The cooperative purchasing agreement shall cover Oslo municipality ́s need for tableware, kitchen equipment and small electrical kitchen articles. The products shall i.a. be used in nursing homes, schools, nurseries, canteens, leisure clubs, residential units (welfare and treatment centre) and the municipality ́s administration building. The need for the procurement of goods in this contract will occur both sporadically and for the planned rearmament of fixtures. The contract will be non-exclusive for the Contracting Authority. The cooperative purchasing agreement gives the Contracting Authority the right to purchase goods covered by this framework agreement within the scope and length of the framework agreement. The contracting authority will not be bound to procure a specific amount during the agreement period.
Frist
Fristen for mottak av tilbud var 2026-03-11.
Anskaffelsen ble publisert 2026-02-06.
Kunngjøring av konkurranse (2026-02-06) Gjenstand Anskaffelsens omfang
Tittel: Framework agreement for the purchase of tableware, kitchen equipment and small electrical
Referansenummer: 3647
Kort beskrivelse:
“The cooperative purchasing agreement shall cover Oslo municipality ́s need for tableware, kitchen equipment and small electrical kitchen articles. The...”
Kort beskrivelse
The cooperative purchasing agreement shall cover Oslo municipality ́s need for tableware, kitchen equipment and small electrical kitchen articles. The products shall i.a. be used in nursing homes, schools, nurseries, canteens, leisure clubs, residential units (welfare and treatment centre) and the municipality ́s administration building. The need for the procurement of goods in this contract will occur both sporadically and for the planned rearmament of fixtures.
The contract will be non-exclusive for the Contracting Authority. The cooperative purchasing agreement gives the Contracting Authority the right to purchase goods covered by this framework agreement within the scope and length of the framework agreement. The contracting authority will not be bound to procure a specific amount during the agreement period.
Vis mer
Kontrakttype: Varer
Produkter/tjenester: Kjøkkenutstyr, husholdningsartikler, forsyning til hjemmet og catering 📦
Estimert verdi eksklusive mva: 32 400 000 NOK 💰
Beskrivelse
Beskrivelse av anskaffelsen:
“The cooperative purchasing agreement shall cover Oslo municipality ́s need for tableware, kitchen equipment and small electrical kitchen articles. The...”
Beskrivelse av anskaffelsen
The cooperative purchasing agreement shall cover Oslo municipality ́s need for tableware, kitchen equipment and small electrical kitchen articles. The products shall i.a. be used in nursing homes, schools, nurseries, canteens, leisure clubs, residential units (welfare and treatment centre) and the municipality ́s administration building. The need for the procurement of goods in this contract will occur both sporadically and for the planned rearmament of fixtures.
The contract will be non-exclusive for the Contracting Authority. The cooperative purchasing agreement gives the Contracting Authority the right to purchase goods covered by this framework agreement within the scope and length of the framework agreement. The contracting authority will not be bound to procure a specific amount during the agreement period.
Vis mer
Tilleggsprodukter/-tjenester: Kjøkkenutstyr📦
Tilleggsprodukter/-tjenester: Kjøkkenprodukter📦
Tilleggsprodukter/-tjenester: Produkter til cateringvirksomhet📦
Tilleggsprodukter/-tjenester: Diverse utstyr📦
Tilleggsprodukter/-tjenester: Møbler (inkludert kontor møbler), inventar, husholdningsmaskiner, (utenom belysning) og rengjøringsmidler📦
Tilleggsprodukter/-tjenester: Servise, porselen, steintøy📦
Tilleggsprodukter/-tjenester: Inventar📦
Utførelsessted: Oslo🏙️
Varighet: 48 (MONTH)
Tidsrammen nedenfor er uttrykt i antall måneder.
Tildelingskriterier
Pris ✅
Pris (vekting): 60
Kvalitetskriterium (navn): Quality of standard assortment
Kvalitetskriterium (vekting): 40
Kvalitetskriterium (navn): Based on information received in market surveys, the Contracting Authority's understanding is that the climate footprint/environmental impact of this procurement will typically take place when deliveries of goods, choice of packaging as well as when choosing products.
