Banana chips, nuts and raisins

Leijona Catering Oy uses banana chips, nuts and raisins as part of ambient product solutions. Banana chips, nuts and raisins are part of multiple different meals, which are usually served in operational field conditions. We are seeking a framework agreement supplier for a two-year (2) contract period. The framework agreement …

CPV: 15000000 Alimentos, bebidas, tabaco y productos afines
Lugar de ejecución:
Banana chips, nuts and raisins
Organismo adjudicador:
Leijona Catering Oy
Número de premio:
550392

1. Buyer

1.1 Buyer

Official name : Leijona Catering Oy
Legal type of the buyer : Public undertaking
Activity of the contracting authority : Defence

2. Procedure

2.1 Procedure

Title : Banana chips, nuts and raisins
Description : Leijona Catering Oy uses banana chips, nuts and raisins as part of ambient product solutions. Banana chips, nuts and raisins are part of multiple different meals, which are usually served in operational field conditions. We are seeking a framework agreement supplier for a two-year (2) contract period. The framework agreement does not grant exclusive rights to supply the products in question. The supplier supplies the goods in large batches, typically full pallets of single-packed rations of dried banana chips, nuts or raisins for Leijona Catering. Banana chips, nuts and raisins must fulfil the presented technical requirements. This procurement is divided in two (2) parts, long shelf-life items (including nuts, banana chips and raisins) and short shelf-life items (nuts). Supplier can offer to both of these parts. Supplier can be awarded 1 or 2 parts of this procurement. For the long shelf-life variant nuts, supplier must offer two (2) different flavours. Estimated yearly volume is around: 440 000 pcs for long shelf-life nuts, the maximum volume that can be purchased through this framework agreement is 950 000 products 90 000 pcs for short shelf-life nuts, the maximum volume that can be purchased through this framework agreement is 200 000 products 250 000 pcs for banana chips, the maximum volume that can be purchased through this framework agreement is 550 000 products 120 000 pcs for raisins, the maximum volume that can be purchased through this framework agreement is 260 000 products Invitation to tender will be used to select one (1) to maximum of three (3) suppliers to the framework agreement per procurement part. Minimum of 75% of the demand will be purchased from the framework agreement suppliers. However, Leijona Catering is not obligated to buy any products from selected supplier(s). Leijona is allowed to purchase similar products from the selected supplier(s) under this framework agreement. Purchases under 60 000 € can be bought directly from selected suppliers, and over purchases over 60 000 € will be tendered among framework agreement suppliers.
Procedure identifier : 936ba8ab-4ef6-4738-a1ae-dcfc9e510d9c
Previous notice : c381dc73-b189-4ee0-b966-5254a3bc65d5-01
Internal identifier : 550392
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : The purchase shall not be subdivided. The tenderer must be able to offer the entire contract. In order to justify this, the contracting entity submits the following: - More efficient vendor menu management - More efficient quality and food safety management All costs relating to the submission and submission of tenders, as well as any subsequent specification of tenders, negotiations, etc. The costs incurred by the tenderer shall be borne in full by the tenderer and under no circumstances can any claim be made against the purchaser.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 15000000 Food, beverages, tobacco and related products

2.1.2 Place of performance

Anywhere in the European Economic Area

2.1.3 Value

Estimated value excluding VAT : 850 000 Euro
Maximum value of the framework agreement : 850 000 Euro

2.1.4 General information

Additional information : The product needs to receive minimum of 6 points from flavour assessment (in scale of 1-9 points), to be eligible. Flavour, appearance and texture will be evaluated in the flavour assessment by a group of end users. (Two nut flavours) Minimum shelf-life: Long shelf-life nuts (from point of delivery): 28 months Short shelf-life nuts (from point of delivery): 6 months Banana Chips (from point of delivery): 28 months Raisins (from point of delivery): 28 months Product packaging: no hard packages (for example, tin cans are not allowed) The product packaging must include standard consumer information in Finnish, Swedish, and English. The product packaging must not contain any direct or indirect messaging unrelated to the product.
Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Long shelf-life items (banana chips, nuts and raisins)
Description : The products must be shelf-stable at room temperature. Product net weights should be between 45-55g, and products are packed into boxes for handling purposes, and the box should contain minimum of 50 pcs. The weight of the box where products are placed cannot exceed 400 kg. The box needs to withstand storage handling and transportation by food delivery fleet. If the box is over 20 kg, it needs to be delivered on a top of a pallet. Required features of the product: The product needs to receive minimum of 6 points from flavour assessment (in scale of 1-9 points), to be eligible. Flavour, appearance and texture will be evaluated in the flavour assessment by a group of end users. (Two nut flavours) Minimum shelf-life: Long shelf-life nuts (from point of delivery): 28 months Banana Chips (from point of delivery): 26 months Raisins (from point of delivery): 26 months Product packaging: no hard packages (for example, tin cans are not allowed) The product packaging must include standard consumer information in Finnish, Swedish, and English. The product packaging must not contain any direct or indirect messaging unrelated to the product. Desired feature of the product: Possibility for private labels.
Internal identifier : 1

