Groceries to small units

Nittedal municipality invites tenderers to an open tender contest for the purchase of groceries to small units with limited storage space, a need for small orders and quick delivery, or an option for in-store purchases. This applies, among other things, to nurseries, schools, welfare units, administration etc. Although it is …

CPV: 15100000 Productos de origen animal, carne y productos cárnicos, 03142500 Huevos, 03200000 Cereales, patatas, hortalizas, frutas y frutos de cáscara, 15130000 Productos cárnicos, 15250000 Mariscos, 15300000 Frutas, legumbres y hortalizas y productos conexos, 15321000 Zumos de frutas, 15332200 Compotas y mermeladas; jaleas de fruta; purés y pastas de fruta o de frutos de cáscara, 15500000 Productos lácteos, 15510000 Leche y nata (crema), 15810000 Productos de panificación, pasteles y productos de pastelería frescos, 15821000 Productos de pan tostado y de pastelería, 15840000 Cacao; chocolate y productos de confitería, 15842200 Productos a base de chocolate, 15890000 Productos alimenticios diversos y alimentos secos, 15981000 Agua mineral
Plazo:
18 de marzo de 2025 a las 11:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
Groceries to small units
Organismo adjudicador:
Nittedal Kommune
Número de premio:
25/00503

1. Buyer

1.1 Buyer

Official name : Nittedal Kommune
Legal type of the buyer : Regional authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Nittedal 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 : Groceries to small units
Description : Nittedal municipality invites tenderers to an open tender contest for the purchase of groceries to small units with limited storage space, a need for small orders and quick delivery, or an option for in-store purchases. This applies, among other things, to nurseries, schools, welfare units, administration etc. Although it is mainly nurseries and schools that will use the agreement, other units will also use it as needed.
Procedure identifier : 646169c4-0081-47e7-8eba-8d42032bd358
Internal identifier : 25/00503
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 ): 15100000 Animal products, meat and meat products
Additional classification ( cpv ): 03142500 Eggs
Additional classification ( cpv ): 03200000 Cereals, potatoes, vegetables, fruits and nuts
Additional classification ( cpv ): 15130000 Meat products
Additional classification ( cpv ): 15250000 Seafood
Additional classification ( cpv ): 15300000 Fruit, vegetables and related products
Additional classification ( cpv ): 15321000 Fruit juices
Additional classification ( cpv ): 15332200 Jams and marmalades; fruit jellies; fruit or nut purée and pastes
Additional classification ( cpv ): 15500000 Dairy products
Additional classification ( cpv ): 15510000 Milk and cream
Additional classification ( cpv ): 15810000 Bread products, fresh pastry goods and cakes
Additional classification ( cpv ): 15821000 Toasted bread products and pastry goods
Additional classification ( cpv ): 15840000 Cocoa; chocolate and sugar confectionery
Additional classification ( cpv ): 15842200 Chocolate products
Additional classification ( cpv ): 15890000 Miscellaneous food products and dried goods
Additional classification ( cpv ): 15981000 Mineral water

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

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 : Groceries to small units
Description : Nittedal municipality invites tenderers to an open tender contest for the purchase of groceries to small units with limited storage space, a need for small orders and quick delivery, or an option for in-store purchases. This applies, among other things, to nurseries, schools, welfare units, administration etc. Although it is mainly nurseries and schools that will use the agreement, other units will also use it as needed.
Internal identifier : 25/00503

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 15100000 Animal products, meat and meat products
Additional classification ( cpv ): 03142500 Eggs
Additional classification ( cpv ): 03200000 Cereals, potatoes, vegetables, fruits and nuts
Additional classification ( cpv ): 15130000 Meat products
Additional classification ( cpv ): 15250000 Seafood
Additional classification ( cpv ): 15300000 Fruit, vegetables and related products
Additional classification ( cpv ): 15321000 Fruit juices
Additional classification ( cpv ): 15332200 Jams and marmalades; fruit jellies; fruit or nut purée and pastes
Additional classification ( cpv ): 15500000 Dairy products
Additional classification ( cpv ): 15510000 Milk and cream
Additional classification ( cpv ): 15810000 Bread products, fresh pastry goods and cakes
Additional classification ( cpv ): 15821000 Toasted bread products and pastry goods
Additional classification ( cpv ): 15840000 Cocoa; chocolate and sugar confectionery
Additional classification ( cpv ): 15842200 Chocolate products
Additional classification ( cpv ): 15890000 Miscellaneous food products and dried goods
Additional classification ( cpv ): 15981000 Mineral water

