Procurement - Hire of coffee machines and water dispensers, 2025

The contracting authority would like to use this procurement to enter into a framework agreement with one tenderer. The delivery includes the following: 1) Hire of coffee machines with stable operation over time including the procurement of coffee, cocoa, other ingredients and other consumables. 2) Hire of water dispensers that …

CPV: 42968100 Drinks dispensers, 03131100 Coffee beans, 15841000 Cocoa, 15860000 Coffee, tea and related products, 31141000 Water coolers, 39711310 Electric coffee makers, 41110000 Drinking water, 51542200 Installation services of beverage-processing machinery, 65111000 Drinking-water distribution
Deadline:
Sept. 12, 2025, 10 a.m.
Deadline type:
Submitting a bid
Place of execution:
Procurement - Hire of coffee machines and water dispensers, 2025
Awarding body:
Ålesund kommune
Award number:
25/8027

1. Buyer

1.1 Buyer

Official name : Ålesund kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Procurement - Hire of coffee machines and water dispensers, 2025
Description : The contracting authority would like to use this procurement to enter into a framework agreement with one tenderer. The delivery includes the following: 1) Hire of coffee machines with stable operation over time including the procurement of coffee, cocoa, other ingredients and other consumables. 2) Hire of water dispensers that filter and cool water (with and without carbon dioxide) with stable operation over time. The delivery will include the delivery of CO2 cartridges.
Procedure identifier : bce073c7-3eae-4fa3-b4d9-d696c8032d60
Internal identifier : 25/8027
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : The procurement will be carried out in accordance with the Public Procurement Act of 17 June 2016 (LOA) and the Public Procurement Regulations (FOA) FOR 2016-08-12-974, parts I and part III. The contract will be awarded in accordance with the open tender contest procedure, c.f. FOA § 13-1 (1).

2.1.1 Purpose

Main nature of the contract : Supplies
Additional nature of the contract : Services
Main classification ( cpv ): 42968100 Drinks dispensers
Additional classification ( cpv ): 03131100 Coffee beans
Additional classification ( cpv ): 15841000 Cocoa
Additional classification ( cpv ): 15860000 Coffee, tea and related products
Additional classification ( cpv ): 31141000 Water coolers
Additional classification ( cpv ): 39711310 Electric coffee makers
Additional classification ( cpv ): 41110000 Drinking water
Additional classification ( cpv ): 51542200 Installation services of beverage-processing machinery
Additional classification ( cpv ): 65111000 Drinking-water distribution

2.1.2 Place of performance

Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Additional information : Participants in this procurement are: The Procurement Cooperation in Sunnmøre (municipality, including municipal companies in each municipality): • Ålesund • Volda • Sande • Cyclone •Fjord • Ulstein • Vanylven •Haram Other participants: • Muritunet

2.1.3 Value

Estimated value excluding VAT : 12 500 000 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?
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?
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 : Is the tenderer 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 all of his tax and duty obligations in both the country where 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 : Has the tenderer's business conduct been stopped?
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national law : Is the tenderer in a similar situation in accordance with an equivalent procedure set in the national law? See the national law, the relevant notice or procurement documents.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Procurement - Hire of coffee machines and water dispensers, 2025
Description : The contracting authority would like to use this procurement to enter into a framework agreement with one tenderer. The delivery includes the following: 1) Hire of coffee machines with stable operation over time including the procurement of coffee, cocoa, other ingredients and other consumables. 2) Hire of water dispensers that filter and cool water (with and without carbon dioxide) with stable operation over time. The delivery will include the delivery of CO2 cartridges.
Internal identifier : 25/8027

5.1.1 Purpose

Main nature of the contract : Supplies
Additional nature of the contract : Services
Main classification ( cpv ): 42968100 Drinks dispensers
Additional classification ( cpv ): 03131100 Coffee beans
Additional classification ( cpv ): 15841000 Cocoa
Additional classification ( cpv ): 15860000 Coffee, tea and related products
Additional classification ( cpv ): 31141000 Water coolers
Additional classification ( cpv ): 39711310 Electric coffee makers
Additional classification ( cpv ): 41110000 Drinking water
Additional classification ( cpv ): 51542200 Installation services of beverage-processing machinery
Additional classification ( cpv ): 65111000 Drinking-water distribution

