Dairy

Bærum municipality, hereafter called the contracting authority, invites tenderers to an open tender contest for a contract for the procurement of dairy products in Bærum municipality. The contracting authority is obliged to make its procurements with the tenderer with which a framework agreement has been signed, and the chosen tenderer …

CPV: 15500000 Maitotaloustuotteet, 03333000 Tuore lehmänmaito, 15000000 Elintarvikkeet, juomat, tupakka ja vastaavat tuotteet, 15510000 Maito ja kerma, 15511000 Maito, 15511100 Pastöroitu maito, 15511200 Steriloitu maito, 15511210 Iskukuumennettu maito, 15511300 Rasvaton maito, 15511400 Kevytmaito, 15511500 Täysmaito, 15530000 Voi, 15540000 Juustotuotteet, 15541000 Juustot, 15542000 Tuorejuusto, 15542200 Pehmeät juustot, 15543300 Juustoraaste, 15551000 Jogurtti ja muut hapanmaitotuotteet, 15551300 Jogurtti, 15551310 Maustamaton jogurtti, 15551320 Maustettu jogurtti, 15982200 Maitokaakaojuoma
Määräaika:
12. marraskuuta 2025 kello 11.00
Määräajan tyyppi:
Tarjouksen jättäminen
Teloituspaikka:
Dairy
Myöntävä elin:
BÆRUM KOMMUNE
Myöntämisnumero:
2025/477

1. Buyer

1.1 Buyer

Official name : BÆRUM 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 : Dairy
Description : Bærum municipality, hereafter called the contracting authority, invites tenderers to an open tender contest for a contract for the procurement of dairy products in Bærum municipality. The contracting authority is obliged to make its procurements with the tenderer with which a framework agreement has been signed, and the chosen tenderer is obliged, according to the contract, to be ordered by the contracting authority. Bærum municipality shall be a climate-wise municipality where it is easy to live, live and live in a way that safeguards climate and the environment. Bærum municipality has a large spotlight on safety and stand-by. Bærum kommune is part of the project Local food in the Oslo region.
Procedure identifier : c743cf73-c86b-4cdf-b10d-db25b6cc4270
Internal identifier : 2025/477
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : The procurement shall include: Liquid dairy products (e.g. milk, sour cream)Solid dairy products (e.g. cheese) Ecological dairy products: The procurement shall ensure a cost efficient and quality-good delivery of dairy products to Bærum municipality's service places. The delivery shall be adapted to different needs and patterns of use, and it shall contribute to efficient operation and good meal experiences. The target group and users of the agreementThe framework agreement is primarily aimed at the municipality ́s large consumers, including: Bærum institutional kitchenPersonal canteen in the Knowledge Centre, Canteen, these service places require dairy products in large packages, have storage capacity and there are no requirements for frequent delivery. The contract shall also be available for other service locations in the municipality and it will always apply for all of the Contracting Authority's addresses. The character and interaction of the agreement with other contracts The framework agreement is non-exclusive and shall function parallel to the municipality ́s agreement for internet-based grocery trading. The internet based agreement is adapted to service locations with smaller orders, a need for quick delivery and limited storage capacity, such as: Nursery SchoolsSenior Centres Goals for the contract The Contracting Authority has the following aims of the agreement: Volume products shall be ordered with competitive prices, as specified in the price form. The products shall be easily accessible and easy to find in the supplier ́s internet shop. The focus shall be on quality in the entire value chain - from production to final user - to ensure good meal experiences. Strategic considerationsCorrect food in the Oslo regionBærum kommune participates in the project Local food in the Oslo region, which is a sub-project under Product Logistics in the West Corridor (ViV). The project aims at reducing the number of miles driven within goods transport, including through shorter value chains and increased procurements of locally produced food. The project includes work with: Infrastructure for ordering and distribution Competence raising Anchoring in the organisation Regulations for procurement The aim is to strengthen local business development, stand-by and enjoyment of food, as well as to increase the proportion of local food to 15% of the municipality's total food procurements. There are currently no suppliers of local dairy products, but this may change during the contract period. Social security and stand-byBærum municipality has prepared a contingency plan that shall contribute to the development of safe and robust communities. Tenderers must be prepared to contribute to security of supplies as needed. Climate strategy 2030 The municipality ́s main aim in climate strategy 2030 is to: Reduce greenhouse gas emissionsForce climate adaptation Create a sustainable society The procurement shall support these targets, including by choosing products, packaging and transport systems.

