Tender Details
Title

Norway – Washing and dry-cleaning services – Laundry services Lom municipality. Place of performance: Norway,Innlandet Main nature of the contract: Services Official name: Lom kommune Type of procedure: Open

Country
Language
English
Organization
Published Date
07.10.2024
Deadline Date
06.11.2024
Overview
601437-2024 - Competition Competition Norway: Washing and dry-cleaning services Laundry services Lom municipality. Norway, Innlandet (NO020) Estimated value excluding VAT: 5 500 000,00 NOK Type of procedure: Open Buyer Buyer: Lom kommune Email: post@lom.kommune.no Norway, Lom LOT-0000: Laundry services Lom municipality. Washing and dry-cleaning services Norway, Innlandet (NO020) Duration: 4 Years Estimated value excluding VAT: 5 500 000,00 NOK Deadline for receipt of tenders: 06/11/2024 - 11:00:00 (UTC) 601437-2024 - Competition Norway – Washing and dry-cleaning services – Laundry services Lom municipality. OJ S 195/2024 07/10/2024 Contract or concession notice – standard regime Services 1. Buyer 1.1. Buyer Official name: Lom kommune Email: post@lom.kommune.no Legal type of the buyer: Body governed by public law, controlled by a local authority Activity of the contracting authority: General public services 2. Procedure 2.1. Procedure Title: Laundry services Lom municipality. Description: The aim of the procurement is to enter into a framework agreement for washing and transport of institution, personnel and patient clothing for the health services in Lom municipality. Procedure identifier: 7a11dab5-d613-4f59-9b26-6390611cd116 Internal identifier: Lom kommune Type of procedure: Open 2.1.1. Purpose Main nature of the contract: Services Main classification (cpv): 98310000 Washing and dry-cleaning services Additional classification (cpv): 98000000 Other community, social and personal services, 98300000 Miscellaneous services 2.1.2. Place of performance Country subdivision (NUTS): Innlandet (NO020) Country: Norway 2.1.3. Value Estimated value excluding VAT: 5 500 000,00 NOK Maximum value of the framework agreement: 5 500 000,00 NOK 2.1.4. General information Legal basis: Directive 2014/24/EU 2.1.6. Grounds for exclusion Analogous situation like bankruptcy 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. 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. 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. 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. 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) 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? 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. 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). 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. 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. 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. Guilty of 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? Guilty of 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. 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 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. 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? 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. 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: Laundry services Lom municipality. Description: The aim of the procurement is to enter into a framework agreement for washing and transport of institution, personnel and patient clothing for the health services in Lom municipality. Internal identifier: 1 5.1.1. Purpose Main nature of the contract: Services Main classification (cpv): 98310000 Washing and dry-cleaning services Additional classification (cpv): 98000000 Other community, social and personal services, 98300000 Miscellaneous services 5.1.2. Place of performance Country subdivision (NUTS): Innlandet (NO020) Country: Norway 5.1.3. Estimated duration Duration: 4 Years 5.1.4. Renewal Maximum renewals: 2 The buyer reserves the right for additional purchases from the contractor, as described here: Option for the contracting authority to extend the framework agreement once or several times for up to a further 2 years. 5.1.5. Value Estimated value excluding VAT: 5 500 000,00 NOK Maximum value of the framework agreement: 5 500 000,00 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: Economic and financial position requirements Description: Description: Tenderers shall have sufficient financial capacity to fulfil the contract, including satisfactory turnover, earnings, degree of liquidity and equity. The payment experience must be satisfactory. Documentation requirement: To be declared in the ESPD form. Sent upon request: Solidity assessment from a recognised credit rating company based on the last known accounting figures. The key figures in the requirement must be presented together with an assessment of the tenderer's payment experience. Use of this criterion: Used Criterion: Type: Suitability to pursue the professional activity Name: Organisational and legal position requirements Description: Description: Tenderers shall be a legally established company. Documentation