Rice cakes, lentil crisp bread and protein cookies

Leijona Catering Oy uses rice cakes, lentil crisp bread and protein cookies as part of ambient product solutions. Rice cakes, lentil crisp bread and protein cookies are part of multiple different meals, which are usually served in operational field conditions. We are seeking a delivery contact supplier for a 3-year …

CPV: 15000000 Alimentos, bebidas, tabaco y productos afines
Plazo:
22 de agosto de 2025 a las 12:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
Rice cakes, lentil crisp bread and protein cookies
Organismo adjudicador:
Leijona Catering Oy
Número de premio:
567890

1. Buyer

1.1 Buyer

Official name : Leijona Catering Oy
Legal type of the buyer : Entity with special or exclusive rights
Activity of the contracting authority : Defence

2. Procedure

2.1 Procedure

Title : Rice cakes, lentil crisp bread and protein cookies
Description : Leijona Catering Oy uses rice cakes, lentil crisp bread and protein cookies as part of ambient product solutions. Rice cakes, lentil crisp bread and protein cookies are part of multiple different meals, which are usually served in operational field conditions. We are seeking a delivery contact supplier for a 3-year contract period (Leijona Catering has an option to continue the contract beyond the 3-year period). The delivery contract does not grant exclusive rights to supply the products in question. The supplier supplies the goods in large batches for Leijona Catering. must be Rice cakes and protein cookies must be single packed, and lens crisp bread must be portion packed. All the products must fulfil the presented technical requirements. This procurement is divided into three (3) parts; rice cakes, lentil crisp bread and protein cookie. Estimated volume for each procurement part is 135 000 products per year. However, Leijona Catering is not obligated to buy any products from selected supplier. Leijona is allowed to purchase similar products from the selected supplier under this delivery contract. Supplier is allowed to offer to all three (3) parts. Maximum of two (2) parts can be awarded to one supplier. Required features of the product: Non-permitted ingredients: Milk and lactose ("milk sugar”) Nuts and almonds Gluten Product must be shelf-stable at room temperature. 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. Rice cake shelf-life (from point of delivery): 26 months Protein cookie shelf-life (from point of delivery): 20 months Lentil crisp bread shelf-life (from point of delivery): 26 months Product weights: Rice cake 12-20g Protein cookie 25g-80g Lentil crisp bread 45-55g Minimum energy contents: Rice cake 50 kcal Protein cookie 380 kcal per 100g Lentil crisp bread 150 kcal Rice cakes must be single packed. Lentil crisp bread must be portion packed. Protein cookies must either be single or portion packed. The product packaging must include standard consumer information in Finnish, Swedish, and English (optional). The product packaging must not contain any direct or indirect messaging unrelated to the product. Weight of the transportation box cannot exceed 400 kg. Transportation box needs to withstand storage handling and transportation by food delivery fleet. If the transportation box is over 20 kg, it needs to be delivered on a top of a pallet.
Procedure identifier : 19b6209e-64b3-4ae5-91b9-9079dd5cabf1
Internal identifier : 567890
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

2.1.2 Place of performance

Anywhere in the European Economic Area

2.1.3 Value

Estimated value excluding VAT : 60 000 Euro

2.1.4 General information

Additional information : When submitting tenders, please submit product information documents as well.
Legal basis :
Directive 2014/24/EU

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 3
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 2

