The aim of the agreement is to cover the customer ́s need for food products for use in food production and serving in small households. This means foods in consumer pack sizes, typically equivalent pack sizes that can be purchased in-store and can be purchased in unit packages (i.e. suppliers must be able to make bulk of sales packages that contain several units).
Frist
Fristen for mottak av tilbud var 2025-02-10.
Anskaffelsen ble publisert 2025-01-08.
Kunngjøring av konkurranse (2025-01-08) Gjenstand Anskaffelsens omfang
Tittel: Procurement - Food products in household sizes, 2025
Referansenummer: 24/113
Kort beskrivelse:
“The aim of the agreement is to cover the customer ́s need for food products for use in food production and serving in small households. This means foods in...”
Kort beskrivelse
The aim of the agreement is to cover the customer ́s need for food products for use in food production and serving in small households. This means foods in consumer pack sizes, typically equivalent pack sizes that can be purchased in-store and can be purchased in unit packages (i.e. suppliers must be able to make bulk of sales packages that contain several units).
Vis mer
Kontrakttype: Varer
Produkter/tjenester: Næringsmidler, drikkevarer, tobakk og relaterte produkter📦
Estimert verdi eksklusive mva: 80 000 000 NOK 💰
Beskrivelse
Beskrivelse av anskaffelsen:
“The aim of the agreement is to cover the customer ́s need for food products for use in food production and serving in small households. This means foods in...”
Beskrivelse av anskaffelsen
The aim of the agreement is to cover the customer ́s need for food products for use in food production and serving in small households. This means foods in consumer pack sizes, typically equivalent pack sizes that can be purchased in-store and can be purchased in unit packages (i.e. suppliers must be able to make bulk of sales packages that contain several units).
Vis mer
Tilleggsinformasjon:
“It is very challenging to estimate the value/extent of the framework agreement, partly because equivalent agreements have not been previously had. The...”
Tilleggsinformasjon
It is very challenging to estimate the value/extent of the framework agreement, partly because equivalent agreements have not been previously had. The contracting authority ́s best estimate is that it can be procured for approx. NOK 10 - 20 million excluding VAT on this contract per annum. I.e. approx. NOK 40 - 80 million excluding VAT, total over 4 years. In addition to being challenging to estimate, the value/scope of this framework agreement will vary from year to year and it depends on different factors. The contracting authority has therefore set an upper limit on this agreement in order to ensure continuity of the deliveries and increased predictability for the customer and the chosen tenderer. The upper ceiling for this framework agreement is set at NOK 90 million excluding VAT.
PARTICIPANTS:
Municipalities, including KF:
-Ålesund
-Giske
-Sykkylven
-Ørsta
-Sula (joins the contract 01.10.25)
-Haram
-Sande
-Vestnes
-Herøy
Other:
- Møre og Romsdal fylkeskommune's units and sixth form colleges south of Romsdalsfjorden
- Kulturavdelinga c/o Ulstein kommune
The following KF is not participating:
-Ålesund kommunale eigedom KF
-Ålesund brannvesen KF
Vis mer
Utførelsessted: Møre og Romsdal🏙️
Varighet: 2 (YEAR)
Tidsrammen nedenfor er uttrykt i antall år.
Informasjon om elektroniske kataloger
Tilbud må presenteres i form av elektroniske kataloger eller inkludere en elektronisk katalog
Tildelingskriterier
Pris ✅
Pris (vekting): 55
Kvalitetskriterium (navn): Environment
Kvalitetskriterium (vekting): 30
Kvalitetskriterium (navn): Quality
Kvalitetskriterium (vekting): 15
Tittel
Identifikasjonsnummer for delkontrakt: LOT-0000
Prosedyre Prosedyretype
Åpen anbudskonkurranse ✅ Administrativ informasjon
Frist for mottak av tilbud eller forespørsler om deltakelse: 2025-02-10 11:00:58 📅
Vilkår for åpning av tilbud: 2025-02-10 11:05:00 📅
Vilkår for åpning av tilbud (sted): Ålesund
Språk som tilbud eller forespørsler om deltakelse kan sendes inn på: norsk 🗣️
Minste tidsramme som tilbyderen må opprettholde tilbudet i: 89
Informasjon om en rammeavtale eller en dynamisk innkjøpsordning
Rammeavtale med flere leverandører ✅
Juridisk, økonomisk, finansiell og teknisk informasjon Økonomisk og finansiell stilling
Liste og kort beskrivelse av utvelgelseskriterier:
“Payment of tax, VAT and other public duties.: This requirement only applies to Norwegian tenderers.