The contracting authority ́s assessment is that it clearly gives a better climate and environmental effect in this procurement to replace the award criteria in accordance with FOA § 7-9 second paragraph with climate and environmental requirements in the requirement specification/contract, cf. the fourth section. This is because the market, after market surveys, appears as mature for the measures that the Contracting Authority has identified that can contribute to reducing the climate footprint and the environmental impact of the procurement. The requirements are therefore seen as clearly better than the award criteria alone as ensuring that the desired effect is achieved. Only using award criteria risks the market not prioritising deliveries on the measures, nor does it have any guarantee that the tender that the winner has the desired climate and environmental measures.
There are, therefore, requirements in the contract for, among other things:
* Use of zero emission vehicles when delivering goods
* As little as possible purchase of plastic products and where necessary, BPA-free plastic certified for food contact
* Minimum order requirements at the contracting authority in order to avoid many small orders with the accompanying deliveries
* Requirement for a relevant environmental management system (qualification requirement).
* Recycling scheme for packaging
The terms in the PUBLIC Procurement Regulations § 7-9 fourth section are to be seen as fulfilled.
Kvalitetskriterium (vekting): 0
Tittel
Identifikasjonsnummer for delkontrakt: LOT-0001
Prosedyre Prosedyretype
Åpen anbudskonkurranse ✅ Administrativ informasjon
Frist for mottak av tilbud eller forespørsler om deltakelse: 2026-03-11 11:00:00.000 📅
Språk som tilbud eller forespørsler om deltakelse kan sendes inn på: engelsk 🗣️
Språk som tilbud eller forespørsler om deltakelse kan sendes inn på: norsk 🗣️
Minste tidsramme som tilbyderen må opprettholde tilbudet i: 4
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:
“Registration: The tenderer shall be a legally established company.
Documentation requirements:
Norwegian companies: Company...”
Liste og kort beskrivelse av regler og kriterier
Registration: The tenderer shall be a legally established company.
Documentation requirements:
Norwegian companies: Company Registration Certificate.
Foreign companies: Proof that the company is registered in a trade or business register as prescribed by the law of the country where the company is established.
Vis mer
Liste og kort beskrivelse av regler og kriterier:
“Economic and financial capacity: Tenderers must have sufficient economic and financial capacity to be able to fulfil the contract.
...”
Liste og kort beskrivelse av regler og kriterier
Economic and financial capacity: Tenderers must have sufficient economic and financial capacity to be able to fulfil the contract.
Documentation requirements:
The contracting authority will obtain a credit rating from Experian on its own initiative.
The Contracting Authority reserves the right to obtain the company's last Annual Financial Statements including notes, the Board's Annual Reports and Audit Reports, as well as new information of relevance to the company's fiscal figures.
Vis mer
Liste og kort beskrivelse av regler og kriterier:
“Environmental management system: Tenderers are required to have implemented environmental management measures that ensure that the tenderer is suitable to...”
Liste og kort beskrivelse av regler og kriterier
Environmental management system: Tenderers are required to have implemented environmental management measures that ensure that the tenderer is suitable to fulfil the contract ́s environmental provisions (see contract point 7.4).
This means that the tenderer has methods for working actively and systematically to reduce negative environmental impact from activities connected to the execution of this contract.
Documentation requirements:
A description of the tenderer's environmental management measures. If a tenderer has certificates from independent bodies that document the environmental management system, they can be presented as documentation.
Refer to the EU Scheme for Environmental Management and Environmental Audit (EMAS), other recognised environmental management systems in regulation (EF) no. 1221/2009 article 45, or equivalent, and other environmental management standards based on relevant European or international standards from accredited bodies such as ISO 14001 or equivalent.
Vis mer
Liste og kort beskrivelse av regler og kriterier:
“Quality assurance system: Tenderers shall have a relevant quality assurance system for the content of the contract.