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 15000000 Food, beverages, tobacco and related products

5.1.2 Place of performance

Anywhere in the European Economic Area
Additional information :

5.1.3 Estimated duration

Start date : 28/04/2025
Duration end date : 28/04/2027

5.1.5 Value

Estimated value excluding VAT : 720 000 Euro
Maximum value of the framework agreement : 720 000 Euro

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

Social objective promoted : Human rights due diligence in global supply chains

5.1.8 Accessibility criteria

Accessibility criteria for persons with disabilities are not included because the procurement is not intended for use by natural persons

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price per kg
Description : Price per kilogram
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 90
Criterion :
Type : Quality
Name : Shelf-life and delivery time
Description : Shelf-life and delivery time
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 10

5.1.15 Techniques

Framework agreement :
Framework agreement, partly without reopening and partly with reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Markkinaoikeus
Information about review deadlines : .
Organisation providing additional information about the procurement procedure : Leijona Catering Oy
Organisation providing offline access to the procurement documents : Leijona Catering Oy

5.1 Lot technical ID : LOT-0002

Title : Short shelf-life nuts
Description : The weight of the box where products are placed cannot exceed 400 kg. The box needs to withstand storage handling and transportation by food delivery fleet. If the box is over 20 kg, it needs to be delivered on a top of a pallet. Required features of the product: The products must be shelf-stable at room temperature. Product net weights should be between 45-55g, and products are packed into boxes for handling purposes, and the box should contain minimum of 50 pcs. The product needs to receive minimum of 6 points from flavour assessment (in scale of 1-9 points), to be eligible. Flavour, appearance and texture will be evaluated in the flavour assessment by a group of end users. (Two nut flavours) Minimum shelf-life: Short shelf-life nuts (from point of delivery): 6 months Product packaging: no hard packages (for example, tin cans are not allowed) The product packaging must include standard consumer information in Finnish, Swedish, and English. The product packaging must not contain any direct or indirect messaging unrelated to the product. Desired feature of the product: Possibility for private labels.
Internal identifier : 2

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 15000000 Food, beverages, tobacco and related products

5.1.2 Place of performance

Anywhere in the European Economic Area
Additional information :

5.1.3 Estimated duration

Start date : 28/04/2025
Duration end date : 28/04/2027

5.1.5 Value

Estimated value excluding VAT : 90 000 Euro
Maximum value of the framework agreement : 90 000 Euro

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

Social objective promoted : Human rights due diligence in global supply chains

5.1.8 Accessibility criteria

Accessibility criteria for persons with disabilities are not included because the procurement is not intended for use by natural persons

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price per kilogram
Description : Price per kilogram
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 90
Criterion :
Type : Quality
Name : Shelf-life and delivery time
Description : Shelf-life and delivery time
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 10

5.1.15 Techniques

Framework agreement :
Framework agreement, partly without reopening and partly with reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Markkinaoikeus
Information about review deadlines : .

6. Results

Value of all contracts awarded in this notice : 810 000 Euro
Maximum value of the framework agreements in this notice : 810 000 Euro
Approximate value of the framework agreements : 810 000 Euro

6.1 Result lot ldentifier : LOT-0001

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 720 000 Euro
Re-estimated value of the framework agreement : 720 000 Euro

6.1.2 Information about winners

Winner :
Official name : ORIFO ApS
Tender :
Tender identifier : tenderReference-4195027-843176
Identifier of lot or group of lots : LOT-0001
Value of the tender : 360 000 Euro
Subcontracting : No
Contract information :
Identifier of the contract : Orifo ApS
Date on which the winner was chosen : 05/06/2025
Date of the conclusion of the contract : 30/06/2025
The contract is awarded within a framework agreement : yes
Notice that created the framework agreement : 157975-2025
Winner :
Official name : Kommivabrik OÜ
Tender :
Tender identifier : tenderReference-4176942-843176
Identifier of lot or group of lots : LOT-0001
Value of the tender : 360 000 Euro
Subcontracting : No
Contract information :
Identifier of the contract : Kommivabrik long
Date on which the winner was chosen : 05/06/2025
Date of the conclusion of the contract : 27/06/2025
The contract is awarded within a framework agreement : yes
Notice that created the framework agreement : 157975-2025

