Framework agreement for the hire and purchase of coffee machines and water coolers.

Framework agreement for the hire and procurement of coffee machines and water coolers with the accompanying products for Akershus, Buskerud and Østfold counties. This agreement includes the following participants: Akershus County* (afk.no) Buskerud County* (bfk.no) Østfold County* (ofk.no) FRID IKS Pension fund for Akershus, Buskerud and Østfold counties. *The county …

CPV: 42968100 Distribuidores de bebidas, 03131100 Café en grano, 15000000 Alimentos, bebidas, tabaco y productos afines, 15840000 Cacao; chocolate y productos de confitería, 15860000 Café, té y productos conexos, 15861000 Café, 39000000 Mobiliario (incluido el de oficina), complementos de mobiliario, aparatos electrodomésticos (excluida la iluminación) y productos de limpieza, 39711000 Aparatos electrodomésticos destinados a los alimentos, 39711310 Cafeteras eléctricas, 42968000 Distribuidores, 44613500 Contenedores para agua
Plazo:
31 de marzo de 2025 a las 10:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
Framework agreement for the hire and purchase of coffee machines and water coolers.
Organismo adjudicador:
Anskaffelser i Akershus, Buskerud og Østfold KO
Número de premio:
2024/19727

1. Buyer

1.1 Buyer

Official name : Anskaffelser i Akershus, Buskerud og Østfold KO
Legal type of the buyer : Regional authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Framework agreement for the hire and purchase of coffee machines and water coolers.
Description : Framework agreement for the hire and procurement of coffee machines and water coolers with the accompanying products for Akershus, Buskerud and Østfold counties. This agreement includes the following participants: Akershus County* (afk.no)  Buskerud County* (bfk.no) Østfold County* (ofk.no) FRID IKS Pension fund for Akershus, Buskerud and Østfold counties. *The county includes all entities and municipal task partnerships under the county ́s organisation number
Procedure identifier : 2a48871f-7146-4c6b-9cd8-ccea866715f8
Internal identifier : 2024/19727
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 ): 42968100 Drinks dispensers
Additional classification ( cpv ): 03131100 Coffee beans
Additional classification ( cpv ): 15000000 Food, beverages, tobacco and related products
Additional classification ( cpv ): 15840000 Cocoa; chocolate and sugar confectionery
Additional classification ( cpv ): 15860000 Coffee, tea and related products
Additional classification ( cpv ): 15861000 Coffee
Additional classification ( cpv ): 39000000 Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
Additional classification ( cpv ): 39711000 Electrical domestic appliances for use with foodstuffs
Additional classification ( cpv ): 39711310 Electric coffee makers
Additional classification ( cpv ): 42968000 Dispensers
Additional classification ( cpv ): 44613500 Water containers

2.1.2 Place of performance

Country subdivision (NUTS) : Viken ( NO082 )

2.1.3 Value

Estimated value excluding VAT : 21 400 000 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-0001

Title : Sub competition 2: Water coolers
Description : Anska invites tenderers to a competition for a framework agreement for the hire and purchase of coffee machines and water coolers as well as accompanying products. The agreement shall, in addition to the hire/procurement of machines, cover the operation, maintenance and supplements of consumables. The agreement shall cover the guarantee for purchased machines.
Internal identifier : 2024/19727

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 42968100 Drinks dispensers
Additional classification ( cpv ): 39711000 Electrical domestic appliances for use with foodstuffs
Additional classification ( cpv ): 44613500 Water containers

5.1.2 Place of performance

Country subdivision (NUTS) : Viken ( NO082 )
Additional information :

5.1.3 Estimated duration

Duration : 3 Year

5.1.4 Renewal

Maximum renewals : 1
The buyer reserves the right for additional purchases from the contractor, as described here : 1 by 1

5.1.5 Value

Estimated value excluding VAT : 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 : Economic and financial capacity
Description : The tenderer must have sufficient economic and financial capacity to carry out the assignment/contract.
Use of this criterion : Used
Criterion :
Type : Other
Name : The tenderer fulfils the stated qualification requirements:
Description : All the qualification requirements specified in the document are fulfilled.
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 : Suitability to pursue the professional activity
Name : Tax Certificate
Description : Tenderers shall have their tax and VAT payments in order.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : The tenderer ́s registration, authorisation etc./ the tenderer ́s organisational and legal position.
Description : Tenderers shall be registered in a company register, professional register or a trade register in the member country where the tenderer is established.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Technical and professional qualifications
Description : Tenderers ought to have experience from a minimum of 2 relevant assignments of equivalent scope.
Use of this criterion : Used

5.1.11 Procurement documents

Deadline for requesting additional information : 18/03/2025 23:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=46744

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 : 31/03/2025 10:00 +00:00
Deadline until which the tender must remain valid : 89 Day
Information about public opening :
Opening date : 31/03/2025 10:01 +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 : Buskerud tingrett

