Framework agreement for coffee machines, water dispensers and the accompanying consumables

Østfold University College invites tenderers to a tender contest for a new framework agreement for the hire of coffee machines with the accompanying accessories and ingredients. Furthermore, the agreement will include the hire of water dispensers to ensure access to fresh drinking water. The procurement will also include regular service …

CPV: 03131100 Grains de café, 15000000 Produits alimentaires, boissons, tabac et produits connexes, 15840000 Cacao; chocolat et sucreries, 15860000 Café, thé et produits connexes, 15981000 Eau minérale, 39000000 Meubles (y compris les meubles de bureau), aménagements, appareils électroménagers (à l'exclusion de l'éclairage) et produits de nettoyage, 39700000 Appareils ménagers, 39710000 Appareils ménagers électriques, 39711000 Appareils électrodomestiques pour la cuisine, 39711310 Cafetières électriques, 50531000 Services de réparation et d'entretien de machines non électriques
Délai:
27 juin 2025 10:00
Type de délai:
Soumission d'offres
Lieu d'exécution:
Framework agreement for coffee machines, water dispensers and the accompanying consumables
Service d'adjudication:
Høgskolen i Østfold
Numéro d'adjudication:
25/02927

1. Buyer

1.1 Buyer

Official name : Høgskolen i Østfold
Legal type of the buyer : Central government authority
Activity of the contracting authority : Education

2. Procedure

2.1 Procedure

Title : Framework agreement for coffee machines, water dispensers and the accompanying consumables
Description : Østfold University College invites tenderers to a tender contest for a new framework agreement for the hire of coffee machines with the accompanying accessories and ingredients. Furthermore, the agreement will include the hire of water dispensers to ensure access to fresh drinking water. The procurement will also include regular service to ensure minimal downtime.
Procedure identifier : cdd214db-dc71-4e59-b34e-46163701bdcb
Internal identifier : 25/02927
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : Open tender contest in accordance with the regulations parts 1 and 3.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 15000000 Food, beverages, tobacco and related products
Additional classification ( cpv ): 03131100 Coffee beans
Additional classification ( cpv ): 15840000 Cocoa; chocolate and sugar confectionery
Additional classification ( cpv ): 15860000 Coffee, tea and related products
Additional classification ( cpv ): 15981000 Mineral water
Additional classification ( cpv ): 39000000 Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
Additional classification ( cpv ): 39700000 Domestic appliances
Additional classification ( cpv ): 39710000 Electrical domestic appliances
Additional classification ( cpv ): 39711000 Electrical domestic appliances for use with foodstuffs
Additional classification ( cpv ): 39711310 Electric coffee makers
Additional classification ( cpv ): 50531000 Repair and maintenance services for non-electrical machinery

2.1.2 Place of performance

Postal address : B R A Veien 4
Town : Halden
Postcode : 1757
Country subdivision (NUTS) : Østfold ( NO083 )
Country : Norway
Additional information : Concerns Østfold University College locations both in Fredrikstad and Halden.

2.1.4 General information

Legal basis :
Directive 2014/24/EU
LOA & FOA del 3 -

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 coffee machines, water dispensers and the accompanying consumables
Description : Østfold University College invites tenderers to a tender contest for a new framework agreement for the hire of coffee machines with the accompanying accessories and ingredients. Furthermore, the agreement will include the hire of water dispensers to ensure access to fresh drinking water. The procurement will also include regular service to ensure minimal downtime.
Internal identifier : 25/02927

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 15000000 Food, beverages, tobacco and related products
Additional classification ( cpv ): 03131100 Coffee beans
Additional classification ( cpv ): 15840000 Cocoa; chocolate and sugar confectionery
Additional classification ( cpv ): 15860000 Coffee, tea and related products
Additional classification ( cpv ): 15981000 Mineral water
Additional classification ( cpv ): 39000000 Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
Additional classification ( cpv ): 39700000 Domestic appliances
Additional classification ( cpv ): 39710000 Electrical domestic appliances
Additional classification ( cpv ): 39711000 Electrical domestic appliances for use with foodstuffs
Additional classification ( cpv ): 39711310 Electric coffee makers
Additional classification ( cpv ): 50531000 Repair and maintenance services for non-electrical machinery

5.1.2 Place of performance

Postal address : B R A Veien 4
Town : Halden
Postcode : 1757
Country subdivision (NUTS) : Østfold ( NO083 )
Country : Norway
Additional information : Concerns Østfold University College locations both in Fredrikstad and Halden.

5.1.3 Estimated duration

Duration : 3 Year

5.1.4 Renewal

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

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
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes

5.1.7 Strategic procurement

Green Procurement Criteria : EU Green Public Procurement criteria

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a relevant professional register
Description : Tenderers shall be registered in a company register, professional register or one commerce register in the country where the tenderer is established.
Criterion : Other economic or financial requirements
Description : Tenderers must have sufficient economic and financial capacity to be able to fulfil the contract.
Criterion : References on specified deliveries
Description : Tenderers shall have sufficient technical and professional qualifications to be able to fulfil the contract. Tenderers are required to have relevant experience with comparable assignments.
Criterion : Certificates by quality control institutes
Description : Tenderers shall comply with the following standards: ISO9001 - Quality assurance or equivalent. ISO14001 - Environmental management or equivalent.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Price
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 35
Criterion :
Type : Quality
Name : Quality
Description : Quality
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 35
Criterion :
Type : Quality
Name : Environment
Description : Environment
Category of award threshold criterion : Weight (points, middle of a range)
Award criterion number : 30
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 16/06/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=59707

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 : 27/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 91 Day
Information about public opening :
Opening date : 27/06/2025 10:01 +00:00
Place : Halden
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : Not yet known
A non-disclosure agreement is required : no
Electronic invoicing : Required
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 : Søndre Østfold tingrett -
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed : Søndre Østfold tingrett -
Organisation providing information concerning the general regulatory framework for environmental protection applicable in the place where the contract is to be performed : Søndre Østfold tingrett -
Organisation providing information concerning the general regulatory framework for employment protection and working conditions applicable in the place where the contract is to be performed : Søndre Østfold tingrett -
Organisation providing additional information about the procurement procedure : Høgskolen i Østfold -
Organisation providing offline access to the procurement documents : Høgskolen i Østfold -
Organisation providing more information on the review procedures : Høgskolen i Østfold -
Organisation receiving requests to participate : Høgskolen i Østfold -
Organisation processing tenders : Høgskolen i Østfold -

8. Organisations

8.1 ORG-0001

Official name : Høgskolen i Østfold
Registration number : 971567376
Department : Innkjøp
Postal address : B R A veien 4
Town : Halden
Postcode : 1757
Country subdivision (NUTS) : Østfold ( NO083 )
Country : Norway
Contact point : Mia Catrine Johansen
Telephone : +4769608000
Internet address : http://www.hiof.no
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders
Organisation providing more information on the review procedures

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
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed
Organisation providing information concerning the general regulatory framework for environmental protection applicable in the place where the contract is to be performed
Organisation providing information concerning the general regulatory framework for employment protection and working conditions applicable in the place where the contract is to be performed
Notice information
Notice identifier/version : 3a18d1c5-9899-41eb-9fad-c6773611c0fe - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 26/05/2025 16:31 +00:00
Notice dispatch date (eSender) : 26/05/2025 16:45 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00343058-2025
OJ S issue number : 102/2025
Publication date : 28/05/2025