Occupational clothing, special workwear and accessories (Норвегия - Тендер #41477376) | ||
| ||
| Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Норвегия (другие тендеры и закупки Норвегия) Организатор тендера: VESTBY KOMMUNE Номер конкурса: 41477376 Дата публикации: 05-05-2023 Сумма контракта: 22 202 893 (Российский рубль) Цена оригинальная: 4 000 000 (Норвежская крона) Источник тендера: Единая система закупок Европейского союза TED |
||
Work clothes for healthcare
Reference number: 23/06797The Joint Purchasing Office (Norwegian: FIK) invites tenderers to an open tender contest for the procurement of work clothes for healthcare. The agreement applies to the municipalities of Vestby, Nesodden and Ås.
The purpose of the procurement is to cover the municipalities" needs for the purchase and delivery of work clothes for the health and care services in a cost- and resource-efficient manner within the goals set for quality and environmental considerations.
Scope
This framework agreement concerns the purchase of work clothes for healthcare and will cover the need for overalls, trousers, hijabs, etc.
The beneficiaries are health and social care organisations, including those working in nursing homes, home care services and emergency doctor services. Other companies in the municipality can, at times, place orders under the contract.
The municipalities already have their own framework agreement for work clothes designed for employees working outdoors, as well as work clothes for kitchen staff and cleaners, footwear and protective equipment. The municipality also has its own framework agreement for textiles for health and care (bed linens, etc.).
Option for extending the framework agreement for one (1) + one (1) year.
Tenderers must be registered in a company register or trade register in the member state where the tenderer is established. As described in annex XI of directive 2014/24/EU; tenderers from certain member countries can be required to fulfil other requirements in the mentioned annex.
Tenderers must have sufficient economic and financial capacity to fulfil the contract. Tenderers are required to have a minimum credit rating equivalent to B, Moderate risk, from Proff Forvalt.
Minimum level(s) of standards possibly required:Tenderers must have sufficient economic and financial capacity to fulfil the contract. Tenderers are required to have a minimum credit rating equivalent to B, Moderate risk, from Proff Forvalt. Documentation requirement: Where a tenderer is registered with a credit rating in Proff Forvalt, the contracting authority will use Proff Forvalt to assess fulfilment of the requirement. Norwegian tenderers registered in Proff Forvalt do not, therefore, need to submit documentation for this. The Contracting Authority reserves the right to demand/obtain further information in order to verify that the tenderer fulfils the requirement. If a tenderer chooses to use a parent company to fulfil the requirement, a parent company guarantee must be enclosed. The contracting authority will then use Proff Forvalt to assess the parent company"s credit rating. If a tenderer has valid reasons (e.g., newly founded company) for not being able to provide the documentation requested by the contracting authority, the tenderer can document their economic and financial capacity with any other document that the contracting authority deems suitable.
There are qualification requirements related to:
(i) Quality assurance system,
(ii) Environmental management measures,
(iii) Social responsibility.
Minimum level(s) of standards possibly required:Quality assurance system:
The contractor shall have a quality assurance system that enables systematic follow-up of the contractual requirements related to ILO"s core conventions. Documentation requirement: A description of the tenderer´s methods for quality assurance. If the tenderer"s quality assurance certifications is ISO 9001 certified or its equivalent, it is sufficient to provide a copy of a valid certificate.
Environmental management measures:
Tenderers are required to have an established quality assurance system which ensures that the tenderer is able to comply with the contractual obligations for environmental regulations. This means that the tenderer must have established methods for working actively and systematically with reducing negative environmental impact from the tenderer activities related to the implementation of this contract. Documentation Requirement: A description of the tenderer"s environmental management measures. If a tenderer has certificates from independent bodies that can substantiate an established environmental management system, certificates thereof can be presented as documentation. The contracting authority refers in this connection to the EMAS (Eco-Management and Audit Scheme) , or other acknowledged environmental management systems stated in the decree (EF) no. 1221/2009 article 45, such as the Environmental Lighthouse Scheme or equivalent, and other environmental management standards that are based on relevant international standards from accredited bodies, e.g., ISO 14001 or equivalent.
Social responsibility:
Tenderers are required to have implemented measures and systems that ensure that the tenderer is able to fulfil the ethical and social contractual requirements. This means that tenderers have implemented measures and systems that are used in the tenderer"s work to ensure respect for basic human and employee rights in their own company and in the supplier chain. Documentation requirement: A description of the tenderer"s systems for assessing due diligence in accordance with the UN"s guiding principles for businesses and human rights (UNGP) and OECD"s guidelines for multi-national companies. The documentation must include: Policy/guidelines, or equivalent documentation that binds the tenderer to assess due diligence in regards to basic human and employee rights in their own company. (2) Descriptions of the tenderer"s process and routines for how the company works on due diligence assessments. (3) Guidelines for ethical trade (Code of Conduct (CoC)/Supplier Code of Conduct), or an equivalent document for the supplier chain, which sees to the contracting authority"s contract terms. (4) A description of how the Tenderer will obtain and maintain an overview of the country of origin and production places for the products in this contract. Tenderers are encouraged to use the response form Annex 7 "Response form qualification requirements for social responsibility" to respond to this qualification requirement.