Framework agreement for the procurement of institutional kitchen equipment and service

the objective of this framework agreement is to facilitate the conditions to cover the need for cost efficient procurements of institutional kitchen equipment for all canteens operated by a canteen operator connected to a contract with the Norwegian Ministries Security and Service Organisation (DSS). The agreement shall also cover service …

CPV: 39312200 Ebédlői berendezések, 39315000 Éttermi berendezések, 39711100 Hűtő- és fagyasztógépek, 39711110 Hűtő-fagyasztó gépek, 39711130 Hűtőgépek, 42513000 Hűtő- és fagyasztóberendezés, 42513200 Hűtőberendezés, 42513220 Hűtőpult, 42513290 Kereskedelmi hűtőberendezés, 55510000 Étkezdei szolgáltatások, 45330000 Víz-, gázvezeték-szerelési és szaniterszerelési munka, 50000000 Javítási és karbantartási szolgáltatások, 50530000 Gépjavítási és -karbantartási szolgáltatások, 50532000 Villamos géppel, készülékkel és hozzá tartozó berendezéssel kapcsolatos javítási és karbantartási szolgáltatások, 50730000 Hűtőaggregáttal (rendszerrel) kapcsolatos javítási és karbantartási szolgáltatások, 50882000 Éttermi berendezéssel kapcsolatos javítási és karbantartási szolgáltatások, 50883000 Élelmezési berendezéssel kapcsolatos javítási és karbantartási szolgáltatások, 55322000 Ételfőzési szolgáltatások, 55330000 Büfészolgáltatás, 51500000 Géppel és berendezéssel kapcsolatos szerelési szolgáltatások, 51514000 Különféle általános célú gépekkel kapcsolatos szerelési szolgáltatások, 55321000 Ételkészítési szolgáltatások, 55512000 Büféüzemeltetési szolgáltatások
Határidő:
2025. június 12. 10:00
A határidő típusa:
Ajánlat benyújtása
A végrehajtás helye:
Framework agreement for the procurement of institutional kitchen equipment and service
Díjat odaítélő szervezet:
Departementenes sikkerhets- og serviceorganisasjon
Díj száma:
25/417

1. Buyer

1.1 Buyer

Official name : Departementenes sikkerhets- og serviceorganisasjon
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Framework agreement for the procurement of institutional kitchen equipment and service
Description : the objective of this framework agreement is to facilitate the conditions to cover the need for cost efficient procurements of institutional kitchen equipment for all canteens operated by a canteen operator connected to a contract with the Norwegian Ministries Security and Service Organisation (DSS). The agreement shall also cover service on existing and new institutional kitchen equipment. Other entities connected to the joint ministries, the Office of the Prime Minister (SMK) and the Attorney General can also use this agreement and are considered as a Customer in accordance with this contract. The framework agreement will be valid for 2 years, with an option for an extension for a further 1+1 years on unchanged terms, to a total maximum of four years. The procurement ́s value is approx. NOK 5-7 million excluding VAT for a four year period. Emphasis is put on the fact that this is only a guiding estimate. The estimate is based on historical figures and the expected development. The estimated value is not binding for the Contracting Authority. The contracting authority has the right, but not an obligation, to procure goods and service for this framework agreement. The contracting authority will not be bound to procure a specific volume during the framework agreement period. The agreement is not exclusive. See annex 1 of the contract for further details on the delivery.
Procedure identifier : ded9f6a2-087b-4084-9fc1-0438b439719c
Internal identifier : 25/417
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 39312200 Canteen equipment
Additional classification ( cpv ): 39315000 Restaurant equipment
Additional classification ( cpv ): 39711100 Refrigerators and freezers
Additional classification ( cpv ): 39711110 Refrigerator-freezers
Additional classification ( cpv ): 39711130 Refrigerators
Additional classification ( cpv ): 42513000 Refrigerating and freezing equipment
Additional classification ( cpv ): 42513200 Refrigerating equipment
Additional classification ( cpv ): 42513220 Refrigerated counters
Additional classification ( cpv ): 42513290 Commercial refrigerating equipment
Additional classification ( cpv ): 45330000 Plumbing and sanitary works
Additional classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 50530000 Repair and maintenance services of machinery
Additional classification ( cpv ): 50532000 Repair and maintenance services of electrical machinery, apparatus and associated equipment
Additional classification ( cpv ): 50730000 Repair and maintenance services of cooler groups
Additional classification ( cpv ): 50882000 Repair and maintenance services of restaurant equipment
Additional classification ( cpv ): 50883000 Repair and maintenance services of catering equipment
Additional classification ( cpv ): 51500000 Installation services of machinery and equipment
Additional classification ( cpv ): 51514000 Installation services of miscellaneous general-purpose machinery
Additional classification ( cpv ): 55321000 Meal-preparation services
Additional classification ( cpv ): 55322000 Meal-cooking services
Additional classification ( cpv ): 55330000 Cafeteria services
Additional classification ( cpv ): 55510000 Canteen services
Additional classification ( cpv ): 55512000 Canteen management services

