apply regardless of which guarantee period the tenderer chooses. Documentation requirement: Tenderers shall choose below how many years guarantee they offer. Evaluation: The following points will be awarded based on the relevant answer alternatives: Warranty Time Points 10 years 20 points 9 years 18 points 8 years 16 points 7 years 14 points 6 years 12 points 5 years 10 points 4 years 8 points 3 years 6 points 2 years 4 points 1 year 2 points 0 years 0 points
Weight (points, exact) : 20
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.15 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 : Nord-Troms og Senja tingrett
Organisation signing the contract : Tromsø kommune

5.1 Lot technical ID : LOT-0003

Title : Sub-competition 2 - Institutional kitchen
Description : Professional machines/industrial machines for institutional kitchens.
Internal identifier : 24/6

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 42000000 Industrial machinery
Additional classification ( cpv ): 39314000 Industrial kitchen equipment
Additional classification ( cpv ): 42959000 Non-domestic dishwashing machines
Additional classification ( cpv ): 51500000 Installation services of machinery and equipment

5.1.2 Place of performance

Town : Tromsø
Country subdivision (NUTS) : Troms og Finnmark ( NO074 )
Additional information :

5.1.3 Estimated duration

Start date : 01/01/2025
Duration end date : 01/01/2027

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

5.1.6 General information

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

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price Award Criterium
Description : See annex 3 Priskjema ark "Storkjøkken": Tenderers shall fill in a fixed mark-up percentage within the stated product groups. In addition the tenderer shall fill in the offered product that fulfils the stated requirements - with delivery time and purchase price. Furthermore, the tenderer shall state the price of 5 year service agreements within the stated product groups. Tenderers must be able to document the purchase prices at the time of the tender offer, with documentation from sub-suppliers. The contracting authority shall undertake a revision of the documentation in the evaluation phase. The tenderer with the lowest evaluation sum will get the highest score on this award criteria. Documentation requirement: Complete Annex 3 Price Form, tab "Institutional Kitchen". Evaluation: The price criteria will be evaluated so that the lowest price gets 50 points, while the other prices are evaluated according to the relative difference to the lowest price. Lowest price/tender sum * 50 = number of points
Weight (points, exact) : 50
Criterion :
Type : Quality
Name : Environmental Award Criterium
Description : Tromsø municipality's environmental ambitions The Contracting Authority is concerned that the framework agreement shall take care of the environment, including reducing the environmental impact of the procurement and promoting a greener shift by reducing greenhouse gas emissions. The contracting authority ́s final aim is that all deliveries to the municipality shall occur in ways that are environmentally friendly and with vehicles that reduce the environmental impact. When evaluating the environment for this procurement, the contracting authority will award tender offers based on the vehicles that will be used for the execution of this service. The tenderer shall maintain a minimum of the same share of electric vehicles during the contract period. Description of the criterion: Environmentally friendly goods delivery within municipal borders. The tenderer who offers the most environmentally friendly vehicle park, who shall be used under this contract, will get the highest score on this award criteria. This applies to goods deliveries within the municipal borders in accordance with the requirement specifications. The contractor's ability to carry out the transport is emission-free, which pays off. Therefore, the vehicle fleet that shall be used in the transport will be relevant to account for. This means, for example, that a supplier who from the start of the contract has two electric goods vans (100% emission-free) will get more points than a supplier who in addition to the two electric goods vans also has a petrol-powered goods van (2/3 emission-free delivery). The tenderer is expected, during the execution of the assignment as a minimum, to maintain an equivalent share so that the total environmental impact is not negatively affected. The contracting authority will use the following division of fuel technology: 100% electric motor Other fuel: petrol/diesel/hybrid The following conditions also give a rating in the evaluation: Emission free vehicles that are available from the start of the contract achieve the highest score. Later phasing-in of the vehicles will give less points. Points will be given for the introduction of electric vehicles implemented during the first two years of the contract. Documentation of environmentally friendly goods delivery within the municipal borders: Tenderers must fill in annex 3 - list of vehicles (environment). Tenderers must fill in the registration number in the list of vehicles and which fuel technology the vehicle uses. Tenderers must also fill in the starting date (month and year) of the vehicle in the contract period and any end date (month and year) if the vehicle shall not be used any more in the contract period. If the tenderer does not have access to registration numbers, for example if they use their own transport company (Posten, Bring, DHL, Postnord, etc.), this must be commented on in a separate route in Annex 3. The same applies where the tenderer shall phase in electric vehicles during the first 2 contract years. This must, in such cases, also be accounted for in a separate route in Annex 3. Suppliers are asked to use column I marked "comment or additional information" for this. Evaluation of the criteria environment: A maximum of 30 points can be achieved on this environment criterion. For information on the evaluation of the criteria, see sheet c "evaluation model" annex 4 - list of vehicles (environment). The scores will not be normalised.
Weight (points, exact) : 30
Criterion :
Type : Quality
Name : Quality Award Criteria
Description : The contracting authority is concerned with good quality of the delivery and the service that the tenderer shall provide. The following elements in this criterium will be evaluated: Warranty period Note that the right to claim in accordance with the law will apply regardless of which guarantee period the tenderer chooses. Documentation requirement: Tenderers shall choose below how many years guarantee they offer. Warranty Time Points 10 years 20 points 9 years 18 points 8 years 16 points 7 years 14 points 6 years 12 points 5 years 10 points 4 years 8 points 3 years 6 points 2 years 4 points 1 year 2 points 0 years 0 points
Weight (points, exact) : 20
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.15 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 : Nord-Troms og Senja tingrett
Organisation signing the contract : Tromsø kommune

