Oil products delivered in bulk to the health authorities in Norway

The objective of the procurement is to cover the health authorities ́need for site diesel and bio oil products, delivered in bulk to the tank facilities at the health authorities. Sub-contract 1 concerns oil products based on petrochemical processes delivered in bulk to the health companies in Norway.Sub-contract 2 concerns …

CPV: 09000000 Petroleum products, fuel, electricity and other sources of energy, 09100000 Fuels, 09134200 Diesel fuel, 09135100 Heating oil, 09200000 Petroleum, coal and oil products
Deadline:
Nov. 6, 2025, 11 a.m.
Deadline type:
Submitting a bid
Place of execution:
Oil products delivered in bulk to the health authorities in Norway
Awarding body:
SYKEHUSINNKJØP HF
Award number:
2022/14613

1. Buyer

1.1 Buyer

Official name : SYKEHUSINNKJØP HF
Legal type of the buyer : Public undertaking
Activity of the contracting authority : Health

2. Procedure

2.1 Procedure

Title : Oil products delivered in bulk to the health authorities in Norway
Description : The objective of the procurement is to cover the health authorities ́need for site diesel and bio oil products, delivered in bulk to the tank facilities at the health authorities. Sub-contract 1 concerns oil products based on petrochemical processes delivered in bulk to the health companies in Norway.Sub-contract 2 concerns bio oil products EN15940 and EN 14214 delivered in bulk to the health authorities in Helse Sør-Øst.
Procedure identifier : bbc14904-cb4a-4e21-b85c-16f9e73315e3
Internal identifier : 2022/14613
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 09000000 Petroleum products, fuel, electricity and other sources of energy
Additional classification ( cpv ): 09100000 Fuels
Additional classification ( cpv ): 09134200 Diesel fuel
Additional classification ( cpv ): 09135100 Heating oil
Additional classification ( cpv ): 09200000 Petroleum, coal and oil products

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 114 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - Part 3

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 : Sub-contract 1: Oil products based on petrochemical processes delivered in bulk to the health authorities in Norway
Description : The objective of the procurement is to cover the health authorities ́need for site diesel and bio oil products, delivered in bulk to the tank facilities at the health authorities. Sub-contract 1 concerns oil products based on petrochemical processes delivered in bulk to the health authorities in Norway.
Internal identifier : 2022/14613-0

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 09000000 Petroleum products, fuel, electricity and other sources of energy
Additional classification ( cpv ): 09100000 Fuels
Additional classification ( cpv ): 09134200 Diesel fuel
Additional classification ( cpv ): 09135100 Heating oil
Additional classification ( cpv ): 09200000 Petroleum, coal and oil products

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 14/01/2026
Duration end date : 14/01/2028

5.1.5 Value

Estimated value excluding VAT : 100 000 000 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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex. Minimum qualification requirements Tenderers shall be registered in a company register or a trade register in the country where the tenderer is established. Documentation requirement: Norwegian companies: Company Registration Certificate Foreign companies: Certificate for statutory registration in the country where the business is established.
Criterion : Other economic or financial requirements
Description : Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that: Minimum qualification requirements Tenderers shall have sufficient economic and financial solidity to be able to execute contractual obligations. Documentation requirement: The contracting authority will assess the tenderer's fulfilment of the qualification requirement based on the following documentation: • Latest submitted Annual Financial Statements with notes including auditor's statement. • Credit worthy without security. Not older than 6 months If the Tenderer has a justifiable reason not to submit the documentation that the Contracting Authority has demanded, tenderers can prove their economic and financial capacity by any other document, including, for example, by a parent company guarantee, bank guarantee, etc. The contracting authority will assess i.a. emphasise whether the tenderer has profitable operation, positive cash flow in recent years and positive equity.
Criterion : References on specified deliveries
Description : Only for public goods deliveries: In the reference period, the tenderer has carried out the following important deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three years to be taken into consideration. Minimum qualification requirements Tenderers shall have sufficient ability and capacity to fulfil the contract obligations. Documentation requirement: The Contracting Authority will assess the Tenderer's experience with the delivery of the type of performance competition comprises based on the following documentation: • Tenderers shall submit a completed experience form, see "Annex 4 - Reply Form Experience". The reply form shall include an overview of the most important deliveries that the tenderer has carried out in the last three years, together with information on the contracts ́ value, date of delivery or execution, and the name of the recipient.
Criterion : Certificates by independent bodies about quality assurance standards
Description : Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements? Minimum qualification requirements Tenderers shall have a quality assurance system. Documentation requirement: Tenderers must document their quality assurance system in the following way: Certification certificate for the relevant quality assurance standard. • The contracting authority will accept other documentation on the quality assurance system.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards? Minimum qualification requirements Tenderers are required to have structured and documented environmental work that is open for investigation by the Contracting Authority. Documentation requirement: The contracting authority will assess the Tenderer's fulfilment of the qualification requirement on documented environmental work based on the following: Tenderers have a third-party environmental management system or environmental management standard certified in accordance with ISO14001, EMAS (the EU's environmental management and environmental audit scheme) or The Environmental Lighthouse Scheme. Tenderers shall enclose the certification. Alternatively: The contracting authority will assess the Tenderer's fulfilment of the qualification requirement based on documentation that answers the points listed below. As a minimum the Tenderer shall have: • An environmental policy approved by management and well known among employees • Identified relevant environmental aspects of the service provided under this framework agreement. • A routine that during the entire contract period ensures that the service fulfils the given environmental requirements in the requirement specifications and the framework agreement. • Measurable and time limited targets for the environmental work. • Annual follow-up of the environmental work in accordance with this point.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 30/10/2025 11:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/266977242.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
Variants : Not allowed
Deadline for receipt of tenders : 06/11/2025 11:00 +00:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 06/11/2025 11:00 +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 : 100
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Indre og Østre Finnmark Tingrett
Information about review deadlines : The waiting period is ten days.
Organisation providing more information on the review procedures : SYKEHUSINNKJØP HF

