Framework agreement for the hire of coffee machines and water dispensers.

The aim of this procurement is to enter into a framework agreement for the hire of coffee machines and water dispensers. The contract shall also include the procurement of the accompanying consumables, as well as service agreements. The aim of this procurement is to enter into a framework agreement for …

CPV: 03131100 Kaffebønner, 15000000 Fødevarer, drikkevarer, tobak og beslægtede produkter, 15840000 Kakao; chokolade- og sukkervarer, 15860000 Kaffe, te og hermed beslægtede produkter, 31000000 Elektriske maskiner, apparatur, udstyr og forbrugsartikler; belysning, 39000000 Inventar (inkl. kontorinventar), boligudstyr, husholdningsapparater (ekskl. belysning) og rengøringsmidler, 39700000 Husholdningsapparater, 39710000 Elektriske husholdningsapparater, 39711000 Elektriske husholdningsapparater til tilberedning af fødevarer, 39711300 Elektrotermiske apparater, 39711310 Elektriske kaffemaskiner, 98300000 Diverse tjenesteydelser
Henrettelsessted:
Framework agreement for the hire of coffee machines and water dispensers.
Tildelende organ:
Norges Handelshøyskole
Tildelingsnummer:
25/03147

1. Buyer

1.1 Buyer

Official name : Norges Handelshøyskole
Legal type of the buyer : Public undertaking
Activity of the contracting authority : Education

2. Procedure

2.1 Procedure

Title : Framework agreement for the hire of coffee machines and water dispensers.
Description : The aim of this procurement is to enter into a framework agreement for the hire of coffee machines and water dispensers. The contract shall also include the procurement of the accompanying consumables, as well as service agreements.
Procedure identifier : 32a616e3-aebe-4ca0-8877-a092fb763ea0
Internal identifier : 25/03147
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 98300000 Miscellaneous services
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 ): 31000000 Electrical machinery, apparatus, equipment and consumables; lighting
Additional classification ( cpv ): 39000000 Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
Additional classification ( cpv ): 39700000 Domestic appliances
Additional classification ( cpv ): 39710000 Electrical domestic appliances
Additional classification ( cpv ): 39711000 Electrical domestic appliances for use with foodstuffs
Additional classification ( cpv ): 39711300 Electrothermic appliances
Additional classification ( cpv ): 39711310 Electric coffee makers

2.1.2 Place of performance

Postal address : Helleveien 30
Town : Bergen
Postcode : 5045
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 2 600 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
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.
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).
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).
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)
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.
Child labour and including 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).
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.
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.
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.
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?
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.
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?
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 obligation relating to 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?
Breaching obligation relating to 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?
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.
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.
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.
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.
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.
Analogous situation like bankruptcy, insolvency or arrangement with creditors 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.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Framework agreement for the hire of coffee machines and water dispensers.
Description : The aim of this procurement is to enter into a framework agreement for the hire of coffee machines and water dispensers. The contract shall also include the procurement of the accompanying consumables, as well as service agreements.
Internal identifier : 25/03147

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 98300000 Miscellaneous services
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 ): 31000000 Electrical machinery, apparatus, equipment and consumables; lighting
Additional classification ( cpv ): 39000000 Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
Additional classification ( cpv ): 39700000 Domestic appliances
Additional classification ( cpv ): 39710000 Electrical domestic appliances
Additional classification ( cpv ): 39711000 Electrical domestic appliances for use with foodstuffs
Additional classification ( cpv ): 39711300 Electrothermic appliances
Additional classification ( cpv ): 39711310 Electric coffee makers

5.1.2 Place of performance

Postal address : Helleveien 30
Town : Bergen
Postcode : 5045
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 03/11/2025
Duration end date : 31/10/2027

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : The contracting authority has the option to extend the contract for a further 1+1 year, so that the total contract length can be four years.

5.1.5 Value

Estimated value excluding VAT : 2 600 000 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

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : Requirement for tax certificate Tenderers shall have their tax, payroll tax and VAT payments in order.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Enrolment in a trade register
Description : Requirements of the tenderer's registrations, authorisations, etc. The tenderer shall be a legally established company.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Other economic or financial requirements
Description : Economic and financial position requirements The tenderer shall have the financial strength to be able to fulfil the contract.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : References on specified deliveries
Description : Requirements regarding technical and professional qualifications. Tenderers shall have experience from relevant and comparable deliveries. Relevant and comparable deliveries means assignments of an equivalent extent, organisation and complexity. Experience from deliveries to the public sector is seen as particularly relevant. The same applies to deliveries where the users include both employees and visitors and where the users have different national backgrounds.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Certificates by quality control institutes
Description : Requirement for a quality management system. Tenderers shall have a documented quality management system.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Environmental management measures
Description : Environmental management system requirements Tenderers shall have a documented environmental management system.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Samples, descriptions, or photographs with certification of authenticity for supply contracts
Description : The qualification requirement is not in use.
Criterion : Certificates by quality control institutes
Description : The qualification requirement is not in use.
Criterion : Certificates by independent bodies about quality assurance standards
Description : The qualification requirement is not in use.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : The qualification requirement is not in use.
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 3
Maximum number of candidates to be invited for the second stage of the procedure : 5
The procedure will take place in successive stages. At each stage, some participants may be eliminated
The buyer reserves the right to award the contract on the basis of the initial tenders without any further negotiations

5.1.11 Procurement documents

Deadline for requesting additional information : 15/06/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=58894

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 requests to participate : 23/06/2025 10:00 +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
Maximum number of participants : 1
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Hordaland tingrett -
Organisation providing more information on the review procedures : Norges Handelshøyskole -

8. Organisations

8.1 ORG-0001

Official name : Norges Handelshøyskole
Registration number : 974789523
Department : Økonomiavdelingen
Postal address : Helleveien 30
Town : Bergen
Postcode : 5045
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Contact point : Irmelin Hjørnevik
Telephone : +47 55 95 90 00
Roles of this organisation :
Buyer
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Hordaland tingrett
Registration number : 926 723 367
Postal address : Postboks 7412
Town : Bergen
Postcode : 5020
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Telephone : 55 69 97 00
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : 7af7f110-16dc-4ed7-bcab-ac3cc3d16661 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 20/05/2025 21:54 +00:00
Notice dispatch date (eSender) : 20/05/2025 22:07 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00330690-2025
OJ S issue number : 98/2025
Publication date : 22/05/2025