The contracting authority would like to use this procurement to enter into a framework agreement with one tenderer. The delivery includes the following: 1) Hire of coffee machines with stable operation over time including the procurement of coffee, cocoa, other ingredients and other consumables. 2) Hire of water dispensers that filter and cool water (with and without carbon dioxide) with stable operation over time. The delivery will include the delivery of CO2 cartridges.
Frist
Fristen for mottak av tilbud var 2025-09-12.
Anskaffelsen ble publisert 2025-08-08.
Kunngjøring av konkurranse (2025-08-08) Gjenstand Anskaffelsens omfang
Tittel: Procurement - Hire of coffee machines and water dispensers, 2025
Referansenummer: 25/8027
Kort beskrivelse:
“The contracting authority would like to use this procurement to enter into a framework agreement with one tenderer.
The delivery includes the following:
1)...”
Kort beskrivelse
The contracting authority would like to use this procurement to enter into a framework agreement with one tenderer.
The delivery includes the following:
1) Hire of coffee machines with stable operation over time including the procurement of coffee, cocoa, other ingredients and
other consumables.
2) Hire of water dispensers that filter and cool water (with and without carbon dioxide) with stable operation over time.
The delivery will include the delivery of CO2 cartridges.
Vis mer
Kontrakttype: Varer
Produkter/tjenester: Drikkevareautomat📦
Estimert verdi eksklusive mva: 12 500 000 NOK 💰
Beskrivelse
Beskrivelse av anskaffelsen:
“The contracting authority would like to use this procurement to enter into a framework agreement with one tenderer.
The delivery includes the following:
1)...”
Beskrivelse av anskaffelsen
The contracting authority would like to use this procurement to enter into a framework agreement with one tenderer.
The delivery includes the following:
1) Hire of coffee machines with stable operation over time including the procurement of coffee, cocoa, other ingredients and
other consumables.
2) Hire of water dispensers that filter and cool water (with and without carbon dioxide) with stable operation over time.
The delivery will include the delivery of CO2 cartridges.
Participants in this procurement are:
The Procurement Cooperation in Sunnmøre (municipality,
including municipal companies in each
municipality):
• Ålesund
• Volda
• Sande
• Cyclone
•Fjord
• Ulstein
• Vanylven
•Haram
Other participants:
• Muritunet
Vis mer
Utførelsessted: Møre og Romsdal🏙️
Varighet: 2 (YEAR)
Tidsrammen nedenfor er uttrykt i antall år.
Tildelingskriterier
Kvalitetskriterium (navn): Quality
Kvalitetskriterium (vekting): 40
Kvalitetskriterium (navn): Environment
Kvalitetskriterium (vekting): 30
Pris ✅
Pris (vekting): 30
Tittel
Identifikasjonsnummer for delkontrakt: LOT-0000
Prosedyre Prosedyretype
Åpen anbudskonkurranse ✅ Administrativ informasjon
Frist for mottak av tilbud eller forespørsler om deltakelse: 2025-09-12 10:00:58 📅
Vilkår for åpning av tilbud: 2025-09-12 10:01:00 📅
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 Vilkår for deltakelse
Liste og kort beskrivelse av regler og kriterier:
“Demand:
The tenderer, or employees at the tenderer are required to have experience from at least two equivalent assignments during the last three years....”
Liste og kort beskrivelse av regler og kriterier
Demand:
The tenderer, or employees at the tenderer are required to have experience from at least two equivalent assignments during the last three years. Equivalent assignments means a total delivery, in which the tenderer offers the delivery of coffee machines and water dispensers for hire, including service agreements (with full technical service and guarantee), with the delivery of the ingredients and consumables in addition with a value of minimum NOK 1,000,000 excluding VAT per contract.
Documentation requirement:
Completed annex "The Tenderer's experience" or other document with equivalent information (max. 2 A4 pages): Brief description of the most important deliveries in the last three years, including information on the contract ́s value, delivery frequency, number of delivery points as well as the name of the contracting authority and a description of the assignment ́s content. If another document is used, the response should be on a maximum of 2 A4 pages. The response shall not include a cover page or table of contents. Any pages after page 2 will not be evaluated. Any links etc. in the reply will not be evaluated.
Vis mer
Liste og kort beskrivelse av regler og kriterier:
“Demand:
Tenderers must have the financial capacity to execute the contract.
