Расширенный поиск
Поиск по тендерам РФ Иностранные закупки Поставщики Реализация собственности Заказчики Еще
Главная Иностранные тендеры и госзакупки Тендеры Норвегии


Occupational clothing, special workwear and accessories (Норвегия - Тендер #41477376)


Поделиться

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:


Продвигайте Вашу продукцию на мировые рынки
Доступ к полной информации по данной закупке закрыт.
Зарегистрируйтесь для получения бесплатных рассылок по новым тендерам и просмотра дополнительной информации.

.
Регистрация
2023050220230605 09:00Regional or local authorityContract noticeSuppliesOpen procedureEuropean Economic Area (EEA), with participation by GPA countriesSubmission for all lotsThe most economic tenderGeneral public services03B0203
  1. Section I
    1. Name and addresses
      VESTBY KOMMUNE
      Rådhusgata 1
      VESTBY
      1540
      Norway
      E-mail: oda.marianne.saegrov@vestby.kommune.no
    2. Joint procurement
    3. Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at
      https://permalink.mercell.com/196397441.aspx
      Additional information can be obtained from the abovementioned addresselectronically via: https://permalink.mercell.com/196397441.aspx

    4. Type of the contracting authority:
      Regional or local authority
    5. Main activity:
      General public services
  2. Section II
    1. Scope of the procurement:
      1. Title:

        Work clothes for healthcare

        Reference number: 23/06797
      2. Main CPV code:
        18100000
      3. Type of contract:
        Supplies
      4. Short description:

        The 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. 

      5. Estimated total value:
        Value excluding VAT: 4 000 000.00 NOK
      6. Information about lots:
        This contract is divided into lots: no
    2. Description
      1. Title:
      2. Additional CPV code(s):
        18110000, 33199000
      3. Place of performance:
      4. Description of the procurement:

        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.).

      5. Award criteria:
        Price is not the only award criterion and all criteria are stated only in the procurement documents
      6. Estimated value:
        Value excluding VAT: 4 000 000.00 NOK
      7. Duration of the contract, framework agreement or dynamic purchasing system:
        Duration in months: 24
        This contract is subject to renewal: no
      8. Information about the limits on the number of candidates to be invited:
      9. Information about variants:
        Variants will be accepted: no
      10. Information about options:
        Options: yesDescription of options:

        Option for extending the framework agreement for one (1) + one (1) year.

      11. Information about electronic catalogues:

      12. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      13. Additional information:
  3. Section III
    1. Conditions for participation:
      1. Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers:
        List and brief description of conditions:

        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.

      2. Economic and financial standing:
        List and brief description of selection criteria:

        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.

      3. Technical and professional ability:
        List and brief description of selection criteria:

        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.

      4. Information about reserved contracts:
    2. Conditions related to the contract:
      1. Information about a particular profession:
      2. Information about staff responsible for the performance of the contract:
  4. Section IV
  5. Description:
    1. Type of procedure:
      Open procedure
    2. Information about a framework agreement or a dynamic purchasing system:
      Framework agreement with a single operator
    3. Information about reduction of the number of solutions or tenders during negotiation or dialogue:
    4. Information about negotiation:
    5. Information about electronic auction:
    6. Information about the Government Procurement Agreement (GPA):
      The procurement is covered by the Government Procurement Agreement: yes
  6. Administrative information:
    1. Previous publication concerning this procedure:
    2. Time limit for receipt of tenders or requests to participate:
      Date: 2023-06-05
      Local time: 09:00
    3. Estimated date of dispatch of invitations to tender or to participate to selected candidates:
    4. Languages in which tenders or requests to participate may be submitted:
      NO
    5. Minimum time frame during which the tenderer must maintain the tender:
      (from the date stated for receipt of tender)
    6. Conditions for opening of tenders:
      Date: 2023-06-05
      Local time: 09:00
  • Section VI
    1. Information about recurrence
      This is a recurrent procurement: no
    2. Information about electronic workflows
    3. Additional information
    4. Procedures for review
      1. Review body
        Follo og Nordre Østfold tingrett
        Postboks 64
        Ski
        1401
        Norway
        Contact person: 1401
        Internet address: https://www.domstol.no/no/domstoler/tingrett/follo-og-nordre-ostfold-tingrett/
      2. Body responsible for mediation procedures

      3. Review procedure
      4. Service from which information about the review procedure may be obtained

    5. Date of dispatch of this notice
      2023-05-02

  • Источник закупки

    Перейти

    Импорт - Экспорт по стране Норвегия

    Кроме мониторинга зарубежных тендеров для ведения успешного бизнеса изучите информацию о стране: какая продукция экспортируется и импортируется и на какие суммы. Определите коды ТН ВЭД интересующей вас продукции.

    Экспорт Импорт
    



    Copyright © 2008-2025, TenderGURU
    Все права защищены. Полное или частичное копирование запрещено.
    При согласованном использовании материалов сайта TenderGURU.ru необходима гиперссылка на ресурс.
    Электронная почта: info@tenderguru.ru
    Многоканальный телефон 8-800-555-89-39
    с любого телефона из любого региона для Вас звонок бесплатный!

    Портал отображает информацию о закупках, публикуемых в сети интернет
    и находящихся в открытом доступе, и предназначен для юрлиц и индивидуальных предпринимателей,
    являющихся участниками размещения государственного и коммерческого заказа.
    Сайт использует Cookie, которые нужны для авторизации пользователя.
    На сайте стоят счетчики Яндекс.Метрика, Google Analytics и LiveInternet,
    которые нужны для статистики посещения ресурса.

    Политика обработки персональных данных tenderguru.ru