2.1.1 Purpose

Main nature of the contract : Supplies
Additional nature of the contract : Services
Main classification ( cpv ): 15500000 Dairy products
Additional classification ( cpv ): 03333000 Fresh cows' milk
Additional classification ( cpv ): 15000000 Food, beverages, tobacco and related products
Additional classification ( cpv ): 15510000 Milk and cream
Additional classification ( cpv ): 15511000 Milk
Additional classification ( cpv ): 15511100 Pasteurised milk
Additional classification ( cpv ): 15511200 Sterilised milk
Additional classification ( cpv ): 15511210 UHT milk
Additional classification ( cpv ): 15511300 Skimmed milk
Additional classification ( cpv ): 15511400 Semi-skimmed milk
Additional classification ( cpv ): 15511500 Full-cream milk
Additional classification ( cpv ): 15530000 Butter
Additional classification ( cpv ): 15540000 Cheese products
Additional classification ( cpv ): 15541000 Table cheese
Additional classification ( cpv ): 15542000 Fresh cheese
Additional classification ( cpv ): 15542200 Soft cheese
Additional classification ( cpv ): 15543300 Grated cheese
Additional classification ( cpv ): 15551000 Yoghurt and other fermented milk products
Additional classification ( cpv ): 15551300 Yoghurt
Additional classification ( cpv ): 15551310 Unflavoured yoghurt
Additional classification ( cpv ): 15551320 Flavoured yoghurt
Additional classification ( cpv ): 15982200 Chocolate milk

2.1.2 Place of performance

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

2.1.3 Value

Estimated value excluding VAT : 45 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - The procurement will be carried out in accordance with the Public Procurement Act (LOA) and the Public Procurement Regulations (FOA) parts I and part III.
Anskaffelsesforskriften - Questions and answers have been added.

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 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?

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Dairy
Description : Bærum municipality, hereafter called the contracting authority, invites tenderers to an open tender contest for a contract for the procurement of dairy products in Bærum municipality. The contracting authority is obliged to make its procurements with the tenderer with which a framework agreement has been signed, and the chosen tenderer is obliged, according to the contract, to be ordered by the contracting authority. Bærum municipality shall be a climate-wise municipality where it is easy to live, live and live in a way that safeguards climate and the environment. Bærum municipality has a large spotlight on safety and stand-by. Bærum kommune is part of the project Local food in the Oslo region.
Internal identifier : 2025/477

5.1.1 Purpose

Main nature of the contract : Supplies
Additional nature of the contract : Services
Main classification ( cpv ): 15500000 Dairy products
Additional classification ( cpv ): 03333000 Fresh cows' milk
Additional classification ( cpv ): 15000000 Food, beverages, tobacco and related products
Additional classification ( cpv ): 15510000 Milk and cream
Additional classification ( cpv ): 15511000 Milk
Additional classification ( cpv ): 15511100 Pasteurised milk
Additional classification ( cpv ): 15511200 Sterilised milk
Additional classification ( cpv ): 15511210 UHT milk
Additional classification ( cpv ): 15511300 Skimmed milk
Additional classification ( cpv ): 15511400 Semi-skimmed milk
Additional classification ( cpv ): 15511500 Full-cream milk
Additional classification ( cpv ): 15530000 Butter
Additional classification ( cpv ): 15540000 Cheese products
Additional classification ( cpv ): 15541000 Table cheese
Additional classification ( cpv ): 15542000 Fresh cheese
Additional classification ( cpv ): 15542200 Soft cheese
Additional classification ( cpv ): 15543300 Grated cheese
Additional classification ( cpv ): 15551000 Yoghurt and other fermented milk products
Additional classification ( cpv ): 15551300 Yoghurt
Additional classification ( cpv ): 15551310 Unflavoured yoghurt
Additional classification ( cpv ): 15551320 Flavoured yoghurt
Additional classification ( cpv ): 15982200 Chocolate milk

5.1.2 Place of performance

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

5.1.3 Estimated duration

Start date : 14/12/2025
Duration end date : 14/11/2029

5.1.5 Value

Estimated value excluding VAT : 45 000 000 Norwegian krone
Maximum value of the framework agreement : 55 000 000 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
This procurement is also suitable for small and medium-sized enterprises (SMEs) : no

5.1.7 Strategic procurement

Approach to reducing environmental impacts : Climate change mitigation
Green Procurement Criteria : Other Green Public Procurement criteria