The tenderer is required to be credit worthy, minimum A, in accordance with...”
Liste og kort beskrivelse av regler og kriterier
Demand:
Tenderers must have the financial capacity to execute 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 carry out their own assessment of the supplier'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/).
Credit rating:
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
Liste og kort beskrivelse av regler og kriterier:
“Due diligence assessments for responsible businesses
Demand:
Tenderers shall be suitable for fulfilment of contractual requirements for due diligence...”
Liste og kort beskrivelse av regler og kriterier
Due diligence assessments for responsible businesses
Demand:
Tenderers shall be suitable for fulfilment of contractual requirements for due diligence assessments for responsible businesses. This means that the tenderer has implemented measures and systems that are used in the tenderer ́s work to safeguard basic human rights and decent working conditions, as well as prevent environmental degradation and corruption.
Documentation requirement:
A description shall be given of the tenderer's systems for working with due diligence assessments in accordance with the UN ́s guiding principles for business and human rights (UNGP) and OECD ́s guidelines for multinational companies. The documentation shall include:
•Formal policy/guidelines that cover an obligation to comply with the requirements of responsible businesses.
•Formal policy/guidelines for accountability for sub-suppliers/the supplier chain, (Supplier Code of Conduct). This shall only be provided if sub-suppliers are used.
• Descriptions of the tenderer's processes and routines for how the company works with due diligence assessments.
• Description of how the tenderer will obtain and maintain an overview of the country of origin and production locations for the products that the tenderer offers.
Vis mer
Liste og kort beskrivelse av regler og kriterier:
“Demand:
Tenderers shall have a good and well-functioning environmental management system, based on ISO 14001, Miljøfyrtårn, EMAS or equivalent, which is...”
Liste og kort beskrivelse av regler og kriterier
Demand:
Tenderers shall have a good and well-functioning environmental management system, based on ISO 14001, Miljøfyrtårn, EMAS or equivalent, which is third-party certified by an accredited certification body.
Documentation requirement:
Copy of a valid system certificate issued by an accredited certification body*
*The contracting authority shall accept other documentation for equivalent measures if the tenderer cannot obtain such certificates by the deadline, and this is not due to the tenderer himself. It is a prerequisite that the tenderer documents that these measures are equivalent to the requested standard/system.
Vis mer
Liste og kort beskrivelse av regler og kriterier:
“For goods or services that are complicated, or that in exceptional cases shall be used for a particular purpose: Will the tenderer allow checks of the...”
Liste og kort beskrivelse av regler og kriterier
For goods or services that are complicated, or that in exceptional cases shall be used for a particular purpose: Will the tenderer allow checks of the tenderer's production capacity or technical capacity and, where necessary, of the survey and research facilities that the tenderer has at its disposal and of quality control measures? The inspections shall be undertaken by the contracting authority or the contracting authority can leave it to a competent public body in the country where the tenderer is established.
Vis mer
Liste og kort beskrivelse av regler og kriterier:
“Procurement of goods: The tenderer presents supplies that shall be delivered, requested samples, descriptions or photographs, which do not need to be...”
Liste og kort beskrivelse av regler og kriterier
Procurement of goods: The tenderer presents supplies that shall be delivered, requested samples, descriptions or photographs, which do not need to be accompanied by certificates that they are genuine.
Vis mer
Liste og kort beskrivelse av regler og kriterier:
“When procurement of goods: If requested, the tenderer further declares that they will deliver the requested certificates that they are genuine.”
Liste og kort beskrivelse av regler og kriterier:
“Can tenderers submit the requested certificates issued by official bodies for quality control, and who can confirm that the goods, which are clearly...”
Liste og kort beskrivelse av regler og kriterier
Can tenderers submit the requested certificates issued by official bodies for quality control, and who can confirm that the goods, which are clearly identified by reference to technical specifications or standards, as determined in the notice or in the procurement documents, are in accordance with these?
Vis mer
Liste og kort beskrivelse av regler og kriterier:
“Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including...”
Liste og kort beskrivelse av regler og kriterier
Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements?
Vis mer
Liste og kort beskrivelse av regler og kriterier:
“Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management...”
Liste og kort beskrivelse av regler og kriterier
Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards?
