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 Zařízení a vybavení pro pohostinství, 39222100 Zařízení pro pohostinství na jedno použití, 39222110 Příbory a talíře na jedno použití, 39222120 Pohárky na jedno použití
Místo provedení:
OFA – Framework agreement for foodstuffs: Non-food and catering products
Misto zadání:
OFA IKS
Číslo zakázky:
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
Previous notice : fdc9489a-698a-4a30-94c9-aacac3645c52-01
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

Call for competition is terminated
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

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

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

5.1.10 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 :

5.1.15 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 : Agder Tingrett

6. Results

Value of all contracts awarded in this notice : 32 000 000 Norwegian krone

6.1 Result lot ldentifier : LOT-0000

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : ASKO AGDER AS
Tender :
Tender identifier : OFA- Rammeavtale næringsmidler: Non-food og catering produkter - ASKO AGDER AS
Identifier of lot or group of lots : LOT-0000
Subcontracting value is known : no
Subcontracting percentage is known : no
Contract information :
Identifier of the contract : OFA- Rammeavtale næringsmidler: Non-food og catering produkter - ASKO AGDER AS
The contract is awarded within a framework agreement : no

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

8. Organisations

8.1 ORG-0001

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

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

8.1 ORG-0003

Official name : ASKO AGDER AS
Registration number : 913 117 883
Postal address : Vestre Kystvei 191
Town : Lillesand
Postcode : 4790
Country : Norway
Telephone : +47 90191606
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0000

11. Notice information

11.1 Notice information

Notice identifier/version : 9e5c0ea7-929e-4af2-bf6e-b28164c4373c - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 28/04/2025 09:52 +00:00
Notice dispatch date (eSender) : 28/04/2025 10:12 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00276302-2025
OJ S issue number : 83/2025
Publication date : 29/04/2025