5.1 Lot technical ID : LOT-0002

Title : Sub-contract 2: Bio oil products EN 15940 (HVO) and EN 14214 delivered in bulk to the health authorities in Helse Sør-Øst
Description : The objective of the procurement is to cover the health authorities ́need for site diesel and bio oil products, delivered in bulk to the tank facilities at the health authorities. Sub-contract 2 concerns bio oil products EN15940 and EN 14214 delivered in bulk to the health companies in Helse Sør-Øst.
Internal identifier : 2022/14613-1

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 09000000 Petroleum products, fuel, electricity and other sources of energy
Additional classification ( cpv ): 09100000 Fuels
Additional classification ( cpv ): 09135100 Heating oil
Additional classification ( cpv ): 09200000 Petroleum, coal and oil products

5.1.2 Place of performance

Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Østfold ( NO083 )
Country : Norway
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Buskerud ( NO085 )
Country : Norway
Additional information :

5.1.2 Place of performance

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

5.1.2 Place of performance

Country subdivision (NUTS) : Vestfold ( NO093 )
Country : Norway
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Telemark ( NO094 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 14/01/2026
Duration end date : 14/01/2028

5.1.5 Value

Estimated value excluding VAT : 14 000 000 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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex. Minimum qualification requirements Tenderers shall be registered in a company register or a trade register in the country where the tenderer is established. Documentation requirement: Norwegian companies: Company Registration Certificate Foreign companies: Certificate for statutory registration in the country where the business is established.
Criterion : Other economic or financial requirements
Description : Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that: Minimum qualification requirements Tenderers shall have sufficient economic and financial solidity to be able to execute contractual obligations. Documentation requirement: The contracting authority will assess the tenderer's fulfilment of the qualification requirement based on the following documentation: • Latest submitted Annual Financial Statements with notes including auditor's statement. • Credit worthy without security. Not older than 6 months If the Tenderer has a justifiable reason not to submit the documentation that the Contracting Authority has demanded, tenderers can prove their economic and financial capacity by any other document, including, for example, by a parent company guarantee, bank guarantee, etc. The contracting authority will assess i.a. emphasise whether the tenderer has profitable operation, positive cash flow in recent years and positive equity.
Criterion : References on specified deliveries
Description : Only for public goods deliveries: In the reference period, the tenderer has carried out the following important deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three years to be taken into consideration. Minimum qualification requirements Tenderers shall have sufficient ability and capacity to fulfil the contract obligations. Documentation requirement: The Contracting Authority will assess the Tenderer's experience with the delivery of the type of performance competition comprises based on the following documentation: • Tenderers shall submit a completed experience form, see "Annex 4 - Reply Form Experience". The reply form shall include an overview of the most important deliveries that the tenderer has carried out in the last three years, together with information on the contracts ́ value, date of delivery or execution, and the name of the recipient.
Criterion : Certificates by independent bodies about quality assurance standards
Description : Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements? Minimum qualification requirements Tenderers shall have a quality assurance system. Documentation requirement: Tenderers must document their quality assurance system in the following way: Certification certificate for the relevant quality assurance standard. • The contracting authority will accept other documentation on the quality assurance system.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards? Minimum qualification requirements Tenderers are required to have structured and documented environmental work that is open for investigation by the Contracting Authority. Documentation requirement: The contracting authority will assess the Tenderer's fulfilment of the qualification requirement on documented environmental work based on the following: Tenderers have a third-party environmental management system or environmental management standard certified in accordance with ISO14001, EMAS (the EU's environmental management and environmental audit scheme) or The Environmental Lighthouse Scheme. Tenderers shall enclose the certification. Alternatively: The contracting authority will assess the Tenderer's fulfilment of the qualification requirement based on documentation that answers the points listed below. As a minimum the Tenderer shall have: • An environmental policy approved by management and well known among employees • Identified relevant environmental aspects of the service provided under this framework agreement. • A routine that during the entire contract period ensures that the service fulfils the given environmental requirements in the requirement specifications and the framework agreement. • Measurable and time limited targets for the environmental work. • Annual follow-up of the environmental work in accordance with this point.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 30/10/2025 11:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/266977242.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
Variants : Not allowed
Deadline for receipt of tenders : 06/11/2025 11:00 +00:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 06/11/2025 11:00 +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 : 100
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Indre og Østre Finnmark Tingrett
Information about review deadlines : The waiting period is ten days.
Organisation providing more information on the review procedures : SYKEHUSINNKJØP HF

8. Organisations

8.1 ORG-0001

Official name : SYKEHUSINNKJØP HF
Registration number : 916879067
Postal address : Postboks 40
Town : VADSØ
Postcode : 9811
Country subdivision (NUTS) : Finnmark/Finnmárku/Finmarkku ( NO073 )
Country : Norway
Contact point : Postmottak Sykehusinnkjøp
Telephone : +47 78950700
Roles of this organisation :
Buyer
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Indre og Østre Finnmark Tingrett
Registration number : 926722840
Postal address : Postboks 54
Town : Vadsø
Postcode : 9811
Country subdivision (NUTS) : Finnmark/Finnmárku/Finmarkku ( NO073 )
Country : Norway
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : d9fad551-f189-4385-9a10-e36f9f86ee1f - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 03/10/2025 06:31 +00:00
Notice dispatch date (eSender) : 03/10/2025 06:32 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00651176-2025
OJ S issue number : 191/2025
Publication date : 06/10/2025