Tender Details
Title

Norway – Cleaning and polishing products – Cleaning articles, paper and plastic. Place of performance: Norway,Innlandet Main nature of the contract: Supplies Official name: INNLANDET FYLKESKOMMUNE Type of procedure: Open

Country
Language
English
Organization
Published Date
08.10.2024
Deadline Date
18.11.2024
Overview
604645-2024 - Competition Competition Norway: Cleaning and polishing products Cleaning articles, paper and plastic. Norway, Innlandet (NO020) Estimated value excluding VAT: 18 000 000,00 NOK Type of procedure: Open Buyer Buyer: INNLANDET FYLKESKOMMUNE Email: olator@innlandetfylke.no Norway, Innlandet (NO020), HAMAR LOT-0000: Cleaning articles, paper and plastic. Cleaning and polishing products Norway, Innlandet (NO020) Start date: 30/11/2025 Duration end date: 31/12/2028 Estimated value excluding VAT: 18 000 000,00 NOK Deadline for receipt of tenders: 18/11/2024 - 11:00:00 (UTC) 604645-2024 - Competition Norway – Cleaning and polishing products – Cleaning articles, paper and plastic. OJ S 196/2024 08/10/2024 Contract or concession notice – standard regime Supplies 1. Buyer 1.1. Buyer Official name: INNLANDET FYLKESKOMMUNE Email: olator@innlandetfylke.no Legal type of the buyer: Regional authority Activity of the contracting authority: General public services 2. Procedure 2.1. Procedure Title: Cleaning articles, paper and plastic. Description: Innlandet county invites tenderers to an open tender contest for a framework agreement for cleaning equipment, paper and plastic. of the correct quality, in a cost efficient and environmental and socially responsible manner. The framework agreement will include the following areas: Drying system Hygiene and cleaning Cleaning suppliesPersonal hygiene, protection Waste handling, Diverse. Procedure identifier: 6fd01882-f7cf-4e29-8811-eb290038ef1f Internal identifier: 2024/25037 Type of procedure: Open The procedure is accelerated: no Main features of the procedure: Innlandet county invites tenderers to an open tender contest for a framework agreement for cleaning equipment, paper and plastic. of the correct quality, in a cost efficient and environmental and socially responsible manner. The framework agreement will include the following areas: Drying system Hygiene and cleaning Cleaning suppliesPersonal hygiene, protection Waste handling, Diverse. 2.1.1. Purpose Main nature of the contract: Supplies Main classification (cpv): 39800000 Cleaning and polishing products Additional classification (cpv): 19520000 Plastic products, 33760000 Toilet paper, handkerchiefs, hand towels and serviettes, 33762000 Paper handkerchiefs, 39525800 Cleaning cloths, 39830000 Cleaning products, 39831200 Detergents, 39831600 Toilet cleaners, 42968300 Toilet-roll dispenser system 2.1.2. Place of performance Country subdivision (NUTS): Innlandet (NO020) Country: Norway 2.1.3. Value Estimated value excluding VAT: 18 000 000,00 NOK 2.1.4. General information Legal basis: Directive 2014/24/EU Anskaffelsesforskriften - 2.1.6. Grounds for exclusion 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. 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) 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). 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? 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: LOT-0000 Title: Cleaning articles, paper and plastic. Description: Innlandet county invites tenderers to an open tender contest for a framework agreement for cleaning equipment, paper and plastic. of the correct quality, in a cost efficient and environmental and socially responsible manner. The framework agreement will include the following areas: Drying system Hygiene and cleaning Cleaning suppliesPersonal hygiene, protection Waste handling, Diverse. Internal identifier: 2024/25037 5.1.1. Purpose Main nature of the contract: Supplies Main classification (cpv): 39800000 Cleaning and polishing products Additional classification (cpv): 19520000 Plastic products, 33760000 Toilet paper, handkerchiefs, hand towels and serviettes, 33762000 Paper handkerchiefs, 39525800 Cleaning cloths, 39830000 Cleaning products, 39831200 Detergents, 39831600 Toilet cleaners, 42968300 Toilet-roll dispenser system 5.1.2. Place of performance Country subdivision (NUTS): Innlandet (NO020) Country: Norway 5.1.3. Estimated duration Start date: 30/11/2025 Duration end date: 31/12/2028 5.1.5. Value Estimated value excluding VAT: 18 000 000,00 NOK 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): no 5.1.9. Selection criteria Criterion: Type: Economic and financial standing Name: 'Total' annual turnover Description: The tenderer ́s ("total") annual turnover for the number of financial years requested in the tender notice or in the procurement documents is as follows: Use of this criterion: Not used Criterion: Type: Economic and financial standing Name: Average annual turnover Description: The tenderer ́s average annual turnover for the number of years requested in the notice or in the procurement documents is as follows: Use of this criterion: Not used Criterion: Type: Economic and financial standing Name: "Specific annual turnover" Description: Are the tenderer's ("specific") annual turnover within the area that the contract applies to and specified in the notice or in the procurement documents for the number of accounting years requested is as follows: Use of this criterion: Not used Criterion: Type: Economic and financial standing Name: Average set-up Description: Is the tenderer's average annual turnover within the area requested by the contract and specified in the notice or in the procurement documents for the number of financial years requested: Use of this criterion: Not used Criterion: Type: Economic and financial standing Name: The