Framework agreement for the procurement of institutional kitchen equipment and service

The aim 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 Zariadenia závodných jedální, 31670000 Elektrické časti strojov alebo prístrojov, 39000000 Nábytok (vrátane kancelárskeho nábytku), zariadenie interiéru, domáce spotrebiče (s výnimkou osvetlenia) a čistiace prostriedky, 39151200 Dielenské pracovné stoly, 39221000 Kuchynské vybavenie, 39300000 Rôzne zariadenia, 39310000 Zariadenia hromadného stravovania, 39311000 Ľahké zariadenia hromadného stravovania, 39312000 Zariadenia na prípravu jedál, 39314000 Priemyselné vybavenie kuchýň, 39315000 Zariadenia reštaurácií, 39710000 Elektrické prístroje pre domácnosť, 39711000 Elektrické prístroje používané v domácnosti na potraviny, 39711100 Chladničky a mrazničky, 39711110 Chladničky s mrazničkou, 39711120 Mrazničky, 39711130 Chladničky, 39711200 Prístroje na spracovanie potravín, 39711211 Mixéry potravín, 39711310 Elektrické kávovary, 39713100 Umývačky riadu, 42124100 Časti strojov a motorov, 42950000 Časti univerzálnych strojov, 42959000 Umývačky riadu nie pre domácnosť, 42970000 Časti umývačiek riadu a strojov na čistenie, plnenie, balenie alebo poťahovanie, 42971000 Časti umývačiek riadu, 45330000 Kanalizačné a sanitárne práce, 51543400 Inštalácia práčovní, strojov na chemické čistenie a sušičiek
Termín:
26. máj 2025 10:00
Typ termínu:
Predloženie ponuky
Miesto vykonania:
Framework agreement for the procurement of institutional kitchen equipment and service
Udeľujúci orgán:
Departementenes sikkerhets- og serviceorganisasjon
Číslo udelenia:
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 aim 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 : 84b1f7c7-215d-4b43-bd60-c3fea653f165
Internal identifier : 25/417
Type of procedure : Other single stage procedure
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 ): 31670000 Electrical parts of machinery or apparatus
Additional classification ( cpv ): 39000000 Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
Additional classification ( cpv ): 39151200 Work benches
Additional classification ( cpv ): 39221000 Kitchen equipment
Additional classification ( cpv ): 39300000 Miscellaneous equipment
Additional classification ( cpv ): 39310000 Catering equipment
Additional classification ( cpv ): 39311000 Light catering equipment
Additional classification ( cpv ): 39312000 Food-preparation equipment
Additional classification ( cpv ): 39314000 Industrial kitchen equipment
Additional classification ( cpv ): 39315000 Restaurant equipment
Additional classification ( cpv ): 39710000 Electrical domestic appliances
Additional classification ( cpv ): 39711000 Electrical domestic appliances for use with foodstuffs
Additional classification ( cpv ): 39711100 Refrigerators and freezers
Additional classification ( cpv ): 39711110 Refrigerator-freezers
Additional classification ( cpv ): 39711120 Freezers
Additional classification ( cpv ): 39711130 Refrigerators
Additional classification ( cpv ): 39711200 Food processors
Additional classification ( cpv ): 39711211 Food mixers
Additional classification ( cpv ): 39711310 Electric coffee makers
Additional classification ( cpv ): 39713100 Dishwashing machines
Additional classification ( cpv ): 42124100 Parts of engines or motors
Additional classification ( cpv ): 42950000 Parts of general-purpose machinery
Additional classification ( cpv ): 42959000 Non-domestic dishwashing machines
Additional classification ( cpv ): 42970000 Parts of dishwashing machines and of machines for cleaning, filling, packing or wrapping
Additional classification ( cpv ): 42971000 Parts of dishwashing machines
Additional classification ( cpv ): 45330000 Plumbing and sanitary works
Additional classification ( cpv ): 51543400 Installation services of laundry washing, dry-cleaning and drying machines

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 7 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy 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.
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.
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.
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.
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)
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?
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.
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).
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).
Child labour and 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).
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.
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.
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.
Guilty of 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?
Guilty of 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.
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 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.
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?
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.
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?
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.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Framework agreement for the procurement of institutional kitchen equipment and service
Description : The aim 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 ): 31670000 Electrical parts of machinery or apparatus
Additional classification ( cpv ): 39000000 Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
Additional classification ( cpv ): 39151200 Work benches
Additional classification ( cpv ): 39221000 Kitchen equipment
Additional classification ( cpv ): 39300000 Miscellaneous equipment
Additional classification ( cpv ): 39310000 Catering equipment
Additional classification ( cpv ): 39311000 Light catering equipment
Additional classification ( cpv ): 39312000 Food-preparation equipment
Additional classification ( cpv ): 39314000 Industrial kitchen equipment
Additional classification ( cpv ): 39315000 Restaurant equipment
Additional classification ( cpv ): 39710000 Electrical domestic appliances
Additional classification ( cpv ): 39711000 Electrical domestic appliances for use with foodstuffs
Additional classification ( cpv ): 39711100 Refrigerators and freezers
Additional classification ( cpv ): 39711110 Refrigerator-freezers
Additional classification ( cpv ): 39711120 Freezers
Additional classification ( cpv ): 39711130 Refrigerators
Additional classification ( cpv ): 39711200 Food processors
Additional classification ( cpv ): 39711211 Food mixers
Additional classification ( cpv ): 39711310 Electric coffee makers
Additional classification ( cpv ): 39713100 Dishwashing machines
Additional classification ( cpv ): 42124100 Parts of engines or motors
Additional classification ( cpv ): 42950000 Parts of general-purpose machinery
Additional classification ( cpv ): 42959000 Non-domestic dishwashing machines
Additional classification ( cpv ): 42970000 Parts of dishwashing machines and of machines for cleaning, filling, packing or wrapping
Additional classification ( cpv ): 42971000 Parts of dishwashing machines
Additional classification ( cpv ): 45330000 Plumbing and sanitary works
Additional classification ( cpv ): 51543400 Installation services of laundry washing, dry-cleaning and drying machines

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 4 Year

5.1.5 Value

Estimated value excluding VAT : 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

Criterion :
Type : Economic and financial standing
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Use of this criterion : Not used

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 tenders : 26/05/2025 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 : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Oslo Tingrett

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 : Norway
Contact point : Julie Elise Vollmerhaus Føyn
Telephone : +47 45859538
Internet address : https://www.dss.dep.no
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Oslo Tingrett
Registration number : 926 725 939
Postal address : Postboks 2106 Vika
Town : Oslo
Postcode : 0125
Country : Norway
Telephone : +47 22035200
Internet address : http://www.domstol.no/otir
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : 3885b568-2717-455a-9f8c-a281f72ebf69 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 14/04/2025 10:55 +00:00
Notice dispatch date (eSender) : 14/04/2025 11:09 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00244254-2025
OJ S issue number : 74/2025
Publication date : 15/04/2025