2.1.2 Place of performance

Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 7 000 000 Norwegian krone
Maximum value of the framework agreement : 7 000 000 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 : Have the tenderer:a) given grossly incorrect information when notifying the information required to verify that there is no basis for rejection, or of the qualification requirements being met,b) failed to provide such information,c) subject to immediately submitting the supporting documents requested by the Contracting Authority, ord) improperly affecting 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?
Lack of reliability to exclude risks to the security of the country : In accordance with the law.
Breaching of obligations set under purely national exclusion grounds : In accordance with the law.
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 the procurement of institutional kitchen equipment and service
Description : the objective of this framework agreement is to facilitate the conditions to cover the need for cost efficient procurements of institutional kitchen equipment for all canteens operated by a canteen operator connected to a contract with the Norwegian Ministries Security and Service Organisation (DSS). The agreement shall also cover service on existing and new institutional kitchen equipment. Other entities connected to the joint ministries, the Office of the Prime Minister (SMK) and the Attorney General can also use this agreement and are considered as a Customer in accordance with this contract. The framework agreement will be valid for 2 years, with an option for an extension for a further 1+1 years on unchanged terms, to a total maximum of four years. The procurement ́s value is approx. NOK 5-7 million excluding VAT for a four year period. Emphasis is put on the fact that this is only a guiding estimate. The estimate is based on historical figures and the expected development. The estimated value is not binding for the Contracting Authority. The contracting authority has the right, but not an obligation, to procure goods and service for this framework agreement. The contracting authority will not be bound to procure a specific volume during the framework agreement period. The agreement is not exclusive. See annex 1 of the contract for further details on the delivery.
Internal identifier : 25/417

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 39312200 Canteen equipment
Additional classification ( cpv ): 39315000 Restaurant equipment
Additional classification ( cpv ): 39711100 Refrigerators and freezers
Additional classification ( cpv ): 39711110 Refrigerator-freezers
Additional classification ( cpv ): 39711130 Refrigerators
Additional classification ( cpv ): 42513000 Refrigerating and freezing equipment
Additional classification ( cpv ): 42513200 Refrigerating equipment
Additional classification ( cpv ): 42513220 Refrigerated counters
Additional classification ( cpv ): 42513290 Commercial refrigerating equipment
Additional classification ( cpv ): 45330000 Plumbing and sanitary works
Additional classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 50530000 Repair and maintenance services of machinery
Additional classification ( cpv ): 50532000 Repair and maintenance services of electrical machinery, apparatus and associated equipment
Additional classification ( cpv ): 50730000 Repair and maintenance services of cooler groups
Additional classification ( cpv ): 50882000 Repair and maintenance services of restaurant equipment
Additional classification ( cpv ): 50883000 Repair and maintenance services of catering equipment
Additional classification ( cpv ): 51500000 Installation services of machinery and equipment
Additional classification ( cpv ): 51514000 Installation services of miscellaneous general-purpose machinery
Additional classification ( cpv ): 55321000 Meal-preparation services
Additional classification ( cpv ): 55322000 Meal-cooking services
Additional classification ( cpv ): 55330000 Cafeteria services
Additional classification ( cpv ): 55510000 Canteen services
Additional classification ( cpv ): 55512000 Canteen management services