tenderer's establishment date Description: If the information about the turnover (combined or specific) is not available for the entire requested period, please state the date the company was established, or the tenderers started their business: Use of this criterion: Not used Criterion: Type: Economic and financial standing Name: Financial key figures Description: For financial key figures stated in the notice or in the procurement documents, the tenderer declares that the actual value(s) of the requested key figures are as follows: Use of this criterion: Not used Criterion: Type: Economic and financial standing Name: Liability insurance Description: The insured amount in the tenderer ́s liability insurance is the following: Use of this criterion: Not used Criterion: Type: Economic and financial standing Name: Other economic and financial requirements Description: Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that: Use of this criterion: Not used Criterion: Type: Economic and financial standing Name: Economic and financial capacity Description: As a minimum requirement, the tenderer must not be subject to bankruptcy proceedings, debt negotiations or liquidation or have suspended activity. Good credit worthiness is required, at least equivalent to Bisnode score A (www.soliditet.no). Documentation requirement: Tenderers shall not enclose any documentation. The contracting authority will obtain credit rating/financial data itself. If a tenderer is not subject to credit appraisal, or if a tenderer wishes to document that the credit rating gives a misleading picture of the economic situation, the economic and financial position can be substantiated with other appropriate documentation. Tenderers shall particularly justify why the credit rating is not available or why it gives a misleading picture. For companies without a score in the Bisnode base, the contracting authority will assess the accounting figures, possibly obtain external help to assess the tenderer's economic and financial position. Tenderers with temporarily reduced credit rating due to notified fission/fusion or equivalent, may be approved. Minimum qualification requirements Use of this criterion: Used Criterion: Type: Other Name: Certificates issued by independent bodies for quality assurance standards. Description: Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements? Use of this criterion: Not used Criterion: Type: Other Name: Certificates issued by independent bodies for environmental management standards. Description: Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards? Use of this criterion: Not used Criterion: Type: Other Name: System for quality assurance and environmental standard. Description: d. Tenderers shall have guidelines for ethical trade that at a minimum address the same points as the Contracting Authority's Standard Contract Terms, point 21.2. These guidelines shall be communicated to the production places where the compilation of the finished product takes place. Documentation requirement: A copy of the tenderer ́s guidelines for ethical trade, as well as a copy of letters/email where these are to be communicated to the production places where the compilation of the finished product takes place. e. Tenderers are required to be certified for environmental management. Documentation requirement: Copy of certificate issued by accredited 3rd party (e.g. EMAS, ISO 14001 or Miljøfyrtårn). Minimum qualification requirements Use of this criterion: Used Criterion: Type: Suitability to pursue the professional activity Name: Registered in a trade register Description: Tenderers are registered in a professional register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex. Use of this criterion: Not used Criterion: Type: Suitability to pursue the professional activity Name: Registered in a trade register or company register. Description: Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex. Use of this criterion: Not used Criterion: Type: Suitability to pursue the professional activity Name: Self-declaration for fulfilment of the qualification requirements. Use of this criterion: Used Criterion: Type: Technical and professional ability Name: Only for public goods deliveries Description: Only for public goods deliveries: In the reference period, the tenderer has carried out the following important deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three years to be taken into consideration. Use of this criterion: Not used Criterion: Type: Technical and professional ability Name: Technical personnel or technical units Description: Tenderers can use the following technical personnel or technical units , particularly those who are responsible for quality control: For technical personnel or technical units that do not directly belong to the tenderer ́s business, but if the capacity the tenderer will use, cf. part II, section C, separate ESPD forms shall be supplemented. Use of this criterion: Not used Criterion: Type: Technical and professional ability Name: Technical facilities and quality assurance measures Description: The tenderer utilises the following technical facilities and quality assurance measures and the tenderer ́s survey and research facility is as follows: Use of this criterion: Not used Criterion: Type: Technical and professional ability Name: Investigation and research facilities Description: The tenderer ́s survey and research facilitates are as follows: Use of this criterion: Not used Criterion: Type: Technical and professional ability Name: Management and tracing of the supply chain Description: The tenderer will be able to use the following management of the supply chain and tracing systems for the execution of the contract: Use of this criterion: Not used