5.1.2 Place of performance

Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Additional information : Participants in this procurement are: The Procurement Cooperation in Sunnmøre (municipality, including municipal companies in each municipality): • Ålesund • Volda • Sande • Cyclone •Fjord • Ulstein • Vanylven •Haram Other participants: • Muritunet

5.1.3 Estimated duration

Duration : 2 Year

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : Renewal lenght is 12 months

5.1.5 Value

Estimated value excluding VAT : 12 500 000 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

5.1.7 Strategic procurement

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : References on specified services
Description : Demand: The tenderer, or employees at the tenderer are required to have experience from at least two equivalent assignments during the last three years. Equivalent assignments means a total delivery, in which the tenderer offers the delivery of coffee machines and water dispensers for hire, including service agreements (with full technical service and guarantee), with the delivery of the ingredients and consumables in addition with a value of minimum NOK 1,000,000 excluding VAT per contract. Documentation requirement: Completed annex "The Tenderer's experience" or other document with equivalent information (max. 2 A4 pages): Brief description of the most important deliveries in the last three years, including information on the contract ́s value, delivery frequency, number of delivery points as well as the name of the contracting authority and a description of the assignment ́s content. If another document is used, the response should be on a maximum of 2 A4 pages. The response shall not include a cover page or table of contents. Any pages after page 2 will not be evaluated. Any links etc. in the reply will not be evaluated.
Criterion : Other economic or financial requirements
Description : Demand: Tenderers must have the financial capacity to execute the contract. The tenderer is required to be credit worthy, minimum A, in accordance with Dun & Bradstreet ́s service riskguardian suite ( https://riskguardian.bisnode.no ), or have the financial capacity to execute the contract based on the contracting authority ́s discretion. Documentation requirement: The Contracting Authority will carry out their own assessment of the supplier's finances through RiskGuardian Suite. Tenderers can enclose other necessary information if they believe that RiskGuardian Suite does not provide a correct picture of the financial situation. The RiskGuardian Suite service includes all Nordic countries. As a general rule, the Contracting Authority will not accept credit ratings from other company and accounting information systems than RiskGuardian Suite due to equal treatment of the tenderers. Foreign tenderers outside the Nordic countries will, however, use and accept credit appraisal through Dun & Bradstreet ́s service Credit ( https://credit.dnb.com/). Credit rating: Tenderers that the contracting authority cannot find a RiskGuardian Suite (or Credit for suppliers outside the Nordic countries), e.g. newly established tenderers who have not built up a basis for a credit rating, must enclose a declaration/guarantee from a parent company/owner/bank or similar financing institutions, regarding the company's financial and economic position.
Criterion : Security of supply
Description : Due diligence assessments for responsible businesses Demand: Tenderers shall be suitable for fulfilment of contractual requirements for due diligence assessments for responsible businesses. This means that the tenderer has implemented measures and systems that are used in the tenderer ́s work to safeguard basic human rights and decent working conditions, as well as prevent environmental degradation and corruption. Documentation requirement: A description shall be given of the tenderer's systems for working with due diligence assessments in accordance with the UN ́s guiding principles for business and human rights (UNGP) and OECD ́s guidelines for multinational companies. The documentation shall include: •Formal policy/guidelines that cover an obligation to comply with the requirements of responsible businesses. •Formal policy/guidelines for accountability for sub-suppliers/the supplier chain, (Supplier Code of Conduct). This shall only be provided if sub-suppliers are used. • Descriptions of the tenderer's processes and routines for how the company works with due diligence assessments. • Description of how the tenderer will obtain and maintain an overview of the country of origin and production locations for the products that the tenderer offers.
Criterion : Environmental management measures
Description : Demand: Tenderers shall have a good and well-functioning environmental management system, based on ISO 14001, Miljøfyrtårn, EMAS or equivalent, which is third-party certified by an accredited certification body. Documentation requirement: Copy of a valid system certificate issued by an accredited certification body* *The contracting authority shall accept other documentation for equivalent measures if the tenderer cannot obtain such certificates by the deadline, and this is not due to the tenderer himself. It is a prerequisite that the tenderer documents that these measures are equivalent to the requested standard/system.
Criterion : Measures for ensuring quality
Description : For goods or services that are complicated, or that in exceptional cases shall be used for a particular purpose: Will the tenderer allow checks of the tenderer's production capacity or technical capacity and, where necessary, of the survey and research facilities that the tenderer has at its disposal and of quality control measures? The inspections shall be undertaken by the contracting authority or the contracting authority can leave it to a competent public body in the country where the tenderer is established.
Criterion : Samples, descriptions, or photographs without certification of authenticity
Description : Procurement of goods: The tenderer presents supplies that shall be delivered, requested samples, descriptions or photographs, which do not need to be accompanied by certificates that they are genuine.
Criterion : Samples, descriptions, or photographs with certification of authenticity for supply contracts
Description : When procurement of goods: If requested, the tenderer further declares that they will deliver the requested certificates that they are genuine.
Criterion : Certificates by quality control institutes
Description : Can tenderers submit the requested certificates issued by official bodies for quality control, and who can confirm that the goods, which are clearly identified by reference to technical specifications or standards, as determined in the notice or in the procurement documents, are in accordance with these?
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?
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?

