25VMF2-K Wine and foodstuffs Kilden

Kilden teater og konserthus i Kristiansand (Kilden) is one of Scandinavia's most exciting environments for professional performing arts and music. The art house houses kristiansand symphony orchestra, Kilden Teater, Kilden Opera, Kilden Kultur and an innovative execution of the social side of the social mission through Kilden Dialog. In collaboration …

CPV: 15000000 Nahrungsmittel, Getränke, Tabak und zugehörige Erzeugnisse, 15100000 Tierische Erzeugnisse, Fleisch und Fleischerzeugnisse, 15200000 Zubereiteter Fisch und Fischkonserven, 15300000 Obst, Gemüse und zugehörige Erzeugnisse, 15400000 Tierische oder pflanzliche Öle und Fette, 15500000 Molkereierzeugnisse, 15600000 Mahl- und Schälmühlenerzeugnisse, Stärken und Stärkeerzeugnisse, 15800000 Diverse Nahrungsmittel, 15900000 Getränke, Tabak und zugehörige Erzeugnisse, 15930000 Weine, 15911000 Alkoholische Getränke
Frist:
24. September 2025 10:00
Art der Frist:
Angebotsabgabe
Ausführungsort:
25VMF2-K Wine and foodstuffs Kilden
Vergabestelle:
Kilden teater og konserthus IKS
Vergabenummer:
25VMF2-K

1. Buyer

1.1 Buyer

Official name : Kilden teater og konserthus IKS
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : Recreation, culture and religion

2. Procedure

2.1 Procedure

Title : 25VMF2-K Wine and foodstuffs Kilden
Description : Kilden teater og konserthus i Kristiansand (Kilden) is one of Scandinavia's most exciting environments for professional performing arts and music. The art house houses kristiansand symphony orchestra, Kilden Teater, Kilden Opera, Kilden Kultur and an innovative execution of the social side of the social mission through Kilden Dialog. In collaboration with each other, they represent an unparalleled cultural operation concept in one unified organisation, which is also one of norway's largest houses for performing arts and music. The building was completed in 2012 and has since been rewarded for innovative, beautiful and exciting solutions. Kilden ́s total area is approx. 17,000 m2. Since the beginning, Kilden has produced and delivered art experiences to a large and excited audience. Approx. 180,000 people visit each year of the building, which houses four halls, with room for 2,270 audience members. Kilden is also a large workplace with more than 200 permanent employees. We are looking for suppliers of wine and food products in order to serve our guests at the bar, restaurant Frihavn, at courses and conference, as well as employees in the canteen. The expected annual extent will be approx. NOK 5 million excluding VAT per annum. A framework agreement shall be signed with tenderers for 2 years. The contracting authority has the option to extend the framework agreement for two more years, one year at a time. The competition consists of two lots that will be evaluated separately. Lot 1: Wine, Sub package 2: Food products. Tenders can be submitted for one or both lots.
Procedure identifier : 3d487b12-4be6-41a6-a3ec-7daa981ff513
Internal identifier : 25VMF2-K
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 15000000 Food, beverages, tobacco and related products
Additional classification ( cpv ): 15100000 Animal products, meat and meat products
Additional classification ( cpv ): 15200000 Prepared and preserved fish
Additional classification ( cpv ): 15300000 Fruit, vegetables and related products
Additional classification ( cpv ): 15400000 Animal or vegetable oils and fats
Additional classification ( cpv ): 15500000 Dairy products
Additional classification ( cpv ): 15600000 Grain mill products, starches and starch products
Additional classification ( cpv ): 15800000 Miscellaneous food products
Additional classification ( cpv ): 15900000 Beverages, tobacco and related products
Additional classification ( cpv ): 15930000 Wines

2.1.2 Place of performance

Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 20 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - .

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 2
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 2

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 : 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?
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 set under purely national exclusion grounds : The contracting authority shall state that in Norway there are national rejection reasons. These shall be described in the procurement documents. Tenderers must respond to whether they are in one or more of the situations described in the national rejection reasons. Will the purely national rejection reasons, as stated in the relevant notice or in the procurement documents, apply?
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-0001

