Bio-fuel oil in bulk - prequalification - four independent sub-contracts (R01339, R01712, R01713 and R01714)

The objective of the framework agreement is to cover the need for bioflighting oil, used for heating, delivered in bulk. The procurement will be carried out as a negotiated procedure in accordance with the public procurement regulations § 13-2 letter c.Ref. the tender documentation part I invitation for a more …

CPV: 09000000 Naftas produkti, degviela, elektroenerģija un pārējie enerģijas avoti, 09100000 Degvielas, 09134230 Biodīzeļdegviela, 09135100 Kurināmās eļļas
Izpildes vieta:
Bio-fuel oil in bulk - prequalification - four independent sub-contracts (R01339, R01712, R01713 and R01714)
Piešķīrēja iestāde:
Forsvarsbygg
Piešķīruma numurs:
2022/4820

1. Buyer

1.1 Buyer

Official name : Forsvarsbygg
Legal type of the buyer : Defence contractor
Activity of the contracting authority : Defence

2. Procedure

2.1 Procedure

Title : Bio-fuel oil in bulk - prequalification - four independent sub-contracts (R01339, R01712, R01713 and R01714)
Description : The objective of the framework agreement is to cover the need for bioflighting oil, used for heating, delivered in bulk. The procurement will be carried out as a negotiated procedure in accordance with the public procurement regulations § 13-2 letter c.Ref. the tender documentation part I invitation for a more detailed description of the procedure, see the special text under the heading "phase 1 - prequalification phase".
Procedure identifier : d86c48bb-845a-4de4-b732-b7d908091dbd
Internal identifier : 2022/4820
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The procurement is divided into the following independent sub-contracts: Sub-contract 1: The Norwegian Defence Estates Agency, Northern Region, North - contract number R01339Delkontrakt 2: Forsvarsbygg region north, south - contract number R01712Delkontrakt 3: Forsvarsbygg region vest - contract number R01713Delkontrakt 4: Forsvarsbygg region øst - contract number R01714It is possible to submit a tender offer for one or several of the sub-areas above. Each sub area will be evaluated individually and treated as separate competitions.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 09135100 Heating oil
Additional classification ( cpv ): 09000000 Petroleum products, fuel, electricity and other sources of energy
Additional classification ( cpv ): 09100000 Fuels
Additional classification ( cpv ): 09134230 Biodiesel

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 203 840 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - See the tender documentation.

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 4
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 4

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?
Breaching of obligations set under purely national exclusion grounds : The contracting authority shall state that in Norway there are national rejection reasons. These shall be described in the procurement documents. Tenderers must respond to whether they are in one or more of the situations described in the national rejection reasons. Will the purely national rejection reasons, as stated in the relevant notice or in the procurement documents, apply?
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-0001

Title : R01712 Bio-fuel oil RENO south
Description : The objective of the framework agreement is to cover the need for bioflighting oil, used for heating, delivered in bulk. The procurement will be carried out as a negotiated procedure in accordance with the public procurement regulations § 13-2 letter c. Refer to the tender documentation part I invitation for further description of the procedure.

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 09135100 Heating oil

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : Applies to the Norwegian Defence Estates Agency, northern region. The following main locations: Reitan Booth