Documentation...”
Liste og kort beskrivelse av regler og kriterier
Quality assurance system: Tenderers shall have a relevant quality assurance system for the content of the contract.
Documentation requirements:
A description of the tenderer's quality assurance system.
This can possibly be documented by a certificate issued by independent bodies as documentation that the tenderer fulfils quality assurance standards, for example ISO 9001:2015.
Vis mer
Liste og kort beskrivelse av regler og kriterier:
“Due diligence assessments: Tenderers shall be suitable for fulfilment of contract requirements for due diligence assessments for responsible businesses, see...”
Liste og kort beskrivelse av regler og kriterier
Due diligence assessments: Tenderers shall be suitable for fulfilment of contract requirements for due diligence assessments for responsible businesses, see section 7.5 of the cooperative procurement agreement.
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 requirements:
A description 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 policies/policies 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 the tenderer offers.
Tenderers shall fill in Annex 4 Response Form for Requirement set A.
Vis mer
Liste og kort beskrivelse av regler og kriterier:
“Experience from equivalent assignments: Tenderers shall have sufficient experience from comparable contracts.
Comparable assignments means the delivery...”
Liste og kort beskrivelse av regler og kriterier
Experience from equivalent assignments: Tenderers shall have sufficient experience from comparable contracts.
Comparable assignments means the delivery of the same type of goods to customers with several delivery points.
Documentation requirements:
Short description of the most important deliveries in the last three years, including information on the contract ́s value, date of delivery, as well as the name of the contracting authority and a description of the assignment ́s content.
Vis mer
Hovedfinansieringsvilkår og betalingsordninger og/eller henvisning til relevante bestemmelser som regulerer dem:
“N/A” Vilkår knyttet til kontrakten
Vilkår for kontraktoppfyllelse:
“N/A”
Oppdragsgiver Navn og adresser
Navn: Oslo Kommune v/ Økonomi- Og Forvaltningsetaten
Nasjonalt registreringsnummer: 935346282
Postadresse: Rådhusplassen 1
Postnummer: 0037
Poststed: Oslo
Region: Oslo🏙️
Land: Norge 🇳🇴
E-post: ida.aarhus@okf.oslo.kommune.no📧
Telefon: +47 21802180📞
URL: https://www.oslo.kommune.no🌏
Adresse til kjøperprofilen: https://www.oslo.kommune.no🌏 Type oppdragsgiver
Offentligrettslig organ
Hovedaktivitet
Alminnelige offentlige tjenester
Kommunikasjon
Deltakelses-URL: https://app.artifik.no/procurements/3647🌏
Tilgang til konkurransegrunnlaget er begrenset
Utfyllende informasjon Klageinstans
Navn: Oslo tingrett
Nasjonalt registreringsnummer: 926725939
Postadresse: Postboks 2106 Vika
Postnummer: 0125
Poststed: Oslo
Region: Oslo🏙️
Land: Norge 🇳🇴
E-post: oslo.tingrett@domstol.no📧
Telefon: +47 22035200📞
URL: https://www.domstol.no/no/domstoler/tingrett/oslo-tingrett/🌏 Tjeneste hvor informasjon om klageprosedyren kan innhentes
Navn: Oslo Kommune v/ Økonomi- Og Forvaltningsetaten
Nasjonalt registreringsnummer: 935346282
Postadresse: Rådhusplassen 1
Postnummer: 0037
Poststed: Oslo
Region: Oslo🏙️
Land: Norge 🇳🇴
E-post: ida.aarhus@okf.oslo.kommune.no📧
Telefon: +47 21802180📞
URL: https://www.oslo.kommune.no🌏 Informasjon om elektroniske arbeidsflyter
Elektronisk fakturering vil bli akseptert
Elektronisk bestilling vil bli brukt
Elektronisk betaling vil bli brukt
Kilde: OJS 2026/S 027-092716 (2026-02-06)