OFA – Framework agreement for foodstuffs: Non-food and catering products

The competition is for a framework agreement for non-food and catering products as specified in Annex 4a price and product form and in accordance with the requirements stated in Part 2 Annex 1 the Contracting Authority ́s requirement specifications. The competition is for a framework agreement for non-food and catering …

CPV: 39222000 Artykuły cateringowe, 39222100 Artykuły cateringowe jednorazowe, 39222110 Sztućce i talerze jednorazowe, 39222120 Kubki jednorazowe
Termin:
18 marca 2025 11:00
Rodzaj terminu:
Złożenie oferty
Miejsce wykonania:
OFA – Framework agreement for foodstuffs: Non-food and catering products
Miejsce udzielenia zamówienia:
OFA IKS
Numer nagrody:
2/2025

1. Buyer

1.1 Buyer

Official name : OFA IKS
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : Public order and safety

2. Procedure

2.1 Procedure

Title : OFA – Framework agreement for foodstuffs: Non-food and catering products
Description : The competition is for a framework agreement for non-food and catering products as specified in Annex 4a price and product form and in accordance with the requirements stated in Part 2 Annex 1 the Contracting Authority ́s requirement specifications.
Procedure identifier : c40c3b81-8146-4b53-8875-576c2e20ec55
Internal identifier : 2/2025
Type of procedure : Open
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 39222000 Catering supplies
Additional classification ( cpv ): 39222100 Disposable catering supplies
Additional classification ( cpv ): 39222110 Disposable cutlery and plates
Additional classification ( cpv ): 39222120 Disposable cups

2.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : Agder County, Norway

2.1.3 Value

Estimated value excluding VAT : 32 000 000 Norwegian krone

2.1.4 General information

Additional information : The following Contracting Authorities participate in the agreement: Agder County, Norway Arendal municipality Birkenes municipality Bygland municipality Bykle municipality Evje og Hornnes kommune Farsund Municipality Flekkefjord municipality Froland Municipality Gjerstad municipality Grimstad municipality Hægebostad Municipality Iveland Municipality Kvinesdal municipality Lillesand municipality Lindesnes Municipality Lyngdal municipality Risør municipality Sirdal Municipality Tvedestrand municipality Valle municipality Vegårshei municipality Vennesla Municipality Åmli municipality Åseral municipality The following contracting authorities have an option to join the contract: Kristiansand municipality
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 : Have the tenderer:a) given grossly incorrect information when notifying the information required to verify that there is no basis for rejection, or of the qualification requirements being met,b) failed to provide such information,c) subject to immediately submitting the supporting documents requested by the Contracting Authority, ord) improperly affecting 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 : OFA – Framework agreement for foodstuffs: Non-food and catering products
Description : The competition is for a framework agreement for non-food and catering products as specified in Annex 4a price and product form and in accordance with the requirements stated in Part 2 Annex 1 the Contracting Authority ́s requirement specifications.
Internal identifier : 2/2025

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 39222000 Catering supplies
Additional classification ( cpv ): 39222100 Disposable catering supplies
Additional classification ( cpv ): 39222110 Disposable cutlery and plates
Additional classification ( cpv ): 39222120 Disposable cups
Options :
Description of the options : Kristiansand municipality has an option to join the agreement.

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : Agder County, Norway

5.1.3 Estimated duration

Duration : 48 Month

5.1.4 Renewal

Maximum renewals : 24
The buyer reserves the right for additional purchases from the contractor, as described here : Option for extension of 12 + 12 months.

5.1.5 Value

Estimated value excluding VAT : 32 000 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
Additional information : The following Contracting Authorities participate in the agreement: Agder County, Norway Arendal municipality Birkenes municipality Bygland municipality Bykle municipality Evje og Hornnes kommune Farsund Municipality Flekkefjord municipality Froland Municipality Gjerstad municipality Grimstad municipality Hægebostad Municipality Iveland Municipality Kvinesdal municipality Lillesand municipality Lindesnes Municipality Lyngdal municipality Risør municipality Sirdal Municipality Tvedestrand municipality Valle municipality Vegårshei municipality Vennesla Municipality Åmli municipality Åseral municipality The following contracting authorities have an option to join the contract: Kristiansand municipality