6.1.4 Statistical information

Summary of the review requests the buyer received :
Number of complainants : 0
Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 4

6.1 Result lot ldentifier : LOT-0002

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 90 000 Euro
Re-estimated value of the framework agreement : 90 000 Euro

6.1.2 Information about winners

Winner :
Official name : ORIFO ApS
Tender :
Tender identifier : tenderReference-4195027-843177
Identifier of lot or group of lots : LOT-0002
Value of the tender : 30 000 Euro
Subcontracting : No
Contract information :
Identifier of the contract : Orifo ApS short
Date on which the winner was chosen : 05/06/2025
Date of the conclusion of the contract : 30/06/2025
The contract is awarded within a framework agreement : yes
Notice that created the framework agreement : 157975-2025
Winner :
Official name : Mauste-Sallinen Oy
Tender :
Tender identifier : tenderReference-4218014-843177
Identifier of lot or group of lots : LOT-0002
Value of the tender : 30 000 Euro
Subcontracting : No
Contract information :
Identifier of the contract : Mauste-Sallinen
Date on which the winner was chosen : 05/06/2025
Date of the conclusion of the contract : 14/07/2025
The contract is awarded within a framework agreement : yes
Notice that created the framework agreement : 157975-2025
Winner :
Official name : Kommivabrik OÜ
Tender :
Tender identifier : tenderReference-4176942-843177
Identifier of lot or group of lots : LOT-0002
Value of the tender : 30 000 Euro
Subcontracting : No
Contract information :
Identifier of the contract : Kommivabrik
Date on which the winner was chosen : 05/06/2025
Date of the conclusion of the contract : 27/06/2025
The contract is awarded within a framework agreement : yes
Notice that created the framework agreement : 157975-2025

6.1.4 Statistical information

Summary of the review requests the buyer received :
Number of complainants : 0
Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 4

8. Organisations

8.1 ORG-0001

Official name : Markkinaoikeus
Registration number : 3006157-6
Postal address : Radanrakentajantie 5
Town : Helsinki
Postcode : 00520
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Telephone : +358 295643300
Roles of this organisation :
Review organisation

8.1 ORG-0002

Official name : Leijona Catering Oy
Registration number : 2449777-9
Postal address : Viestikatu 7 b
Town : Kuopio
Postcode : 70600
Country subdivision (NUTS) : Pohjois-Savo ( FI1DB )
Country : Finland
Contact point : Procurement
Telephone : +358 104320140
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents

8.1 ORG-0003

Official name : ORIFO ApS
Size of the economic operator : Micro, small, or medium
Registration number : 28122071
Postal address : Kløvervænget 26
Town : Haderslev
Postcode : 6100
Country subdivision (NUTS) : Sydjylland ( DK032 )
Country : Denmark
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001 LOT-0002

8.1 ORG-0004

Official name : Kommivabrik OÜ
Size of the economic operator : Micro, small, or medium
Registration number : 10793533
Postal address : Harku tee 59
Town : Tabasalu
Postcode : 76901
Country subdivision (NUTS) : Põhja-Eesti ( EE001 )
Country : Estonia
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001 LOT-0002

8.1 ORG-0005

Official name : Mauste-Sallinen Oy
Size of the economic operator : Micro, small, or medium
Registration number : 0515224-9
Postal address : Emännänkatu 2-4
Town : Naantali
Postcode : 21100
Country subdivision (NUTS) : Varsinais-Suomi ( FI1C1 )
Country : Finland
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0002

8.1 ORG-0006

Official name : Hansel Oy (Hilma)
Registration number : FI09880841
Postal address : Mannerheiminaukio 1a
Town : Helsinki
Postcode : 00100
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Contact point : eSender
Telephone : 029 55 636 30
Roles of this organisation :
TED eSender

Notice information

Notice identifier/version : be69730c-5a2b-4b57-bd45-1488c2cb6e0f - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 06/08/2025 08:13 +00:00
Notice dispatch date (eSender) : 06/08/2025 08:23 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00517469-2025
OJ S issue number : 150/2025
Publication date : 07/08/2025