5.1.3 Estimated duration

Duration : 12 Month

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 : References on specified deliveries
Description : Overview of the three (3) most important relevant deliveries of bioflighting oil that the tenderer has carried out in the last three years within the geographical areas the tenderer submits tenders for, together with information on the contract ́s value, date of execution, as well as names and contact information of the recipient of the services. NB - Three (3) relevant deliveries per geographical sub-area a tender is submitted for. The Norwegian Defence Estates Agency reserves the right to contact the listed reference persons in order to confirm the assignment. NB! When using sub-suppliers to collectively fulfil the requirement, a separate document must be enclosed for the sub-supplier.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Average yearly manpower
Description : Description of the tenderer's average annual workforce and the number of employees in the management during the last three years. Description of how much of the contract the tenderer is considering to outsource to sub-suppliers. NB! When using sub-suppliers to collectively fulfil the requirement, a separate document must be enclosed for the sub-supplier.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Enrolment in a trade register
Description : Foreign tenderers must present documentation that confirms that the company is legally registered in its home country. Norwegian tenderers do not need to document fulfilment of this requirement beyond the presentation of tax and VAT certificates, cf. the information below. 'Tax and VAT certificate' (RF-1316). The certificate can be ordered via www.altinn.no. The certificate shall not be older than 6 months from the tender deadline. (only for Norwegian tenderers)
Criterion : Financial ratio
Description : Credit assessment of the tenderer, not older than six months calculated from the deadline for receipt of tenders. The result of the credit rating must be given as a graded value (letters or numbers) on a defined scale. The credit rating shall include an assessment of the tenderer's payment history/reliability. NB! If the tenderer, in order to comply with the requirement, presents guarantees from other companies (e.g. the parent company), an equivalent credit rating must be submitted for that company. Furthermore, a legally binding confirmation must be enclosed from this company stating that they have joint and several liability under the contract. Newly established companies that cannot present a relevant credit rating can enclose alternative documentation that states, among other things, accounts/balance, key figures, payment history and payment remarks.
Criterion : Measures for ensuring quality
Description : Copy of a certificate issued by an independent body confirming that the tenderer fulfils the quality assurance standard NS-EN ISO 9001:2015, ISO 27001 or equivalent certificate. If a tenderer is not certified, documentation shall be given that he has a good and well-functioning quality assurance system.
Criterion : Environmental management measures
Description : Tenderers shall enclose valid certificates from third party verified systems, for example; • Eco-lighthouse programme • ISO 14001 • EMAS. Other equivalent environmental management systems can also be accepted, but then after these have been assessed concretely based on the submitted documentation.
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 3
Maximum number of candidates to be invited for the second stage of the procedure : 5
The procedure will take place in successive stages. At each stage, some participants may be eliminated
The buyer reserves the right to award the contract on the basis of the initial tenders without any further negotiations

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
Deadline for receipt of requests to participate : 16/06/2025 10:00 +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 : 3
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Oslo tingrett -
Organisation providing more information on the review procedures : Oslo tingrett -

5.1 Lot technical ID : LOT-0002

Title : R01713 Bio-fuel oil REVE
Description : The objective of the framework agreement is to cover the need for bioflighting oil, used for heating, delivered in bulk. The procurement will be carried out as a negotiated procedure in accordance with the public procurement regulations § 13-2 letter c. Refer to the tender documentation part I invitation for further description of the procedure.

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 09135100 Heating oil

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : The contract will apply for the Norwegian Defence Estates Agency Western Region. The following main locations: Ørland Air Station Værnes Haakonsvern - Norway Kjevik - Wikipedia

5.1.3 Estimated duration

Duration : 12 Month

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 : References on specified deliveries
Description : Overview of the three (3) most important relevant deliveries of bioflighting oil that the tenderer has carried out in the last three years within the geographical areas the tenderer submits tenders for, together with information on the contract ́s value, date of execution, as well as names and contact information of the recipient of the services. NB - Three (3) relevant deliveries per geographical sub-area a tender is submitted for. The Norwegian Defence Estates Agency reserves the right to contact the listed reference persons in order to confirm the assignment. NB! When using sub-suppliers to collectively fulfil the requirement, a separate document must be enclosed for sub-suppliers.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Average yearly manpower
Description : Description of the tenderer's average annual workforce and the number of employees in the management during the last three years. Description of how much of the contract the tenderer is considering to outsource to sub-suppliers. NB! When using sub-suppliers to collectively fulfil the requirement, a separate document must be enclosed for the sub-supplier.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Enrolment in a trade register
Description : Foreign tenderers must present documentation that confirms that the company is legally registered in its home country. Norwegian tenderers do not need to document fulfilment of this requirement beyond the presentation of tax and VAT certificates, cf. the information below. 'Tax and VAT certificate' (RF-1316). The certificate can be ordered via www.altinn.no. The certificate shall not be older than 6 months from the tender deadline. (only for Norwegian tenderers)
Criterion : Financial ratio
Description : Credit assessment of the tenderer, not older than six months calculated from the deadline for receipt of tenders. The result of the credit rating must be given as a graded value (letters or numbers) on a defined scale. The credit rating shall include an assessment of the tenderer's payment history/reliability. NB! If the tenderer, in order to comply with the requirement, presents guarantees from other companies (e.g. the parent company), an equivalent credit rating must be submitted for that company. Furthermore, a legally binding confirmation must be enclosed from this company stating that they have joint and several liability under the contract. Recently established companies that cannot present a relevant credit rating can enclose alternative documentation that states, among other things, accounts/balance, key figures, payment history and payment remarks.
Criterion : Measures for ensuring quality
Description : Copy of a certificate issued by an independent body confirming that the tenderer fulfils the quality assurance standard NS-EN ISO 9001:2015, ISO 27001 or equivalent certificate. If a tenderer is not certified, documentation shall be given that he has a good and well-functioning quality assurance system.
Criterion : Environmental management measures
Description : Tenderers shall enclose valid certificates from third party verified systems, for example; • Eco-lighthouse programme • ISO 14001 • EMAS. Other equivalent environmental management systems can also be accepted, but then after these have been assessed concretely based on the submitted documentation.
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 3
Maximum number of candidates to be invited for the second stage of the procedure : 5
The procedure will take place in successive stages. At each stage, some participants may be eliminated
The buyer reserves the right to award the contract on the basis of the initial tenders without any further negotiations

