Framework agreement for fresh meat and processed meat products.

Rakkestad municipality hereby invites tenderers to a competition for a framework agreement for the delivery of fresh meat and processed meat products. The contract includes, among other things, the following product categories: Fresh meat products. Processed meat products. Lamb/sheep, cattle/bull/calf, pig and chicken. Sausages and spreads. Other meat products as …

CPV: 15100000 Loomsed tooted, liha ja lihatooted, 15110000 Liha
Tähtaeg:
sept. 30, 2025, 10 e.l.
Tähtaja tüüp:
Pakkumise esitamine
Täitmise koht:
Framework agreement for fresh meat and processed meat products.
Auhindade andmise asutus:
Rakkestad kommune
Auhinna number:
25/2

1. Buyer

1.1 Buyer

Official name : Rakkestad kommune
Legal type of the buyer : Regional authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Framework agreement for fresh meat and processed meat products.
Description : Rakkestad municipality hereby invites tenderers to a competition for a framework agreement for the delivery of fresh meat and processed meat products. The contract includes, among other things, the following product categories: Fresh meat products. Processed meat products. Lamb/sheep, cattle/bull/calf, pig and chicken. Sausages and spreads. Other meat products as needed. The framework agreement shall cover the municipality ́s ongoing need for such products during the contract period. The central kitchen will be the main user of the contract, but deliveries shall be able to be made to all of the municipality ́s entities.
Procedure identifier : 78cc2f74-66ad-405d-8845-028d004469a4
Internal identifier : 25/2
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) dated 12 August 2016 no. 974, part I and part III.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 15100000 Animal products, meat and meat products
Additional classification ( cpv ): 15110000 Meat

2.1.2 Place of performance

Postal address : Rådhusveien 8
Town : Rakkestad
Postcode : 1890
Country subdivision (NUTS) : Østfold ( NO083 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 3 200 000 Norwegian krone
Maximum value of the framework agreement : 3 200 000 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? 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 : 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 : 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 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-0000

Title : Framework agreement for fresh meat and processed meat products.
Description : Rakkestad municipality hereby invites tenderers to a competition for a framework agreement for the delivery of fresh meat and processed meat products. The contract includes, among other things, the following product categories: Fresh meat products. Processed meat products. Lamb/sheep, cattle/bull/calf, pig and chicken. Sausages and spreads. Other meat products as needed. The framework agreement shall cover the municipality ́s ongoing need for such products during the contract period. The central kitchen will be the main user of the contract, but deliveries shall be able to be made to all of the municipality ́s entities.
Internal identifier : 25/2

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 15100000 Animal products, meat and meat products
Additional classification ( cpv ): 15110000 Meat

5.1.2 Place of performance

Postal address : Rådhusveien 8
Town : Rakkestad
Postcode : 1890
Country subdivision (NUTS) : Østfold ( NO083 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 01/12/2025
Duration end date : 30/10/2027

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : 1 + 1 year, total 2 years.

5.1.5 Value

Estimated value excluding VAT : 3 200 000 Norwegian krone
Maximum value of the framework agreement : 3 200 000 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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : In Norway, the completion of the European self-declaration form (see part 6 in the basis) has been set as unalterable requirements for all procurements above the EEA threshold values, see the regulations applicable for public procurements. A European self-declaration form is required according to the procurement directives applicable for the EEA area.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 18/09/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=67906

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
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 30/09/2025 10:00 +00:00
Deadline until which the tender must remain valid : 59 Day
Information about public opening :
Opening date : 30/09/2025 10:05 +00:00
Place : Rakkestad
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, with 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 : Søndre Østfold tingrett
Information about review deadlines : 10 days waiting period after the contract award.
Organisation receiving requests to participate : Rakkestad kommune

8. Organisations

8.1 ORG-0001

Official name : Rakkestad kommune
Registration number : 945372281
Department : Hovedkontor
Postal address : Rådhusveien 8
Town : Rakkestad
Postcode : 1890
Country subdivision (NUTS) : Østfold ( NO083 )
Country : Norway
Contact point : Ole Harald Førisdahl
Telephone : +47
Roles of this organisation :
Buyer
Organisation receiving requests to participate

8.1 ORG-0002

Official name : Søndre Østfold tingrett
Registration number : 926 722 808
Postal address : Postboks 113
Town : Fredrikstad
Postcode : 1601
Country subdivision (NUTS) : Østfold ( NO083 )
Country : Norway
Telephone : 69 79 77 00
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : e464bb88-0841-43d6-90bb-db8b40768350 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 29/08/2025 09:26 +00:00
Notice dispatch date (eSender) : 29/08/2025 09:27 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00568137-2025
OJ S issue number : 166/2025
Publication date : 01/09/2025