Criterion: Type: Technical and professional ability Name: Control Permission Description: 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. Use of this criterion: Not used Criterion: Type: Technical and professional ability Name: Education and professional qualifications Description: The following education and professional qualifications are possessed by the tenderer and/or (depending on the requirements set in the notice or in the procurement documents) of the leading employees: Use of this criterion: Not used Criterion: Type: Technical and professional ability Name: Environmental management measures Description: Tenderers can employ the following environmental management measures in connection with the execution of the contract: Use of this criterion: Not used Criterion: Type: Technical and professional ability Name: Number of employees in the management Description: The tenderer ́s number of employees in the management during the last three years was as follows: Use of this criterion: Not used Criterion: Type: Technical and professional ability Name: Average workforce Description: The tenderer's average annual workforce in the last three years has been as follows: Use of this criterion: Not used Criterion: Type: Technical and professional ability Name: Tools, materials and technical equipment. Description: Tenderers can use the following tools, material and technical equipment to carry out the contract: Use of this criterion: Not used Criterion: Type: Technical and professional ability Name: Portion of the contract to sub-suppliers. Description: The tenderer is considering to outsource the following part (as a percentage) of the contract to sub-suppliers. Note that if the tenderer has decided to outsource a part of the contract to sub-suppliers and will use the sub-suppliers ́ capacity to carry out this part, a special ESPD will be supplemented for such sub-suppliers, see part II, section C, above. Use of this criterion: Not used Criterion: Type: Technical and professional ability Name: Procurement of goods: Requested samples, descriptions or photographs that do not need to be accompanied by certificates that they are genuine. Description: 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. Use of this criterion: Not used Criterion: Type: Technical and professional ability Name: Procurement of goods: Requested samples, descriptions or photographs with certificates. Description: When procurement of goods: If requested, the tenderer further declares that they will deliver the requested certificates that they are genuine. Use of this criterion: Not used Criterion: Type: Technical and professional ability Name: When procuring goods: Certificates issued by official bodies for quality control Description: 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? Use of this criterion: Not used Criterion: Type: Technical and professional ability Name: Technical and professional qualifications Description: Requirement a. Tenderers are required to have good experience from comparable assignments/deliveries (i.e. assignments of the same nature, complexity, size and extent) with the accompanying/relevant services. Documentation requirement: Tenderers shall provide a list of the most important relevant deliveries in the last three years, including information on the contracting authority, type of agreement, value, date and recipient (name and email), as well as a brief description of the content, scope and obligations of the delivery. The references will only be contacted if required. See point 7. b. Tenderers shall have sufficient implementation ability and the capacity to fulfil the contract. Documentation requirement: A statement of the tenderer's organisation and resources (employees and equipment) for implementation of the contract. c. Tenderers are required to have a good and well-functioning quality assurance system/routines for the services that will be provided. Documentation requirement: A copy of a system certificate issued by an accredited certification body or equivalent documentation (for example ISO 9001 or equivalent). Alternatively: An account of the tenderer ́s quality assurance system/routine descriptions and any management system. In addition tenderers shall enclose procedures and check-lists for the services offered in the contract, which show satisfactory quality assurance of the delivery/services. Minimum qualification requirements Use of this criterion: Used 5.1.11. Procurement documents Languages in which the procurement documents are officially available: Norwegian Deadline for requesting additional information: 04/11/2024 11:00:00 (UTC) Address of the procurement documents: https://permalink.mercell.com/232417411.aspx 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://permalink.mercell.com/232417411.aspx Languages in which tenders or requests to participate may be submitted: Norwegian Electronic catalogue: Required 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: 18/11/2024 11:00:00 (UTC) Deadline until which the tender must remain valid: 3 Months Information about public opening: Opening date: 18/11/2024 11:00:00 (UTC) 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 Information about the dynamic purchasing system: No dynamic purchase system 5.1.16. Further information, mediation and review Review organisation: Østre Innlandet tingrett 8. Organisations 8.1. ORG-0001 Official name: INNLANDET FYLKESKOMMUNE Registration number: 920717152 Postal address: Parkgata 64 Town: HAMAR Postcode: 2317 Country subdivision (NUTS): Innlandet (NO020) Country: Norway Contact point: Olaug Anne Torsgård Email: olator@innlandetfylke.no Telephone: 93236981 Internet address: http://www.innlandetfylke.no Roles of this organisation: Buyer 8.1. ORG-0002 Official