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
Deadline for receipt of requests to participate : 16/06/2025 10:00 +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 : 3
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 : See the tender documentation

5.1 Lot technical ID : LOT-0003

Title : R01714 Bio-fuel oil REØS
Description : The objective of the framework agreement is to cover the need for bioflighting oil, used for heating, delivered in bulk. The procurement will be carried out as a negotiated procedure in accordance with the public procurement regulations § 13-2 letter c. Refer to the tender documentation part I invitation for further description of the procedure.

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 09135100 Heating oil

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : The agreement applies to the Norwegian Defence Estates Agency Eastern Region. The following main locations: Rygge Main Air Station Karljohansvern shipyard HVVS Dombås The Riding House Rena Camp

5.1.3 Estimated duration

Duration : 12 Month

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 : References on specified deliveries
Description : Overview of the three (3) most important relevant deliveries of bioflighting oil that the tenderer has carried out in the last three years within the geographical areas the tenderer submits tenders for, together with information on the contract ́s value, date of execution, as well as names and contact information of the recipient of the services. NB - Three (3) relevant deliveries per geographical sub-area a tender is submitted for. The Norwegian Defence Estates Agency reserves the right to contact the listed reference persons in order to confirm the assignment. NB! When using sub-suppliers to collectively fulfil the requirement, a separate document must be enclosed for the sub-supplier.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Average yearly manpower
Description : Description of the tenderer's average annual workforce and the number of employees in the management during the last three years. Description of how much of the contract the tenderer is considering to outsource to sub-suppliers. NB! When using sub-suppliers to collectively fulfil the requirement, a separate document must be enclosed for the sub-supplier.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Enrolment in a trade register
Description : Foreign tenderers must present documentation that confirms that the company is legally registered in its home country. Norwegian tenderers do not need to document fulfilment of this requirement beyond the presentation of tax and VAT certificates, cf. the information below. 'Tax and VAT certificate' (RF-1316). The certificate can be ordered via www.altinn.no. The certificate shall not be older than 6 months from the tender deadline. (only for Norwegian tenderers)
Criterion : Financial ratio
Description : Credit assessment of the tenderer, not older than six months calculated from the deadline for receipt of tenders. The result of the credit rating must be given as a graded value (letters or numbers) on a defined scale. The credit rating shall include an assessment of the tenderer's payment history/reliability. NB! If the tenderer, in order to comply with the requirement, presents guarantees from other companies (e.g. the parent company), an equivalent credit rating must be submitted for that company. Furthermore, a legally binding confirmation must be enclosed from this company stating that they have joint and several liability under the contract. Recently established companies that cannot present a relevant credit rating can enclose alternative documentation that states, among other things, accounts/balance, key figures, payment history and payment remarks.
Criterion : Measures for ensuring quality
Description : Copy of a certificate issued by an independent body confirming that the tenderer fulfils the quality assurance standard NS-EN ISO 9001:2015, ISO 27001 or equivalent certificate. If a tenderer is not certified, documentation shall be given that he has a good and well-functioning quality assurance system.
Criterion : Environmental management measures
Description : Tenderers shall enclose valid certificates from third party verified systems, for example; • Eco-lighthouse programme • ISO 14001 • EMAS. Other equivalent environmental management systems can also be accepted, but then after these have been assessed concretely based on the submitted documentation.
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 3
Maximum number of candidates to be invited for the second stage of the procedure : 5
The procedure will take place in successive stages. At each stage, some participants may be eliminated
The buyer reserves the right to award the contract on the basis of the initial tenders without any further negotiations

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
Deadline for receipt of requests to participate : 16/06/2025 10:00 +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 : 3
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 : See the tender documentation

5.1 Lot technical ID : LOT-0004

Title : R01339 Bio-fuel oil RENO north
Description : The objective of the framework agreement is to cover the need for bioflighting oil, used for heating, delivered in bulk. The procurement will be carried out as a negotiated procedure in accordance with the public procurement regulations § 13-2 letter c. Refer to the tender documentation part I invitation for further description of the procedure.