requirement: To be declared in the ESPD form. Sent upon request: Norwegian tenderers: •Registration. Foreign tenderers: • Confirmation that the tenderer is registered in a trade register or company register in accordance with the law in the country where the tenderer is established. Use of this criterion: Used Criterion: Type: Technical and professional ability Name: Requirements regarding technical and professional qualifications. Description: Description: Tenderers shall fulfil the requirements in the current industry standard for infection protection for laundries that process textiles for health institutions, issued by Norske Vaskeriers Quality Inspectorate, or equivalent. Documentation requirement: To be declared in the ESPD form. Sent upon request: Certificate of approval from the supervisory body, or sufficient documentation is documented in the quality system. Use of this criterion: Used Criterion: Type: Technical and professional ability Name: Requirements regarding technical and professional qualifications. Description: Description: Tenderers shall have a satisfactory environmental management system. Documentation requirement: To be declared in the ESPD form. Sent upon request: A statement of relevant environmental management measures that the tenderer can utilise. If tenderers are certified in accordance with ISO 14001 or equivalent standards, it will be satisfactory to submit a copy of a valid certificate. Use of this criterion: Used Criterion: Type: Technical and professional ability Name: Requirements regarding technical and professional qualifications. Description: Description: The tenderer shall have good capacity to carry out the delivery. Documentation requirement: To be declared in the ESPD form. Sent upon request: A description of the tenderer's technical personnel or technical units the tenderer use for fulfilment of the contract. Use of this criterion: Used Criterion: Type: Technical and professional ability Name: Requirements regarding technical and professional qualifications. Description: Description: The tenderer shall have good experience with the execution of equivalent deliveries. Documentation requirement: To be declared in the ESPD form. Sent upon request: Tenderers shall enclose a list of the most important relevant deliveries in the last 3 years, including information on the name of the customer, value and scope and date. It shall be possible to contact the reference, name, telephone number and email address. Use Annex 5 Overview of relevant assignments. Use of this criterion: Used 5.1.10. Award criteria Criterion: Type: Price Name: Price Description: Completed version of annex 4a Price Form. Weight (percentage, exact): 40 Criterion: Type: Quality Name: Environment Description: Tenderers shall account for the company ́s environmental measures and climate footprint. The account shall include information on: • Routines and systems that ensure correct sorting and gentle treatment of textiles in accordance with washing instructions, cf. annex 1 requirement 25. • An overview of the offered vehicles and an overview of CO2 emissions with transport distance. Use form on CO2 emissions in annex 2 the tenderer ́s solution description. The environmental assessment is an overall assessment based on the above factors. Weight (percentage, exact): 30 Criterion: Type: Quality Name: Quality Description: Tenderers shall account for their routines for: • A system for processing appeals, cf. annex 1 Requirement 15. • Handling an increased frequency for delivery and collection of textiles, cf. annex 1 Requirement 6. • Emptying of pockets, cf. annex 1 requirement 26. Weight (percentage, exact): 30 5.1.11. Procurement documents Languages in which the procurement documents are officially available: Norwegian Deadline for requesting additional information: 26/10/2024 10:00:00 (UTC) Address of the procurement documents: https://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=414058&B= 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=414058&B= Languages in which tenders or requests to participate may be submitted: Norwegian Electronic catalogue: Required Variants: Not allowed Tenderers may submit more than one tender: Not allowed Deadline for receipt of tenders: 06/11/2024 11:00:00 (UTC) Information about public opening: Opening date: 06/11/2024 12:00:00 (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: Vestre Innlandet tingrett Organisation receiving requests to participate: Odin Prosjekt AS Organisation processing tenders: Odin Prosjekt AS 8. Organisations 8.1. ORG-0001 Official name: Odin Prosjekt AS Registration number: 994950967 Postal address: Fabrikkgaten 6 Town: BERGEN Postcode: 5059 Country: Norway Contact point: Marita Eide Email: marita@odinprosjekt.no Telephone: +47 45260058 Internet address: https://odinprosjekt.no Roles of this organisation: Organisation receiving requests to participate Organisation processing tenders 8.1. ORG-0002 Official name: Lom kommune Registration number: 959 377 677 Town: Lom Country: Norway Email: post@lom.kommune.no