Fruit and vegetables to Troms County

Troms County (hereafter called the contracting authority) shall enter into a new framework agreement for the delivery of fresh fruit and vegetables to our canteens. The contract shall enter into daily operation of the contracting authority ́s canteens, where the aim is to cover the customers ́needs for food products …

CPV: 03000000 Kmetijski, ribiški, gozdarski in z njimi povezani proizvodi, 03200000 Žita, krompir, vrtnine, sadje in lupinarji, 03210000 Žita in krompir, 03220000 Vrtnine, sadje in lupinarji, 03221000 Vrtnine, 03221100 Korenovke in gomoljnice, 03221200 Plodovke, 03221300 Listne vrtnine, 03221400 Kapusnice, 03222000 Sadje in oreški, 03222100 Tropsko sadje in oreški, 03222200 Citrusi, 03222300 Netropsko sadje, 03222400 Olive, 15000000 Živila, pijače, tobačni izdelki in z njimi povezani izdelki, 15300000 Sadje, zelenjave in pripadajoči proizvodi, 15310000 Krompir in izdelki iz krompirja, 15330000 Predelano sadje in vrtnine
Rok:
4. julij 2025. 10:00
Vrsta roka:
Oddaja ponudbe
Kraj izvršitve:
Fruit and vegetables to Troms County
Organ za podeljevanje:
Troms fylkeskommune
Številka dodelitve:
25/07144

1. Buyer

1.1 Buyer

Official name : Troms fylkeskommune
Legal type of the buyer : Regional authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Fruit and vegetables to Troms County
Description : Troms County (hereafter called the contracting authority) shall enter into a new framework agreement for the delivery of fresh fruit and vegetables to our canteens. The contract shall enter into daily operation of the contracting authority ́s canteens, where the aim is to cover the customers ́needs for food products of good quality within the assortment of fruit and vegetables. The contract shall ensure that the contracting authority, in accordance with the current laws and regulations, achieves a cost efficient and rational procurement of fruit and vegetables. The products included in the contract shall be used for both food production and serving. See the attached documents for a more detailed description of the contracting authority ́s needs and requirements for the delivery.
Procedure identifier : 4d1a5e7c-f826-4ca2-a3d3-90539ba373aa
Internal identifier : 25/07144
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : A framework agreement shall be signed for a period of two years + one year + one year.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 03220000 Vegetables, fruits and nuts
Additional classification ( cpv ): 03000000 Agricultural, farming, fishing, forestry and related products
Additional classification ( cpv ): 03200000 Cereals, potatoes, vegetables, fruits and nuts
Additional classification ( cpv ): 03210000 Cereals and potatoes
Additional classification ( cpv ): 03221000 Vegetables
Additional classification ( cpv ): 03221100 Root and tuber vegetables
Additional classification ( cpv ): 03221200 Fruit vegetables
Additional classification ( cpv ): 03221300 Leaf vegetables
Additional classification ( cpv ): 03221400 Cabbage vegetables
Additional classification ( cpv ): 03222000 Fruit and nuts
Additional classification ( cpv ): 03222100 Tropical fruit and nuts
Additional classification ( cpv ): 03222200 Citrus fruit
Additional classification ( cpv ): 03222300 Non-tropical fruit
Additional classification ( cpv ): 03222400 Olives
Additional classification ( cpv ): 15000000 Food, beverages, tobacco and related products
Additional classification ( cpv ): 15300000 Fruit, vegetables and related products
Additional classification ( cpv ): 15310000 Potatoes and potato products
Additional classification ( cpv ): 15330000 Processed fruit and vegetables

2.1.2 Place of performance

Country subdivision (NUTS) : Troms/Romsa/Tromssa ( NO072 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 5 800 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - Part I and part III of the Procurement Regulations.

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-0000

Title : Fruit and vegetables to Troms County
Description : Troms County (hereafter called the contracting authority) shall enter into a new framework agreement for the delivery of fresh fruit and vegetables to our canteens. The contract shall enter into daily operation of the contracting authority ́s canteens, where the aim is to cover the customers ́needs for food products of good quality within the assortment of fruit and vegetables. The contract shall ensure that the contracting authority, in accordance with the current laws and regulations, achieves a cost efficient and rational procurement of fruit and vegetables. The products included in the contract shall be used for both food production and serving. See the attached documents for a more detailed description of the contracting authority ́s needs and requirements for the delivery.
Internal identifier : 25/07144