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 09135100 Heating oil

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : Applies to the Norwegian Defence Estates Agency, northern region. The following main locations: Bardufoss, Heggelia Rusta Skjold, Akkaseter Setermoen camp Bjerkvik - Wikipedia Ramsund - Norway Evenes Air Station Sortland Andøya

5.1.3 Estimated duration

Duration : 12 Month

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 : References on specified deliveries
Description : Overview of the three (3) most important relevant deliveries of bioflighting oil that the tenderer has carried out in the last three years within the geographical areas the tenderer submits tenders for, together with information on the contract ́s value, date of execution, as well as names and contact information of the recipient of the services. NB - Three (3) relevant deliveries per geographical sub-area a tender is submitted for. The Norwegian Defence Estates Agency reserves the right to contact the listed reference persons in order to confirm the assignment. NB! When using sub-suppliers to collectively fulfil the requirement, a separate document must be enclosed for sub-suppliers.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Average yearly manpower
Description : Description of the tenderer's average annual workforce and the number of employees in the management during the last three years. Description of how much of the contract the tenderer is considering to outsource to sub-suppliers. NB! When using sub-suppliers to collectively fulfil the requirement, a separate document must be enclosed for the sub-supplier.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Enrolment in a trade register
Description : Foreign tenderers must present documentation that confirms that the company is legally registered in its home country. Norwegian tenderers do not need to document fulfilment of this requirement beyond the presentation of tax and VAT certificates, cf. the information below. 'Tax and VAT certificate' (RF-1316). The certificate can be ordered via www.altinn.no. The certificate shall not be older than 6 months from the tender deadline. (only for Norwegian tenderers)
Criterion : Financial ratio
Description : Credit assessment of the tenderer, not older than six months calculated from the deadline for receipt of tenders. The result of the credit rating must be given as a graded value (letters or numbers) on a defined scale. The credit rating shall include an assessment of the tenderer's payment history/reliability. NB! If the tenderer, in order to comply with the requirement, presents guarantees from other companies (e.g. the parent company), an equivalent credit rating must be submitted for that company. Furthermore, a legally binding confirmation must be enclosed from this company stating that they have joint and several liability under the contract. Recently established companies that cannot present a relevant credit rating can enclose alternative documentation that states, among other things, accounts/balance, key figures, payment history and payment remarks.
Criterion : Measures for ensuring quality
Description : Copy of a certificate issued by an independent body confirming that the tenderer fulfils the quality assurance standard NS-EN ISO 9001:2015, ISO 27001 or equivalent certificate. If a tenderer is not certified, documentation shall be given that he has a good and well-functioning quality assurance system.
Criterion : Environmental management measures
Description : Tenderers shall enclose valid certificates from third party verified systems, for example; • Eco-lighthouse programme • ISO 14001 • EMAS. Other equivalent environmental management systems can also be accepted, but then after these have been assessed concretely based on the submitted documentation.
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 3
Maximum number of candidates to be invited for the second stage of the procedure : 5
The procedure will take place in successive stages. At each stage, some participants may be eliminated
The buyer reserves the right to award the contract on the basis of the initial tenders without any further negotiations

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
Deadline for receipt of requests to participate : 16/06/2025 10:00 +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 : 3
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 : See the tender documentation

8. Organisations

8.1 ORG-0001

Official name : Forsvarsbygg
Registration number : 975950662
Postal address : Grev Wedels plass 5
Town : OSLO
Postcode : 0151
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Kristin Svendsen
Telephone : 46870400
Internet address : http://www.forsvarsbygg.no
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Oslo tingrett
Registration number : 926725939
Town : Oslo
Postcode : 0130
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : 22035200
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures
Notice information
Notice identifier/version : 7c1ef28e-8e05-4121-aaef-7478015e26ff - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 19/05/2025 08:12 +00:00
Notice dispatch date (eSender) : 19/05/2025 08:26 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00324875-2025
OJ S issue number : 96/2025
Publication date : 20/05/2025