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


Washing and dry-cleaning services (Норвегия - Тендер #46540021)


Поделиться

Для перевода текста тендера на нужный язык воспользуйтесь приложением:


Страна: Норвегия (другие тендеры и закупки Норвегия)
Организатор тендера: Askøy kommune
Номер конкурса: 46540021
Дата публикации: 29-09-2023
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
2023092520231024 12:00National or federal Agency/OfficeContract noticeServicesCompetitive procedure with negotiationEuropean Economic Area (EEA)Submission for all lotsThe most economic tenderGeneral public services03C0203
  1. Section I
    1. Name and addresses
      Askøy kommune
      Klampavikvegen 1
      KLEPPESTØ
      5300
      Norway
      Telephone: +47 56158120
      E-mail: innkjop@askoy.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/207873637.aspx
      Additional information can be obtained from the abovementioned addresselectronically via: https://permalink.mercell.com/207873637.aspx

    4. Type of the contracting authority:
      National or federal agency/office
    5. Main activity:
      General public services
  2. Section II
    1. Scope of the procurement:
      1. Title:

        2023 - EEA - Laundry services and hire of textiles - Reserved contract - Qualification phase

        Reference number: 2023/17183
      2. Main CPV code:
        98310000
      3. Type of contract:
        Services
      4. Short description:

        Askøy municipality and Ask residential and care centre will enter into a contract for laundry services and the hire of textiles. The contract is reserved for companies with disabled or disadvantaged employees.

        A minimum of 50% of the employees at the tenderer and all subcontractors who will carry out the service or parts of the service are required to have certified permanent facilitated workplaces (Norwegian: VTA). 

        There will be deliveries to 8 locations. See Information about these, as well as the scope in Locations and scope - Appendix 1.

        Changes in scope, locations, number of textiles and type of textiles may occur during the contract period.

        Click https://permalink.mercell.com/207873637.aspx

      5. Estimated total value:

      6. Information about lots:
        This contract is divided into lots: no
    2. Description
      1. Title:
      2. Additional CPV code(s):
        98311000
      3. Place of performance:
      4. Description of the procurement:

        See more detailed descriptions under the stated requirements, as well as Appendix B to Annex 1.

      5. Award criteria:
        Price is not the only award criterion and all criteria are stated only in the procurement documents
      6. Estimated value:

      7. Duration of the contract, framework agreement or dynamic purchasing system:

        Start: 2024-02-01
        End: 2027-01-31
        This contract is subject to renewal: yes
        Description of renewals:

        There is an option for the contracting authority to extend the contract for a further 3 year.

        The contracting authority can choose to extend the contract multiple times, e.g., for 1 year at a time.

      8. Information about the limits on the number of candidates to be invited:
        Envisaged minimum number: 3
        Maximum number: 4
      9. Information about variants:
        Variants will be accepted: no
      10. Information about options:
        Options: no
      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.

        Minimum requirements for qualification

        Tenderers must be a legally established company. Documentation: Tenderers registered in the Norwegian Register of Business Enterprises do not need to enclose documentation. The contracting authority will control the registration by using the organisation number provided in the tenderer"s Mercell profile. For tenderers that are not registered in the above-mentioned register, the tenderer must provide certificates or confirmation of registration (equivalent to a company registration certificate) in a trade register or company register as described in the legislation in the country where the tenderer is established. The certificate must not be issued more than 6 months prior to the tender deadline.

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

        Tenderers must have sufficient economic and financial capacity to fulfil the contract.

        Minimum level(s) of standards possibly required:

        The required financial capacity will be assessed in relation to the contract"s value, services, risk and length. Documentation for Norwegian tenderers: The contracting authority will check tenderers" financial situation from DIFI"s eBevis, Proff Forvalt (https://forvalt.no/) and/or via information given by Creditsafe (https://www.creditsafe.com), and can obtain further information from the Brønnøysund Register Centre. Note that the tender documentation includes guidelines on how tenderers can supplement available information if wanted. Documentation for foreign tenderers: Tenderers must, upon request, submit a credit rating report from a company that has a licence from the Norwegian Data Protection Authority to operate a credit information company in Norway, possibly from a company with the equivalent certification in a member country of the EU/EEA. The credit rating report must be based on updated accounting information.

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

        Tenderers must have substantial and relevant experience. The experience must encompass deliveries of an equivalent complexity as the services requested in this contest.

        Tenderers must have adequate competence and professional qualifications for managing and quality assuring the assignment.

        Certificates issued by independent bodies for quality assurance standards.

        Certificates issued by independent bodies for environmental management standards.

        Approved barrier laundry

        Minimum level(s) of standards possibly required:

        Relevant experience is to be documented by stating a minimum of two (2) and a maximum of four (4) reference projects from the last three (3) years. The reference projects are to be entered directly in the Mercell system. Only the first five projects will be assessed if more than five reference projects are listed.

        Tenderers must attach an overview of the experience and professional qualifications held by managerial group and/or key personnel that are responsible for the delivery.

        The contracting authority requires that all tenderers have an established quality management system that is satisfactory to ensure quality in the execution of this contract. Documentation requirement: A description of the company´s implemented quality assurance system. Certificates must be submitted for the company"s quality management system, issued by independent bodies, confirming that the company meets specific quality management standards, for example ISO 9001. If a company does not have a certificate, other documentation of the company"s quality management system must be presented. In such cases, the following must, as a minimum, be submitted: * The system"s name and a detailed table of contents * A general description of the system"s contents, including an overview of check plans and check-lists that are relevant for this contract * An organisation chart that shows responsibilities in the quality assurance system * A description of procedures for internal control and handling deviations (work with corrective and preventive measures) * A description of how the system will be used to ensure quality in this contract. All submitted or collected documentation will form the basis for an overall evaluation of whether the qualification requirement is fulfilled.

        The contracting authority requires tenderers to have certification from independent third parties that confirm that the tenderer has routines and systems that ensure that the execution of the delivery has a low impact on the environment. Documentation requirement: Tenderers must submit certificates from independent bodies that document an established and satisfactory quality management system. Documentation is required stating that the tenderer is environmentally certified in accordance with ISO 14001, is an Environmental Lighthouse company, is certified by EMAS, or is certified by equivalent third parties. If the tender does not have a certificate, other documentation of the tenderer´s environment management system must be presented. In such cases, the following must, as a minimum, be submitted: * The system"s name and a detailed table of contents * A general description of the system"s contents, including an overview of check plans and check-lists that are relevant for this contract * An organisation chart that shows responsibilities in the quality assurance system * A description of procedures for internal control and handling deviations (work with corrective and preventive measures) * A description of how the system will be used to ensure quality in this contract. All submitted or collected documentation will form the basis for an overall evaluation of whether the qualification requirement is fulfilled.

        The laundry must be approved as a barrier laundry. Documentation: Certificates from independent third parties.

      4. Information about reserved contracts:
        The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged personsThe execution of the contract is restricted to the framework of sheltered employment programmes
    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:
      Competitive procedure with negotiation
    2. Information about a framework agreement or a dynamic purchasing system:
    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: no
  6. Administrative information:
    1. Previous publication concerning this procedure:
    2. Time limit for receipt of tenders or requests to participate:
      Date: 2023-10-24
      Local time: 12:00
    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:
  • 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
        Hordaland Tingrett
        Bergen
        Norway
      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
      2023-09-25

  • 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 © 2008-2026, 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