Telephone: 61 21 73 00 Roles of this organisation: Buyer 8.1. ORG-0003 Official name: Vestre Innlandet tingrett Registration number: 926 723 758 Town: Gjøvik Country subdivision (NUTS): Innlandet (NO020) Country: Norway Email: vestre.innlandet.tingrett@domstol.no Telephone: 61 02 02 00 Roles of this organisation: Review organisation 11. Notice information 11.1. Notice information Notice identifier/version: c29f4727-c344-45ef-9b0d-0c2ff3519677 - 01 Form type: Competition Notice type: Contract or concession notice – standard regime Notice subtype: 16 Notice dispatch date: 04/10/2024 10:39:43 (UTC) Notice dispatch date (eSender): 04/10/2024 11:00:53 (UTC) Languages in which this notice is officially available: English 11.2. Publication information Notice publication number: 601437-2024 OJ S issue number: 195/2024 Publication date: 07/10/2024 Czech document download: https://ted.europa.eu/cs/notice/601437-2024/pdf Danish document download: https://ted.europa.eu/da/notice/601437-2024/pdf German document download: https://ted.europa.eu/de/notice/601437-2024/pdf Greek document download: https://ted.europa.eu/el/notice/601437-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/601437-2024/pdf English document download: https://ted.europa.eu/en/notice/601437-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/601437-2024/pdf Finnish document download: https://ted.europa.eu/fi/notice/601437-2024/pdf French document download: https://ted.europa.eu/fr/notice/601437-2024/pdf Irish document download: https://ted.europa.eu/ga/notice/601437-2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/601437-2024/pdf Hungarian document download: https://ted.europa.eu/hu/notice/601437-2024/pdf Italian document download: https://ted.europa.eu/it/notice/601437-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/601437-2024/pdf Latvian document download: https://ted.europa.eu/lv/notice/601437-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice/601437-2024/pdf Dutch document download: https://ted.europa.eu/nl/notice/601437-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/601437-2024/pdf Portuguese document download: https://ted.europa.eu/pt/notice/601437-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/601437-2024/pdf Slovak document download: https://ted.europa.eu/sk/notice/601437-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/601437-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/601437-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/601437-2024/pdf
NAICS
Business All Other Professional Clothing Navigational Other Direct Insurance (except Life Professional Justice Bolt Specialized Freight (except Used Goods) Trucking Electric Power Transmission Copper All Other Personal Services Other Personal Services All Other Personal Services Religious Financial Transactions Processing Securities Justice Other Professional Turned Product and Screw Other Justice Accounting Direct Insurance (except Life Direct Life Accounting Measuring Navigational Financial Transactions Processing Other Similar Organizations (except Business Environment All Other Professional General Freight Trucking Management Other Justice Other Similar Organizations (except Business Machine Shops; Turned Product; and Screw Copper Professional Process Funds
CPVS
Leather, textile, rubber and plastic waste Earthmoving and excavating machinery, and associated parts Clothing, footwear, luggage articles and accessories Iron, lead, zinc, tin and copper Collection, transport and disposal of hospital waste System, storage and content management software package Environmental management Mains Control, safety, signalling and light equipment Nuts Lavatory seats, covers, bowls and cisterns Publications Control, safety or signalling equipment for inland waterways Lead Other community, social and personal services Control, safety or signalling equipment for parking facilities Command, control, communication systems Supports Control, safety or signalling equipment for port installations Command, control, communication and computer systems System, storage and content management software development services Forms Lifting, handling, loading or unloading machinery Vats Pressure-reducing, control, check or safety valves Catalogues Parts of other vehicles Other services Accounting, auditing and fiscal services Seats, chairs and related products, and associated parts Keys Control, safety or signalling equipment for roads Security, fire-fighting, police and defence equipment Administration, defence and social security services Postal orders Electronic, electromechanical and electrotechnical supplies Control, safety or signalling equipment for airports Dates Tools, locks, keys, hinges, fasteners, chain and springs
UNSPSC
Nuts Awards Business cases Environmental management Co financing Employment Patient clothing Case making services Cleaning, sorting, and grading machine parts and accessories Securities
Regions
Europe Northern Europe Western Europe
Sectors
Printing and Publishing Services 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