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 03220000 Vegetables, fruits and nuts
Additional classification ( cpv ): 03000000 Agricultural, farming, fishing, forestry and related products
Additional classification ( cpv ): 03200000 Cereals, potatoes, vegetables, fruits and nuts
Additional classification ( cpv ): 03210000 Cereals and potatoes
Additional classification ( cpv ): 03221000 Vegetables
Additional classification ( cpv ): 03221100 Root and tuber vegetables
Additional classification ( cpv ): 03221200 Fruit vegetables
Additional classification ( cpv ): 03221300 Leaf vegetables
Additional classification ( cpv ): 03221400 Cabbage vegetables
Additional classification ( cpv ): 03222000 Fruit and nuts
Additional classification ( cpv ): 03222100 Tropical fruit and nuts
Additional classification ( cpv ): 03222200 Citrus fruit
Additional classification ( cpv ): 03222300 Non-tropical fruit
Additional classification ( cpv ): 03222400 Olives
Additional classification ( cpv ): 15000000 Food, beverages, tobacco and related products
Additional classification ( cpv ): 15300000 Fruit, vegetables and related products
Additional classification ( cpv ): 15310000 Potatoes and potato products
Additional classification ( cpv ): 15330000 Processed fruit and vegetables

5.1.2 Place of performance

Country subdivision (NUTS) : Troms/Romsa/Tromssa ( NO072 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : 1 year + 1 year.

5.1.5 Value

Estimated value excluding VAT : 5 800 000 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
Information about previous notices :
Identifier of the previous notice : 274233-2025

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a relevant professional register
Description : The organisational and legal position of the tenderer. Requirement: Tenderers shall document that the company is legally established and registered in a company register or a trade register in the member state in which the tenderer is established. for example, the Brønnøysund Register Centre. Foreign companies: Verification that the tenderer is registered in a company register, professional register or a commerce register in the country where the tenderer is established.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : The contract will be awarded based on which tender has the lowest price.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 100
Criterion :
Type : Quality
Name : Climate and environmental requirements in the requirement specifications.
Description : According to the Procurement Regulations § 7-9 fourth paragraph, the award criteria in accordance with the second and third paragraphs can be replaced with climate and environmental requirements in the requirement specifications, if it is clear that this provides a better climate and environmental effect and this is justified in the procurement documents. If the contracting authority does not prioritise in line with the third section, climate and environmental requirements shall be set in the requirement specifications, and this shall be justified in the procurement documents. It is considered clear in this procurement that the use of the minimum requirements in the requirement specifications will provide a better climate and environmental effect than that achieved by weighting climate and the environment by 30%. The procurement is assessed in a lifetime perspective and areas for climate and environmental gains have been identified and used as the basis for the requirements set. Based on market mapping including a supplier dialogue (RFI) In May 2025 and the competitive situation, it is considered that the market is mature in order to set minimum requirements for climate and environment for products and services in this procurement of fruit and vegetables. There are a number of requirements regarding, among other things, packaging, recycling schemes, food waste, transport and organic products, see the requirement specifications point 8.1-8.14. The transport part of the procurement is considered suitable for setting minimum requirements for emission free transport. There are requirements for a minimum of 25% of the meetings in the contract the first contract year shall be with vehicles that go completely on electricity, hydrogen, biogas or a combination thereof. The share is therefore required to increase by 15% for each contract year. In this way, it is ensured that a share of the service is emission free with the accompanying climate gains both locally and globally. By setting this as an evaluation requirement, we had no guarantee of equal value from the reduction of greenhouse gas emissions. There are strict requirements regarding the assortment of ecological products, which in turn can generate major environmental gains from contract use. Furthermore, packaging is required that avoid use of unnecessary packaging, halogenous packaging, as well as an increased share of reuse and recycling of packaging and the use of recycling materials in packaging. If these requirements had been set as evaluation requirements, it would not have been certain that the winning tender offer had offered equivalent quality of packaging and organic assortment. By setting the requirements as the minimum requirements in the requirement specification, the contracting authority clearly gives a better climate and environmental effect than weighting the award criteria environment by 30%.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 0
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 : 26/06/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/258315088.aspx

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Not allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Deadline for receipt of tenders : 04/07/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 04/07/2025 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 : 1
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Nord-Troms og Senja tingrett -
Information about review deadlines : In accordance with the rules for appeals.

8. Organisations

8.1 ORG-0001

Official name : Troms fylkeskommune
Registration number : 930068128
Postal address : Postboks 6600
Town : Tromsø
Postcode : 9296
Country subdivision (NUTS) : Troms/Romsa/Tromssa ( NO072 )
Country : Norway
Contact point : Frida Hansen
Telephone : +47 77788000
Internet address : https://www.tromsfylke.no/
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Nord-Troms og Senja tingrett
Registration number : 926723022
Department : Tromsø
Town : Tromsø
Postcode : 9008
Country subdivision (NUTS) : Troms/Romsa/Tromssa ( NO072 )
Country : Norway
Telephone : 77603400
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : c54e1a15-abaf-4e64-865d-a5e42884c94b - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 30/05/2025 12:10 +00:00
Notice dispatch date (eSender) : 30/05/2025 12:30 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00351520-2025
OJ S issue number : 104/2025
Publication date : 02/06/2025