Utfyllende informasjon Klageinstans
Navn: Møre og Romsdal tingrett
Nasjonalt registreringsnummer: 926 723 200
Postadresse: Postboks 1354
Postnummer: 6001
Poststed: Ålesund
Region: Møre og Romsdal🏙️
Land: Norge 🇳🇴
E-post: more.og.romsdal.tingrett@domstol.no📧
Telefon: 70 33 47 00📞
URL: https://www.domstol.no/no/domstoler/tingrett/more-og-romsdal-tingrett/🌏 Tjeneste hvor informasjon om klageprosedyren kan innhentes
Navn: Ålesund kommune
Nasjonalt registreringsnummer: 929911709
Postadresse: Keiser Wilhelms gate 11
Postnummer: 6003
Poststed: Ålesund
Region: Møre og Romsdal🏙️
Land: Norge 🇳🇴
E-post: irene.fylling2@alesund.kommune.no📧
Telefon: +4770162000📞 Klageprosedyre
Presis informasjon om frister for klageprosedyrer:
“It is as a general rule the district court in the contracting authority ́s household that shall be stated as the body responsible for the formal appeals...”
Presis informasjon om frister for klageprosedyrer
It is as a general rule the district court in the contracting authority ́s household that shall be stated as the body responsible for the formal appeals proceedings. Neither the Contracting Authority itself, Kofa (the complaints body for public procurements) nor other than the courts are considered a "formal complaints body." Therefore it is the court court that will be correct to fill in the relevant field in the notice form. You can find your home care at the https://www.domstol.no/om-domstolene/de-alminnelige-domstolene/tingrettene/.
Even if the contracting authority is not a formal complaints body, it will in most cases be most appropriate for a tenderer or others with an interest in appeals to start their appeals process with an enquiry to the contracting authority. The contracting authority, on certain terms, has the option to alter decisions he has made in a procurement process if the contracting authority is made aware that the decision is contrary to the procurement regulations.
Also the cofa (the complaints body for public procurements) can be used as a complaints body. Kofa is also not to be seen as a formal complaints body as they only give advisory statements on any breach of the procurement regulations. The exception to this is that Kofa may impose an administrative fine on illegal direct procurements. Beyond the fine, only the courts can put power behind their decisions.
Vis mer Informasjon om elektroniske arbeidsflyter
Elektronisk fakturering vil bli akseptert
Elektronisk bestilling vil bli brukt
Elektronisk betaling vil bli brukt
Kilde: OJS 2025/S 152-524836 (2025-08-08)
Kunngjøring av konkurranse (2025-09-09) Gjenstand Anskaffelsens omfang
Estimert verdi eksklusive mva: 12 500 000 NOK 💰
Prosedyre Administrativ informasjon
Frist for mottak av tilbud eller forespørsler om deltakelse: 2025-09-19 10:00:58 📅
Vilkår for åpning av tilbud: 2025-09-19 10:01:00 📅
Minste tidsramme som tilbyderen må opprettholde tilbudet i: 97
Endringer Ny verdi
Tekst:
“The tender deadline has been extended to 19 September.
1. The new price box has been published.
A third-party certification for Instant Coffee and Coffee...”
Tekst
The tender deadline has been extended to 19 September.
1. The new price box has been published.
A third-party certification for Instant Coffee and Coffee Concentrate is sufficient.
Product lines 3.8 Instant coffee/concentrate organic and 3.9 Instant coffee/concentrate both ecologically and certified socially responsible produced are removed from the price form.
Changes:
Product lines 3.5 Instant coffee/concentrate and 3.6 Instant coffee/concentrate ecologically certified social responsible produced:
Consumption: changed to the number of cups (not litres or kg, which you were informed of before).
Answered by: Irene Fylling / Ålesund municipality.
2. The following changes are added under the point "Assortment of coffee machines":
Original text: "Coffee machine E: A simple to use, energy efficient and robust coffee machine that can produce black coffee from instant coffee. Some locations may be able to connect payment systems/payments with employee cards."
New text: "Coffee machine E: A simple to use, energy efficient and robust coffee machine that can produce black coffee from instant coffee or coffee concentrate. Some locations may be able to connect payment systems/payments with employee cards."
This means that the tenderer can choose to offer a machine that uses either instant coffee or coffee concentrate.