Requirement: Tenderers must have their tax, payroll tax...”
Liste og kort beskrivelse av utvelgelseskriterier
Payment of tax, VAT and other public duties.: This requirement only applies to Norwegian tenderers.
Requirement: Tenderers must have their tax, payroll tax and VAT payments in order in accordance with the legal provisions and the tenderer must not have significant arrears. Any arrears or other irregularities must be justified.
Documentation requirement: Tenderers shall document the requirement through the certificate "Information on tax and duties". The certificate shall be of the type "RF-1507" and not "RF-1316". Tenderers can order this in Altinn on behalf of their business. Read more about the certificate here: https://www.skatteetaten.no/skjema/opplysninger-om-skatt-og-avgift/. Ålesund municipality shall be ordered as a copy recipient, so that the contracting authority receives a copy of the certificate directly to its inbox in Altinn.
Vis mer
Liste og kort beskrivelse av utvelgelseskriterier:
“Credit rating: Requirement: Tenderers must have the financial capacity to fulfil the contract. The tenderer is required to be credit worthy, minimum A, in...”
Liste og kort beskrivelse av utvelgelseskriterier
Credit rating: Requirement: Tenderers must have the financial capacity to fulfil the contract. The tenderer is required to be credit worthy, minimum A, in accordance with Dun & Bradstreet ́s service riskguardian suite (https://riskguardian.bisnode.no), or have the financial capacity to execute the contract based on the contracting authority ́s discretion.
Documentation requirement: The contracting authority will assess the tenderer's finances through RiskGuardian Suite. Tenderers can enclose other necessary information if they believe that RiskGuardian Suite does not provide a correct picture of the financial situation. The RiskGuardian Suite service includes all Nordic countries. As a general rule, the Contracting Authority will not accept credit ratings from other company and accounting information systems than RiskGuardian Suite due to equal treatment of the tenderers. Foreign tenderers outside the Nordic countries will, however, use and accept credit appraisal through Dun & Bradstreet ́s service Credit (https://credit.dnb.com/). Tenderers that the contracting authority cannot find a RiskGuardian Suite (or Credit for suppliers outside the Nordic countries), e.g. newly established tenderers who have not built up a basis for a credit rating, must enclose a declaration/guarantee from a parent company/owner/bank or similar financing institutions, regarding the company's financial and economic position.
Vis mer Vilkår for deltakelse
Liste og kort beskrivelse av regler og kriterier:
“The tenderer fulfils the stated qualification requirements:: All the necessary selection criteria specified in the notice or in the procurement documents...”
Liste og kort beskrivelse av regler og kriterier
The tenderer fulfils the stated qualification requirements:: All the necessary selection criteria specified in the notice or in the procurement documents mentioned in the notice are fulfilled.
“It is very challenging to estimate the value/extent of the framework agreement, partly because equivalent agreements have not been previously had. The...”
It is very challenging to estimate the value/extent of the framework agreement, partly because equivalent agreements have not been previously had. The contracting authority ́s best estimate is that it can be procured for approx. NOK 10 - 20 million excluding VAT on this contract per annum. I.e. approx. NOK 40 - 80 million excluding VAT, total over 4 years. In addition to being challenging to estimate, the value/scope of this framework agreement will vary from year to year and it depends on different factors. The contracting authority has therefore set an upper limit on this agreement in order to ensure continuity of the deliveries and increased predictability for the customer and the chosen tenderer. The upper ceiling for this framework agreement is set at NOK 90 million excluding VAT.