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 2 Year

5.1.4 Renewal

Maximum renewals : 2

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 : Financial qualification requirements
Description : The tenderer must have the financial capacity to carry out the assignment. This is to be confirmed by ticking the ESPD form part IV section a (small a). The chosen tenderer will be asked to present a credit rating, not older than 3 months, as documentation of this. If a tenderer, due to valid reasons, cannot submit the documentation requested by the contracting authority, he can prove his economic and financial position with any other document accepted by the Contracting Authority.
Use of this criterion : Used
Criterion :
Type : Other
Name : The tenderer fulfils the stated qualification requirements:
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Organisational and legal requirements
Description : Tenderers shall be registered in a company register or professional register, or a commerce register in the country where the tenderer is established. Norwegian companies: Company Registration Certificate Foreign companies: Verification that the tenderer is registered in a company register, professional register or a commerce register in the country where the tenderer is established.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Tax and VAT certificates
Description : Tenderers shall have their tax and VAT payments in order. This is to be confirmed by ticking the ESPD form part IV section a (small a). The chosen tenderer must document this by presenting a tax certificate that is not older than 6 months.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Quality assurance and environmental management standards.
Description : • A good and well-functioning quality management system is required for the services that shall be provided. • A good and well-functioning environmental management system is required. • If the tenderer is not currently environmentally certified through one of the official environmental certification schemes, the tenderer shall ensure this within one/two years of signing the contract. Both of the requirements can be confirmed by ticking in the ESPD form part IV section a (small a). The chosen tenderer shall give an account of the tenderer ́s quality management system and environmental management system. Alternatively copies of the system certificate issued by accredited certification bodies or equivalent documentation can be submitted.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Use of this criterion : Not used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description :
Weight (percentage, exact) : 70
Criterion :
Type : Quality
Name : Environment
Description :
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

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 09/03/2025 23:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=45965

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 : 18/03/2025 11:00 +00:00
Deadline until which the tender must remain valid : 72 Day
Information about public opening :
Opening date : 18/03/2025 11:30 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : Not yet known
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 : Romerike og Glåmdal tingrett
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed : Romerike og Glåmdal tingrett
Organisation providing information concerning the general regulatory framework for environmental protection applicable in the place where the contract is to be performed : Romerike og Glåmdal tingrett
Organisation providing information concerning the general regulatory framework for employment protection and working conditions applicable in the place where the contract is to be performed : Romerike og Glåmdal tingrett
Organisation providing additional information about the procurement procedure : Nittedal Kommune
Organisation providing offline access to the procurement documents : Nittedal Kommune

8. Organisations

8.1 ORG-0001

Official name : Nittedal Kommune
Registration number : 971195266
Department : Økonomi
Postal address : Rådhusveien 1
Town : Nittedal
Postcode : 1482
Country : Norway
Contact point : Daria Buromska
Telephone : 67 05 90 00
Roles of this organisation :
Buyer
Group leader
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents

8.1 ORG-0002

Official name : Romerike og Glåmdal tingrett
Registration number : 926 723 863
Postal address : Postboks 393
Town : Lillestrøm
Postcode : 2001
Country subdivision (NUTS) : Viken ( NO082 )
Country : Norway
Telephone : 61 99 22 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
Organisation providing information concerning the general regulatory framework for environmental protection applicable in the place where the contract is to be performed
Organisation providing information concerning the general regulatory framework for employment protection and working conditions applicable in the place where the contract is to be performed

8.1 ORG-0003

Official name : Nittedal Kommune
Registration number : 971643870
Postal address : Rådhusveien 1
Town : NITTEDAL
Postcode : 1482
Country : Norway
Contact point : Daria Buromska
Telephone : 90102315
Roles of this organisation :
Buyer

11. Notice information

11.1 Notice information

Notice identifier/version : 7b5a6885-8314-40ff-9e99-504ea5d1a5d9 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 14/02/2025 14:01 +00:00
Notice dispatch date (eSender) : 14/02/2025 14:09 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00107823-2025
OJ S issue number : 34/2025
Publication date : 18/02/2025