6. Results

Value of all contracts awarded in this notice : 5 000 000 Norwegian krone

6.1 Result lot ldentifier : LOT-0001

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : Tor Sebergsen AS
Tender :
Tender identifier : Tilbud delkonkurranse 1 - vaskeri
Identifier of lot or group of lots : LOT-0001
Subcontracting value is known : no
Subcontracting percentage is known : no
Contract information :
Identifier of the contract : 24/165
Title : Professional white goods - Tor Sebergsen AS
Date on which the winner was chosen : 20/12/2024
The contract is awarded within a framework agreement : no
Organisation signing the contract : Tromsø kommune
Winner :
Official name : METOS AS
Tender :
Tender identifier : Metos stokjøkken og vaskeri
Identifier of lot or group of lots : LOT-0001
Subcontracting value is known : no
Subcontracting percentage is known : no
Contract information :
Identifier of the contract : 24/166 (se storkjøkken)
Title : Professional white goods -METOS AS
Date on which the winner was chosen : 20/12/2024
The contract is awarded within a framework agreement : no
Organisation signing the contract : Tromsø kommune

6.1.3 Non-winning tenderers :

Tenderer :
Official name : Lindrup Martinsen AS

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 3

6.1 Result lot ldentifier : LOT-0002

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : Tor Sebergsen AS
Tender :
Tender identifier : Tilbud delkonkurranse 1 - vaskeri
Identifier of lot or group of lots : LOT-0002
Subcontracting value is known : no
Subcontracting percentage is known : no
Contract information :
Identifier of the contract : 24/165
Title : Lot 1 - Laundry-Tor Sebergsen AS
Date on which the winner was chosen : 20/12/2024
The contract is awarded within a framework agreement : no
Organisation signing the contract : Tromsø kommune
Winner :
Official name : METOS AS
Tender :
Tender identifier : Metos stokjøkken og vaskeri
Identifier of lot or group of lots : LOT-0002
Subcontracting value is known : no
Subcontracting percentage is known : no
Contract information :
Identifier of the contract : 24/166
Title : Lot 1 - Laundry-METOS AS
Date on which the winner was chosen : 20/12/2024
The contract is awarded within a framework agreement : no
Organisation signing the contract : Tromsø kommune

6.1.3 Non-winning tenderers :

Tenderer :
Official name : Lindrup Martinsen AS

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 3

6.1 Result lot ldentifier : LOT-0003

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : METOS AS
Tender :
Tender identifier : Metos stokjøkken og vaskeri
Identifier of lot or group of lots : LOT-0003
Subcontracting value is known : no
Subcontracting percentage is known : no
Contract information :
Identifier of the contract : 24/166
Title : Sub competition 2 - Storkjøkken-METOS AS
Date on which the winner was chosen : 20/12/2024
The contract is awarded within a framework agreement : no
Organisation signing the contract : Tromsø kommune

6.1.3 Non-winning tenderers :

Tenderer :
Official name : Tor Sebergsen AS
Tenderer :
Official name : Lindrup Martinsen AS

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 2

8. Organisations

8.1 ORG-0001

Official name : Tromsø kommune
Registration number : 940 101 808
Department : Seksjon for anskaffelser
Postal address : Rådhuset, Postboks 6900 Langnes
Town : Tromsø
Postcode : 9299
Country : Norway
Contact point : Regine Forså
Telephone : +47 77 79 00 00
Roles of this organisation :
Buyer
Organisation signing the contract

8.1 ORG-0002

Official name : Nord-Troms og Senja tingrett
Registration number : 926 723 022
Postal address : Postboks 2510
Town : Tromsø
Postcode : 9270
Country subdivision (NUTS) : Troms og Finnmark ( NO074 )
Country : Norway
Telephone : 77 60 34 00
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Tor Sebergsen AS
Registration number : 938255865
Department : Salg
Postal address : Terminalgata 52
Town : Tromsø
Postcode : 9019
Country : Norway
Contact point : Rolf Sebergsen
Telephone : +47 77 67 00 63
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001 LOT-0002

8.1 ORG-0004

Official name : Lindrup Martinsen AS
Registration number : 980915964
Department : Glass og porselen
Postal address : Pb. 238
Town : Tromsø
Postcode : 9253
Country : Norway
Contact point : Ragnhild Storbakk Sigurdsen
Telephone : +47 77603700
Roles of this organisation :
Tenderer

8.1 ORG-0005

Official name : METOS AS
Registration number : 938454213
Department : Kalkulasjon
Postal address : Rosenholmvn. 4A
Town : OSLO
Postcode : 1252
Country : Norway
Contact point : Siv Heidi Aanerud
Telephone : +4791132758
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001 LOT-0002 LOT-0003

11. Notice information

11.1 Notice information

Notice identifier/version : 3f6652a1-2a68-4913-8080-cc84dfa277cc - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 24/01/2025 11:02 +00:00
Notice dispatch date (eSender) : 24/01/2025 11:16 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00055424-2025
OJ S issue number : 18/2025
Publication date : 27/01/2025