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Increase. and fine. capacity
Description : Demand: Tenderers shall have sufficient economic and financial capacity to fulfil the contract. The required financial capacity will be assessed in relation to the contract ́s value, services, risk and duration. Documentation requirement: The contracting authority will obtain a credit rating of the tenderer itself. The contracting authority reserves the right to obtain supplementary information about the tenderer's finances. Select: If a tenderer has a justifiable reason, they can document their economic and financial capacity by presenting other relevant documentation.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Tax Certificate
Description : Demand: Tenderers shall have their tax, payroll tax and VAT payments in order. Documentation requirement: The certificate must not be more than six months old. The certificate must not be more than six months from the deadline for receipt of tenders. The certificate can be obtained electronically from Altinn. See the Skatteetaten.no for further information. Foreign tenderers: Foreign tenderers must submit equivalent certificates from their own country that show that they have an arrangement for the payment of taxes and duties. If the authorities in the relevant country do not issue such certificates, the tenderer shall submit a statement which states that all taxes and duties have been paid. The declaration shall be approved and signed by the tenderer's Financial Director/ person responsible for Finance.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Org. og jur. position
Description : Demand: Tenderers shall be registered in a company register, professional register or a commerce register in the country where the tenderer is established. Documentation requirement: • 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 : Technical and professional ability
Name : Environmental management system
Description : Demand: Tenderers shall have implemented a good environmental management system. Documentation requirement: Description of the environmental management system that is implemented in the entity. If a tenderer is certified in accordance with ISO 14001, EMAS, Miljøfyrtårn or equivalent third-party verified systems, it is sufficient to enclose a copy of a valid certificate.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Quality assurance system
Description : Demand: Tenderers shall have implemented and functioning quality assurance systems. Documentation requirement: Description of the company's quality assurance system that is implemented in the company. If a tenderer is certified in accordance with ISO 9001 or equivalent third-party verified systems, it is sufficient to enclose a copy of a valid certificate.
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Non-linear model there 10 = best price Other tenders will be awarded points based on relatively deviation from the best price. Documentation requirement: Completed price form, cf. annex 4a.
Weight (percentage, exact) : 40
Criterion :
Type : Quality
Name : Environment
Description : Zero emission The contract will result in a significant transport element and the tenderer ́s ability to use zero emission vehicles or fossil free vehicles from the local storage to the Contracting Authority will be assessed and make up 50% of the criteria. Local storage means the last stop/redistribution before delivery to the Contracting Authority; be it local stores, buffer stores, distribution stores etc. "Last mile within Agder". In the evaluation, the Contracting Authority will give vehicles that the tenderer (or sub-contractor) shall use for this contract according to how climate and environmentally friendly they are. The assessment will be made on the basis of all the vehicles stated, based on fuel technology and how long the contract will be used. Environmentally labelled products Under the award criteria environment, the contracting authority will emphasise whether products, which are not listed in the requirement specifications point 3.5, are marked with the Swan Ecolabel, Blue Angel, Bra Miljøval, or EU Ecolabel. Other labelling schemes will give a lower score, if the environmental labels are assessed as less relevant or comprehensive. FSC/PEFC will give 25% profits compared to the Swan Ecolabel Equivalent labelling schemes will also be paid. Tenderers who offer other brands will have the legal responsibility to document that their environmental label can be seen as equal/equivalent with the marks specified above. When calculation of points on this criteria, the score for the individual products will be multiplied by the estimated volume stated in the price form for each individual product. The tenderer with the highest score will get an unweight score of 10 points. Other tenderers will have their score reduced out of relative deviation to the best score. Documentation requirement: Tenderers shall fill in and deliver Part II Annex 7 - List of vehicles. See the annex for further information on how environment - transport is evaluated. Tenderers shall mark the column 'Environmental Label' in Part 2 Annex 4a Price and Product Form if the offered product is environmentally labelled. The name of the marking scheme must be given, and a valid licence number must either be given, or a valid certificate/licence certificate must be enclosed. If a licence number is provided, it must be possible to apply for a licence number on the brand scheme ́s website to check that it is valid *. If a tenderer does not have the possibility to participate in the labelling scheme or an equivalent labelling scheme by the deadline, and this is not due to the tenderer itself, the contracting authority will accept alternative documentation. This may be the case where the tenderer is offering a new product, or have recently taken over sales rights for a product. If alternative documentation is given, it is the tenderer ́s responsibility to facilitate this in an educational way so that it is easy to assess whether the requirements are met. If it takes more than four hours in total to assess alternative documentation in the tender, this can lead to the relevant documentation being rejected. * Marking schemes where it is sufficient to state valid licence numbers: Svanemerket, EU Ecolabel, Bra Miljøval, FSC, PEFC. For the marking schemes Blue Angel and Green Seal, certificates/licence certificates must be enclosed as it is not possible to apply for a licence number on these marking schemes ́ website.
Weight (percentage, exact) : 30
Criterion :
Type : Quality
Name : Service and follow-up
Description : The evaluation will be carried out so that the best tender, assessed in accordance with the contracting authority ́s purchasing discretion, will be given the best score. Other tenders will be awarded a score after relative deviations from the best tenders. The Contracting Authority will evaluate, among other things, delivery ability, predictable and efficient delivery routines, as well as a well-functioning and user-friendly web shop that is simple and intuitive to use, including good search engine. Documentation requirement: Under this award criteria, A* and B requirements are evaluated in Annex 1 the Contracting Authority's requirement specification chapter 2. The tenderer ́s response to A* and B requirements in Annex 1 shall have a MAXIMUM of 4 A-4 Pages. Times New Roman, size 10, single-spaced.
Weight (percentage, exact) : 15
Criterion :
Type : Quality
Name : Product assortment and quality of product samples.
Description : The evaluation will be carried out so that the best tender, assessed in accordance with the contracting authority ́s purchasing discretion, will be given the best score. Other tenders will be awarded a score after relative deviations from the best tenders. When testing product samples presented at a tender conference, the Contracting Authority will use chefs and professionals to assess the products quality. Documentation requirement: The tenderer ́s response to A* and B requirements in Annex 1 shall have a MAXIMUM of 4 A-4 Pages. Times New Roman, size 10, single-spaced. Product samples presented at the tender conference.
Weight (percentage, exact) : 15
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

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 : Not allowed
Deadline for receipt of tenders : 18/03/2025 11:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 18/03/2025 11:05 +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 : Agder Tingrett
Organisation receiving requests to participate : OFA IKS

8. Organisations

8.1 ORG-0001

Official name : OFA IKS
Registration number : 931832336
Postal address : Kjøita 40
Town : Kristiansand
Postcode : 4630
Country : Norway
Contact point : Bjarki Steinarsson.
Telephone : +47 98997537
Roles of this organisation :
Buyer
Organisation receiving requests to participate

8.1 ORG-0002

Official name : Agder Tingrett
Registration number : 974 732 998
Town : Kristiansand
Country : Norway
Telephone : +4738176300
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : fdc9489a-698a-4a30-94c9-aacac3645c52 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 12/02/2025 12:35 +00:00
Notice dispatch date (eSender) : 12/02/2025 13:30 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00097429-2025
OJ S issue number : 31/2025
Publication date : 13/02/2025