5.1.2 Place of performance

Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 4 Year

5.1.5 Value

Estimated value excluding VAT : 7 000 000 Norwegian krone
Maximum value of the framework agreement : 7 000 000 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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : Requirement: Payment of taxes and duties. Documentation: Norwegian tenderers: Tax certificate, not older than six months, confirming that the tenderer has fulfilled his tax, social security and VAT payments, can be ordered and obtained from Altinn by using a separate link on the skatteetaten.no. If this is not possible, it can be ordered from the tax collector or the Norwegian Tax Administration. The certificate is electronically certified and is therefore not signed. See the skatteetaten.no for further information.
Criterion : Enrolment in a relevant professional register
Description : Requirement: The tenderer shall be a legally established company. Documentation: • Norwegian companies: Company Registration Certificate or printout from the Unit Register for non-registration obligatory individual companies. Foreign companies: Confirmation that the company is registered in a trade or business register as prescribed by the law of the country where the business is established. The confirmation can be delivered in writing or a referral to BRIS.
Criterion : Other economic or financial requirements
Description : Requirement: Tenderers shall have sufficient economic and financial capacity to fulfil a contract of an equivalent nature and scope, in which, among other things, being creditworthy without any requirement for collateral will be adequate. Documentation: Credit rating with key figures from a certified credit rating company, or other documentation verifying that the requirement is met. The credit rating shall include the credit rating degree (rating) of the tenderer - typically indicated by a rating code or brief text. The assessment shall include, or be attached, an explanation on the rating code/scale of possible rating codes. The assessment shall be based on the last annual accounts.
Criterion : Measures for ensuring quality
Description : Requirement 1: The tenderer must have sufficient ability and experience to be able to carry out the delivery. Documentation: Description of the tenderer's up to three most relevant assignments in the last three years. The descriptions shall include the contract value, date and name of the recipient (if possible). Relevant assignments mean deliveries of institutional kitchen equipment and service assignments as specified in Annex 1 of the contract. The description shall as a minimum contain: • Brief description of the delivery • Date of execution • Extent of the delivery in amounts for the entire contract period. • Name and telephone number of the reference person at the contracting authority. Tenderers are themselves responsible for ensuring that the description is of such a nature that it documents that the requirement is met. Requirement 2: The tenderer shall have sufficient capacity to be able to carry out a contract of an equivalent nature and extent. Documentation: A description of the tenderer's annual average workforce within service during the last three years. Requirement 3: Tenderers shall have environmental management measures that ensure that the contract ́s environmental requirements are complied with. Documentation: A description of the tenderer's environmental management measures. • If a tenderer is certified in accordance with ISO 14001, EMAS, Miljøfyrtårn or equivalent, a copy of a valid certificate can be enclosed, provided that the environmental management measures are covered by the certification scheme. Tenderers shall also enclose extracts from the certification that show the relevant environmental management measures, or describe them.

5.1.11 Procurement documents

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
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 12/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
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 : 100
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Oslo Tingrett -
Information about review deadlines : In accordance with the law.
Organisation providing more information on the review procedures : Departementenes sikkerhets- og serviceorganisasjon -

8. Organisations

8.1 ORG-0001

Official name : Departementenes sikkerhets- og serviceorganisasjon
Registration number : 974 761 424
Postal address : Postboks 8129 Dep
Town : Oslo
Postcode : 0032
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Vinushiha Garithas
Telephone : +47 22249090
Internet address : https://www.regjeringen.no
Roles of this organisation :
Buyer
Central purchasing body acquiring supplies and/or services intended for other buyers
Central purchasing body awarding public contracts or concluding framework agreements for works, supplies or services intended for other buyers
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Oslo Tingrett
Registration number : 974 714 647
Postal address : Postboks 2106 Vika
Town : Oslo
Postcode : 0125
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : +47 22035200
Internet address : http://www.domstol.no/otir
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : 8711542d-e101-4a7f-8ffc-31e7b45b863a - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 08/05/2025 13:22 +00:00
Notice dispatch date (eSender) : 08/05/2025 13:35 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00305833-2025
OJ S issue number : 91/2025
Publication date : 13/05/2025