name: Østre Innlandet tingrett Registration number: 926723669 Town: Hamar Country: Norway Email: toinpost@domstol.no Telephone: 62782700 Roles of this organisation: Review organisation 11. Notice information 11.1. Notice information Notice identifier/version: e8a6e0f4-c7c3-4bcb-af8e-124804bd9ab7 - 01 Form type: Competition Notice type: Contract or concession notice – standard regime Notice subtype: 16 Notice dispatch date: 07/10/2024 11:08:46 (UTC) Notice dispatch date (eSender): 07/10/2024 11:31:31 (UTC) Languages in which this notice is officially available: English 11.2. Publication information Notice publication number: 604645-2024 OJ S issue number: 196/2024 Publication date: 08/10/2024 Czech document download: https://ted.europa.eu/cs/notice/604645-2024/pdf Danish document download: https://ted.europa.eu/da/notice/604645-2024/pdf German document download: https://ted.europa.eu/de/notice/604645-2024/pdf Greek document download: https://ted.europa.eu/el/notice/604645-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/604645-2024/pdf English document download: https://ted.europa.eu/en/notice/604645-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/604645-2024/pdf Finnish document download: https://ted.europa.eu/fi/notice/604645-2024/pdf French document download: https://ted.europa.eu/fr/notice/604645-2024/pdf Irish document download: https://ted.europa.eu/ga/notice/604645-2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/604645-2024/pdf Hungarian document download: https://ted.europa.eu/hu/notice/604645-2024/pdf Italian document download: https://ted.europa.eu/it/notice/604645-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/604645-2024/pdf Latvian document download: https://ted.europa.eu/lv/notice/604645-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice/604645-2024/pdf Dutch document download: https://ted.europa.eu/nl/notice/604645-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/604645-2024/pdf Portuguese document download: https://ted.europa.eu/pt/notice/604645-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/604645-2024/pdf Slovak document download: https://ted.europa.eu/sk/notice/604645-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/604645-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/604645-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/604645-2024/pdf
NAICS
Business All Other Professional Navigational Professional Justice Bolt Electric Power Transmission Regulation Copper Religious Executive and Legislative Offices Financial Transactions Processing Securities Justice Other Professional Pulp Turned Product and Screw Other Justice Accounting Machinery Regulation Investigation Accounting Measuring Navigational Financial Transactions Processing Photographic Film Other Similar Organizations (except Business All Other Professional Executive and Legislative Offices Management Other Justice Other Similar Organizations (except Business Dry Machine Shops; Turned Product; and Screw Electroplating Copper Professional Funds
CPVS
Dried, salted, smoked or seasoned meat Tools Iron, lead, zinc, tin and copper Towels Pictures System, storage and content management software package Environmental management Mains Control, safety, signalling and light equipment Nuts Sections Lavatory seats, covers, bowls and cisterns Engineering, auxiliary, average, loss, actuarial and salvage insurance services Publications Control, safety or signalling equipment for inland waterways Lead Photographs Detergents Research, testing and scientific technical simulator Seals Other community, social and personal services Control, safety or signalling equipment for parking facilities Command, control, communication systems Control, safety or signalling equipment for port installations Surveying, hydrographic, oceanographic and hydrological instruments and appliances Dry goods Command, control, communication and computer systems Paper, printing and bookbinding machinery and parts System, storage and content management software development services Forms Parts of chain Chain Lifting, handling, loading or unloading machinery Vats Rings, seals, bands, sticks and grout packers Installation services of equipment for measuring, checking, testing and navigating Pressure-reducing, control, check or safety valves Catalogues Other services Face cloths Accounting, auditing and fiscal services Keys Control, safety or signalling equipment for roads Security, fire-fighting, police and defence equipment Administration, defence and social security services Toilet cases Postal orders Electronic, electromechanical and electrotechnical supplies Designs Tool parts Control, safety or signalling equipment for airports Dates Tools, locks, keys, hinges, fasteners, chain and springs Cloth Cleaning products Cleaning and polishing products
UNSPSC
Toilets Clean room Chains Nuts Towels Business cases Environmental management Inspection Quality control Co financing Debt negotiation Employment Equipment cases Liability insurance Toilet cleaners Case making services Seals Cleaning, sorting, and grading machine parts and accessories Financial Instruments, Products, Contracts and Agreements Securities E-Passport, Id, E-Health Services, Surveys, Planning & Studies (Aviation) Clinical laboratory and toxicology testing systems, components, and supplies Clinical laboratory and toxicology testing systems, components, and supplies
Regions
Europe Northern Europe Western Europe
Sectors
Printing and Publishing Plastic and Rubber Construction Energy-Power and Electrical Computer Hardwares and Consumables
URL
Share
To be notified
when a tender matching your filter is published
To Follow
Tenders
Add New Tender Alert
To Follow
Contracts
Add New Contract Alert
To Follow
Fairs
Add New Fair Alert