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy under national law : The economic operator is in any analogous situation like bankruptcy arising from a similar procedure under national laws and regulations.
Bankruptcy : The economic operator is bankrupt.
Corruption : The economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein has been the subject of a conviction by final judgment for corruption, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable.
Arrangement with creditors : The economic operator is in arrangement with creditors.
Participation in a criminal organisation : The economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein has been the subject of a conviction by final judgment for participation in a criminal organisation, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable.
Agreements with other economic operators aimed at distorting competition : The economic operator has entered into agreements with other economic operators aimed at distorting competition.
Breaching of obligations in the fields of environmental law : The economic operator has breached its obligations in the field of environmental law.
Money laundering or terrorist financing : The economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein has been the subject of a conviction by final judgment for money laundering or terrorist financing, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable.
Fraud : The economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein has been the subject of a conviction by final judgment for fraud, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable.
Child labour and other forms of trafficking in human beings : The economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein has been the subject of a conviction by final judgment for child labour and other forms of trafficking in human beings, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable.
Insolvency : The economic operator is the subject of insolvency or winding-up.
Breaching of obligations in the fields of labour law : The economic operator has breached its obligations in the field of labour law.
Assets being administered by liquidator : The assets of the economic operator are being administered by a liquidator or by the court.
Purely national exclusion grounds : Any person who is a member of the economic operator’s administrative, management or supervisory body or has powers of representation, decision or control therein has been the subject of a conviction by final judgment for work safety offence, working hours offence, work discrimination, extortionate work discrimination, violation of the right to organise or unauthorised use of foreign labour.
Conflict of interest due to its participation in the procurement procedure : The economic operator is aware of any conflict of interest, as indicated in national law, the relevant notice or the procurement documents due to its participation in the procurement procedure.
Direct or indirect involvement in the preparation of this procurement procedure : The economic operator or an undertaking related to it has advised the contracting authority or contracting entity or otherwise been involved in the preparation of the procurement procedure.
Guilty of grave professional misconduct : The economic operator is guilty of grave professional misconduct.
Early termination, damages or other comparable sanctions : The economic operator has experienced that a prior public contract, a prior contract with a contracting entity or a prior concession contract was terminated early, or that damages or other comparable sanctions were imposed in connection with that prior contract.
Breaching of obligations in the fields of social law : The economic operator has breached its obligations in the field of social law.
Payment of social security contributions : The economic operator has breached its obligations relating to the payment social security contributions, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment.
Business activities are suspended : The business activities of the economic operator are suspended.
Payment of taxes : The economic operator has breached its obligations relating to the payment of taxes, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment.
Terrorist offences or offences linked to terrorist activities : The economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein has been the subject of a conviction by final judgment for terrorist offences or offences linked to terrorist activities, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable.

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Rice cakes
Description : This procurement part is described in the general description of the procurement and in the documents.
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 : 20/09/2025
Duration end date : 20/09/2028

5.1.4 Renewal

Maximum renewals : 1

5.1.5 Value

Estimated value excluding VAT : 160 000 Euro

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
This procurement is also suitable for small and medium-sized enterprises (SMEs) : no

5.1.7 Strategic procurement

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

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Use of this criterion : Not used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price per kg
Description : Price per kg
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 89
Criterion :
Type : Quality
Name : Shelf-life, Delivery time, allergens
Description : Shelf-life, Delivery time, allergens
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 11

5.1.11 Procurement documents

Deadline for requesting additional information : 09/08/2025 12:00 +00:00

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 22/08/2025 12:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 22/08/2025 12:01 +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 :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Markkinaoikeus

5.1 Lot technical ID : LOT-0002

Title : Lentil crisp bread
Description : This procurement part is described in the general description of the procurement and in the documents.
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 : 20/09/2025
Duration end date : 20/09/2028

5.1.4 Renewal

Maximum renewals : 1

5.1.5 Value

Estimated value excluding VAT : 240 000 Euro

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
This procurement is also suitable for small and medium-sized enterprises (SMEs) : no

5.1.7 Strategic procurement

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

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Use of this criterion : Not used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price per KG
Description : Price per KG
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 89
Criterion :
Type : Quality
Name : Shelf-life, Delivery time, allergens
Description : Price per KG
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 11

5.1.11 Procurement documents

Deadline for requesting additional information : 09/08/2025 12:00 +00:00

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 22/08/2025 12:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 22/08/2025 12:01 +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 :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Markkinaoikeus

5.1 Lot technical ID : LOT-0003

Title : Protein cookies
Description : This procurement part is described in the general description of the procurement and in the documents.
Internal identifier : 3

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 : 20/09/2025
Duration end date : 20/09/2028

5.1.4 Renewal

Maximum renewals : 1

5.1.5 Value

Estimated value excluding VAT : 220 000 Euro

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
This procurement is also suitable for small and medium-sized enterprises (SMEs) : no

5.1.7 Strategic procurement

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

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Use of this criterion : Not used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price per KG
Description : Price per KG
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 89
Criterion :
Type : Quality
Name : Shelf-life, Delivery time, allergens
Description : Shelf-life, Delivery time, allergens
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 11

5.1.11 Procurement documents

Deadline for requesting additional information : 09/08/2025 12:00 +00:00

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 22/08/2025 12:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 22/08/2025 12:01 +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 :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Markkinaoikeus

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 ( FI1D2 )
Country : Finland
Contact point : Leijona Catering Procurement
Telephone : +358 104320000
Roles of this organisation :
Buyer

8.1 ORG-0003

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 : a29cf3dc-8766-40a8-8e64-464b143bf5ff - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 30/06/2025 07:17 +00:00
Notice dispatch date (eSender) : 30/06/2025 07:26 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00424186-2025
OJ S issue number : 123/2025
Publication date : 01/07/2025