5.1 Lot technical ID : LOT-0002

Title : Sub competition 1: Coffee machines
Description : Anska invites tenderers to a competition for a framework agreement for the hire and purchase of coffee machines and water coolers as well as accompanying products. The agreement shall, in addition to the hire/procurement of machines, cover the operation, maintenance and supplements of consumables. The agreement shall cover the guarantee for purchased machines.
Internal identifier : 2024/19727

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 42968100 Drinks dispensers
Additional classification ( cpv ): 03131100 Coffee beans
Additional classification ( cpv ): 15000000 Food, beverages, tobacco and related products
Additional classification ( cpv ): 15840000 Cocoa; chocolate and sugar confectionery
Additional classification ( cpv ): 15860000 Coffee, tea and related products
Additional classification ( cpv ): 15861000 Coffee
Additional classification ( cpv ): 39711000 Electrical domestic appliances for use with foodstuffs
Additional classification ( cpv ): 39711310 Electric coffee makers

5.1.2 Place of performance

Country subdivision (NUTS) : Viken ( NO082 )
Additional information :

5.1.3 Estimated duration

Duration : 3 Year

5.1.4 Renewal

Maximum renewals : 1
The buyer reserves the right for additional purchases from the contractor, as described here : 1 by 1

5.1.5 Value

Estimated value excluding VAT : 14 900 000 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 : Economic and financial capacity
Description : The tenderer must have sufficient economic and financial capacity to carry out the assignment/contract.
Use of this criterion : Used
Criterion :
Type : Other
Name : The tenderer fulfils the stated qualification requirements:
Description : All the qualification requirements specified in the document are fulfilled.
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 : Suitability to pursue the professional activity
Name : Tax Certificate
Description : Tenderers shall have their tax and VAT payments in order.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : The tenderer ́s registration, authorisation etc./ the tenderer ́s organisational and legal position.
Description : Tenderers shall be registered in a company register, professional register or a trade register in the member country where the tenderer is established.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Technical and professional qualifications
Description : Tenderers ought to have experience from a minimum of 2 relevant assignments of equivalent scope.
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Quality
Name : Environment
Description : According to the Public Procurement Regulations § 7-9, the contracting authority is, as a starting point, obliged to weight climate and environmental considerations with a minimum of thirty percent. The contracting authority can replace climate and environmental considerations in the award criteria with climate and environmental requirements in the requirement specification, if it is clear that this gives better climate and environmental effect. There are no award criteria for environment in sub-contract 1: Coffee machines. Instead there are requirements for ecologically recommended assortment of coffee beans, consumables containing palm oil/palm fat and/or soy shall be free of deforestation of tropical forests and requirements for environmentally certified coffee services during the agreement period (within 18 months after signing the contract.) We consider it likely that we ensure a better climate and environmental impact by setting requirements for the coffee service to be certified with an environmental label type 1 than through the use of award criteria. If the award criteria are used, 30 percent weighting of environmental labelling type 1 risks that price will be decisive in the competition, and therefore the service that safeguards climate and environment in the best possible way will not be ended up. By requiring the service to be certified with the Swan Ecolabel or an equivalent environmental label type 1, we ensure that central climate and environmental considerations in the implementation of the agreement are safeguarded. This is because labelling schemes have many underlying requirements that i.a. ensure: • use of energy efficient machines • repairs and reuse of parts and coffee machines as a measure for more circular economy. • regular maintenance and service that prolongs the lifetime of the machines • energy and climate efficient transport of raw products and coffee machines. Cleaning and cleaning of coffee machines with chemicals that meet strict requirements for environmental and health damaging substances. Furthermore, we consider it likely that by setting requirements for Swan Labelling during the first 18 months of the agreement, the requirement will potentially affect the agreement and a positive effect on the industry as suppliers are given an incentive to apply and maintain certification.
Weight (points, exact) : 0
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 : 18/03/2025 23:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=46744

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 : 31/03/2025 10:00 +00:00
Deadline until which the tender must remain valid : 89 Day
Information about public opening :
Opening date : 31/03/2025 10:01 +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 : Buskerud tingrett

8. Organisations

8.1 ORG-0001

Official name : Anskaffelser i Akershus, Buskerud og Østfold KO
Registration number : 932593688
Department : Anskaffelser
Postal address : Hauges gate 89
Town : Drammen
Postcode : 3019
Country : Norway
Contact point : Ingvild Sofie Mostad
Telephone : +4740898562
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Buskerud tingrett
Registration number : 826726342
Postal address : Postboks 1066 Bragernes
Town : Drammen
Postcode : 3001
Country subdivision (NUTS) : Viken ( NO082 )
Country : Norway
Telephone : 32 21 16 00
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : a9a8f255-9d1d-4c0c-a182-947abd9bff3b - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 24/02/2025 13:50 +00:00
Notice dispatch date (eSender) : 24/02/2025 13:50 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00129411-2025
OJ S issue number : 40/2025
Publication date : 26/02/2025