5.1.9 Selection criteria

Sources of selection criteria : Notice, Procurement Document, European Single Procurement Document (ESPD)
Criterion : Enrolment in a trade register
Description : The tenderer shall be registered in a company register or trade register in the country where the tenderer is established.
Criterion : Other economic or financial requirements
Description : Taxes and duties Altinn.no The tenderer shall have settled conditions in relation to payment of taxes and duties in the country where the tenderer is established. The certificate shall not be older than six months, from expiry of the tender deadline. Norwegian tenderers who are not VAT obliged must provide confirmation of this from the Norwegian tax authorities. Foreign tenderers must provide certificates from authorities equivalent to the Norwegian authorities.
Criterion : Financial ratio
Description : Economy The tenderer is required to be financially solvent, which gives the contracting authority the security that the tenderer will be financially viable throughout the period of the agreement. Documentation requirement: The contracting authority will obtain an extended report. The report contains the auditor's report, negative payment remarks, accounts and rating history, and shall be based on the last known accounting figures. The extended report from the Norwegian company will be assessed for Norwegian companies that submit a tender on behalf of a foreign company. Companies without a satisfactory credit rating, newly established companies with a credit rating of AN, some foreign companies or companies without reporting obligation to the Brønnøysund Register Centre will not always be able to document that the requirement is fulfilled. In such cases, they will be able to compensate with a satisfactory credit rating which provides an equivalent security for implementation ability. Such alternative documentation shall be included with the tender. If the tenderer has valid reasons for not submitting the documentation requested by the contracting authority, the tenderer can prove his economic and financial position with any other document that the Contracting Authority deems suitable. The contracting authority reserves the right to obtain updated credit assessments from a publicly certified credit rating company.
Criterion : Technicians or technical bodies for quality control
Description : Implementation ability Tenderers are required to have an organisation that has the capacity to fulfil the contract. Documentation requirement: A description of the tenderer's technical personnel or technical units the tenderer has at their disposition to fulfil the contract, regardless of whether they belong to the company or not. and a description of how the tenderer shall carry out and solve the assignment.
Criterion : Technicians or technical bodies for quality control
Description : Experience Experience from equivalent/similar assignments is required. Equivalent/similar assignments means, for example, the sale and delivery of dairy products to municipalities. Documentation requirement: List of the three most important deliveries or services performed during the past three years, including information about the value, time, and the name of the public or private recipient with contact information. For newly established companies, the tenderer can be based on their employees' experience with the service from previous working conditions in the last three years. Under this point, the contracting authority will only assess whether the tenderer has sufficient experience with equivalent assignments.
Criterion : Technicians or technical bodies for quality control
Description : Quality assurance system A good and well-functioning quality management system is required for the requested services. The concept of a quality management system is that i.a. the tenderer has a awareness of quality objectives, planning, securing, handling of deviations, quality improvement and data security. Documentation requirement: An account of the tenderer ́s quality management system, or a copy of a quality management certificate in accordance with ISO 9001:2015 or an equivalent certificate.
Criterion : Environmental management measures
Description : Environmental management system Systems and procedures are required that ensure low environmental impact when performing the delivery. The environmental management system must i.a. ensure continual improvement of: • the organisation ́s competence in environment and safety • the performance ́s climate impact Documentation requirement, Report on the tenderer's environmental management system, or a copy of a certificate of environmental management system in accordance with ISO 14001:2015, Miljøfyrtårn, EMAS or equivalent certificate. The contracting authority will accept other documentation for equivalent environmental management measures if the tenderer is unable to 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 quality assurance standards or environmental management systems or standards.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Address of the procurement documents : https://permalink.mercell.com/266884800.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 : Not allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Deadline for receipt of tenders : 12/11/2025 11:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 12/11/2025 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 : 10
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : RINGERIKE, ASKER OG BÆRUM TINGRRETT
Information about review deadlines : In accordance with the procurement regulations.
Organisation receiving requests to participate : BÆRUM KOMMUNE
Organisation processing tenders : BÆRUM KOMMUNE

8. Organisations

8.1 ORG-0001

Official name : BÆRUM KOMMUNE
Registration number : 935478715
Postal address : Postboks 700
Town : SANDVIKA
Postcode : 1304
Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Contact point : Børge Fjelldal
Telephone : +47 67504050
Roles of this organisation :
Buyer
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : RINGERIKE, ASKER OG BÆRUM TINGRRETT
Registration number : 926725963
Postal address : POSTBOKS 578
Town : SANDVIKA
Postcode : 1302
Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Telephone : +47 67576500
Roles of this organisation :
Review organisation

10. Change

Version of the previous notice to be changed : b6ab8227-87ed-435c-b416-f6aaa71781bb-01
Main reason for change : Information updated
Description : Questions and answers have been added.

10.1 Change

Section identifier : PROCEDURE

Notice information

Notice identifier/version : bf70fbc2-bb78-47b2-8906-7ef0516b0b68 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 07/10/2025 07:20 +00:00
Notice dispatch date (eSender) : 07/10/2025 07:32 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00657880-2025
OJ S issue number : 193/2025
Publication date : 08/10/2025