5.1.10 Award criteria

Criterion :
Type : Quality
Name : Quality
Description : The quality of the offered machines will be assessed based on documented functionality and technical quality to the offered coffee machines and water dispensers, as well as the description of the offered service and assortment. The award criteria consists of 4 (four) sub-criteria: • The sub-criteria User friendliness, functionality and design is weighted 30% of this award criteria. • The sub-criteria Technical quality is weighted 20% of this award criteria. • The sub-criterion Assortment of ingredients is weighted 20% of this award criteria. • The sub-criteria Service is weighted 30% of this award criteria.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : Environment
Description : The award criteria consists of 2 (two) sub-criteria: • The sub-criterion Reuse/renovation is weighted 60% of this award criteria. • The environmental policy sub-criterion is weighted 40% by this award criteria.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Price
Name : Price
Description : The award criteria consists of two sub-criteria: • The sub-criterion "Price for hire of machines including service and maintenance" is weighted 30% of this. the award criteria. Flexible degree of service (see point 7.2.1), full technical service, maintenance and warranty. shall be included during the entire contract period. This means the length of the leasing agreement for each individual machine. • The sub-criterion "Price for ingredients/consumables" is weighted 70% of this award criteria.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30

5.1.11 Procurement documents

Deadline for requesting additional information : 04/09/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=66231

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 : Not allowed
Deadline for receipt of tenders : 12/09/2025 10:00 +00:00
Deadline until which the tender must remain valid : 89 Day
Information about public opening :
Opening date : 12/09/2025 10:01 +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 : Møre og Romsdal tingrett
Information about review deadlines : It is as a general rule the district court in the contracting authority ́s household that shall be stated as the body responsible for the formal appeals proceedings. Neither the Contracting Authority itself, Kofa (the complaints body for public procurements) nor other than the courts are considered a "formal complaints body." Therefore it is the court court that will be correct to fill in the relevant field in the notice form. You can find your home care at the https://www.domstol.no/om-domstolene/de-alminnelige-domstolene/tingrettene/. Even if the contracting authority is not a formal complaints body, it will in most cases be most appropriate for a tenderer or others with an interest in appeals to start their appeals process with an enquiry to the contracting authority. The contracting authority, on certain terms, has the option to alter decisions he has made in a procurement process if the contracting authority is made aware that the decision is contrary to the procurement regulations. Also the cofa (the complaints body for public procurements) can be used as a complaints body. Kofa is also not to be seen as a formal complaints body as they only give advisory statements on any breach of the procurement regulations. The exception to this is that Kofa may impose an administrative fine on illegal direct procurements. Beyond the fine, only the courts can put power behind their decisions.
Organisation providing more information on the review procedures : Ålesund kommune

8. Organisations

8.1 ORG-0001

Official name : Ålesund kommune
Registration number : 929911709
Department : Innkjøp
Postal address : Keiser Wilhelms gate 11
Town : Ålesund
Postcode : 6003
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Contact point : Irene Fylling
Telephone : +4770162000
Roles of this organisation :
Buyer
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Møre og Romsdal tingrett
Registration number : 926 723 200
Postal address : Postboks 1354
Town : Ålesund
Postcode : 6001
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Telephone : 70 33 47 00
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : 0b06ba88-ea9c-428f-ad6c-baaebbb3161f - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 08/08/2025 11:53 +00:00
Notice dispatch date (eSender) : 08/08/2025 11:59 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00524836-2025
OJ S issue number : 152/2025
Publication date : 11/08/2025