Title : Wine
Description : The contracting authority plans to enter into a contract with a supplier of wine, including white wine, red wine, rosé wine, sparkling wine and spirits. Spirits are traded in very little scope, the product group is therefore not included in the tender sum for evaluation, but it is desirable that the tenderer offers and provides prices for standard gin, room and vodka. The source expects to turnover approx. 8,000 litres of wine/approx. 11,000 bottles per annum during the agreement period. It is the largest extent of the house's white wine, red wine, sparkling wine and rosé wine. The contracting authority would like relevant tenderers to submit proposals for two alternatives of what may be the house's new white wine, red wine, rosé wine and sparkling wine (cava/cremant). The distribution between the categories is approx. 40% white wine, approx. 25 % red wine, approx. 25% sparkling wine and approx. 10% rosé wine. The price range should be between NOK 120 -180 excluding VAT per bottle. They should be "easy drinkable" and available to most people, without regard to adaptations to special types of food, as most of the wine is consumed without food. Procurement of wine for guests in the restaurant will be adapted to the changing menu throughout the year and will therefore not be included in the tender sum for evaluation. The offered wines must have a screw cork, and preferably not for sale at Vinmonopolet.Actual persons at the contracting authority will assess the received proposals and reserve the right to judge the wines' "quality" at a purchasing discretion. The evaluation will be based on blind tests on delivered* wines carried out by test persons at the contracting authority. The winner of sub-package 1 Vin is the tenderer who delivers the tender that has the best relationship between price, quality and environment. The tender sum for the evaluation of the award criterion "price" is the sum of the estimated number of wines that the contracting authority ́s test persons consider the best to be the house ́s new wines, multiplied by price. The stated unit prices shall be in accordance with the invoiced price we pay in accordance with the delivery of goods, not including any kickback/bonus etc. that are repaid at a later date.*1 bottle of each offered wine is requested to be delivered to the contracting authority by 23/9. Delivered in the personnel entrance, 25VMF2-K Wine and food products are marked kilden and Inefficut Aulie.
Internal identifier : 5b14c9e4-77a8-4859-b416-58fdd8d907ea

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 15000000 Food, beverages, tobacco and related products
Additional classification ( cpv ): 15911000 Spirituous beverages
Additional classification ( cpv ): 15930000 Wines

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : The goods are to be delivered to the contracting authority's address; Sjølystveien 2, 4610 Kristisiansand.

5.1.3 Estimated duration

Duration : 24 Month

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : One year + one year.

5.1.5 Value

Estimated value excluding VAT : 8 000 000 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) : no

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 16/09/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/262595115.aspx

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
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Allowed
Deadline for receipt of tenders : 24/09/2025 10:00 +00:00
Deadline until which the tender must remain valid : 91 Day
Information about public opening :
Opening date : 24/09/2025 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 : Allowed
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 : 100
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : AGDER TINGRETT
Information about review deadlines : 10 days after award.
Organisation providing more information on the review procedures : AGDER TINGRETT

5.1 Lot technical ID : LOT-0002

Title : Eatables
Description : The contracting authority plans to enter into a contract with one food supplier for serving guests in the restaurant, courses and conferences and employees in the canteen. The contracting authority ́s estimated annual extent is approx. NOK 5 million during the agreement period. The winner of sub-package 1 Food products is the tenderer who delivers the tender that has the best relationship between price, environment and quality. Further details on product groups and the expected volume can be found in the price form under documents. The stated unit prices shall be in accordance with the invoiced price that we pay in accordance with the delivery of goods, not including any kickback/bonus etc. that are repaid at a later date.  The contracting authority reserves the right to purchase special products that the chosen supplier does not have in the assortment elsewhere. A discount on the weighing retail price for products not specified in the price form is to be disclosed. Specify per category if the discounts vary depending on the product category.
Internal identifier : aa5a792b-0bd8-4bc6-8133-d9b1ecdadb0f

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 15000000 Food, beverages, tobacco and related products
Additional classification ( cpv ): 15100000 Animal products, meat and meat products
Additional classification ( cpv ): 15200000 Prepared and preserved fish
Additional classification ( cpv ): 15300000 Fruit, vegetables and related products
Additional classification ( cpv ): 15400000 Animal or vegetable oils and fats
Additional classification ( cpv ): 15500000 Dairy products
Additional classification ( cpv ): 15600000 Grain mill products, starches and starch products
Additional classification ( cpv ): 15800000 Miscellaneous food products

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 24 Month

5.1.5 Value

Estimated value excluding VAT : 20 000 000 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) : no

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 16/09/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/262595115.aspx

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
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Allowed
Deadline for receipt of tenders : 24/09/2025 10:00 +00:00
Deadline until which the tender must remain valid : 91 Day
Information about public opening :
Opening date : 24/09/2025 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 : Allowed
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 : 100
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : AGDER TINGRETT
Information about review deadlines : 10 days after award.
Organisation providing more information on the review procedures : AGDER TINGRETT

8. Organisations

8.1 ORG-0001

Official name : Kilden teater og konserthus IKS
Registration number : 986471839
Department : Kilden teater og konserthus for Sørlandet IKS
Postal address : Sjølystveien 2
Town : Kristiansand
Postcode : 4610
Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Contact point : Marianne Melby
Telephone : 46664460
Internet address : http://kilden.com
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : AGDER TINGRETT
Registration number : 926723480
Postal address : PB 63
Town : KRISTIANSAND S
Postcode : 4661
Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures

Notice information

Notice identifier/version : 9c70b895-5de4-4038-9532-ae1c031682c4 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 20/08/2025 13:24 +00:00
Notice dispatch date (eSender) : 20/08/2025 13:26 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00548693-2025
OJ S issue number : 160/2025
Publication date : 22/08/2025