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 #47512373)


Поделиться

Для перевода текста тендера на нужный язык воспользуйтесь приложением:


Страна: Норвегия (другие тендеры и закупки Норвегия)
Организатор тендера: Oslo kommune v/ Utviklings- og kompetanseetaten
Номер конкурса: 47512373
Дата публикации: 27-10-2023
Сумма контракта: 2 131 477 748 (Российский рубль) Цена оригинальная: 384 000 000 (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
2023102320231201 12:00Regional or local authorityContract noticeServicesOpen procedureEuropean Economic Area (EEA), with participation by GPA countriesSubmission for all lotsThe most economic tenderGeneral public services03C0203
  1. Section I
    1. Name and addresses
      Oslo kommune v/ Utviklings- og kompetanseetaten
      Grensesvingen 6
      Oslo
      0663
      Norway
      Telephone: +47 21802180
      E-mail: milena.zikic@uke.oslo.kommune.no
    2. Joint procurement
    3. Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at
      http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=383421&B=OSLO
      Additional information can be obtained from the abovementioned addresselectronically via: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=383421&B=OSLO
      to the abovementioned address
    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:

        Procurement of laundry services in the health sector

        Reference number: 23/216
      2. Main CPV code:
        98310000
      3. Type of contract:
        Services
      4. Short description:

        Oslo Municipality, c/o the Development and Competence Agency, Procurement Services Division (hereafter called the contracting authority), invites tenderers to an open tender contest for a framework agreement for the procurement of laundry services in the health sector.

        The laundry services includes the hire and laundry of work clothes and institutional textiles, as well as the collection and delivery of soiled/clean textiles up to several times per week.

      5. Estimated total value:
        Value excluding VAT: 384 000 000.00 NOK
      6. Information about lots:
        all lots
    2. Description
      1. Title:

        Work clothes and institutional textiles

        Lot No: 1
      2. Additional CPV code(s):
        98310000, 98311000, 98311100
      3. Place of performance:
        Main site or place of performance:

        Oslo

      4. Description of the procurement:

        The laundry services includes the hire and laundry of work clothes and institutional textiles, as well as the collection and delivery of soiled/clean textiles up to several times per week. Part 1 will primarily cover the needs of the Agency for Health (HEL), the Nursing Home Agency (SYE), and the Welfare Agency (VEL). In addition other entities in Oslo Municipality can use the contract.

      5. Award criteria:
        Quality criterion - Name: Assignment comprehension / Weighting: 40
        Quality criterion - Name: Apprentices and work inclusion / Weighting: 20
        Quality criterion - Name: Fair trade / Weighting: 10
        Price - Weighting: 30
      6. Estimated value:
        Value excluding VAT: 312 000 000.00 NOK
      7. Duration of the contract, framework agreement or dynamic purchasing system:
        Duration in months: 24
        This contract is subject to renewal: yes
        Description of renewals:

        The contract has an option for the contracting authority to extend the contract for up to a further 2+1+1 years on the same terms.

      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:

        The contracting authority will have a mutual non-exclusive option for the hire of goods within the categories tablecloths, curtains, and water-soluble infection bags. In addition the contracting authority will have a mutual non-exclusive option for the hire of electronic cupboard systems for storage, distribution, and return of clothing (clothing cupboard).

      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:
      14. Title:

        Workwear for the home care service in the city districts and dental health service.

        Lot No: 2
      15. Additional CPV code(s):
        98311000, 98311100, 98311200
      16. Place of performance:
        Main site or place of performance:

        Oslo

      17. Description of the procurement:

        The home care service in the city districts and the dental health service will primarily need the hire and laundry of workwear.

      18. Award criteria:
        Quality criterion - Name: Assignment comprehension / Weighting: 40
        Quality criterion - Name: Apprentices and work inclusion / Weighting: 20
        Quality criterion - Name: Fair trade / Weighting: 10
        Price - Weighting: 30
      19. Estimated value:
        Value excluding VAT: 72 000 000.00 NOK
      20. Duration of the contract, framework agreement or dynamic purchasing system:
        Duration in months: 24
        This contract is subject to renewal: yes
        Description of renewals:

        The contract has an option for the contracting authority to extend the contract for up to a further 2+1+1 years on the same terms.

      21. Information about the limits on the number of candidates to be invited:
      22. Information about variants:
        Variants will be accepted: no
      23. Information about options:
        Options: yesDescription of options:

        The contracting authority will have a mutual non-exclusive option for the hire of goods within the categories tablecloths, curtains, and water-soluble infection bags. The contracting authority will also have a mutual non-exclusive option for the hire of electronic cupboard systems for storage, distribution, and return of clothing (clothing cupboards).

      24. Information about electronic catalogues:

      25. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      26. 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:

        Requirement:

        Tenderers must be a legally established company.

        Documentation requirement:

        Norwegian companies: Company registration certificate

        Foreign tenderers: Verification that the company is registered in a trade index or a register of business enterprises as prescribed by the law of the country where the company is established.

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

        Requirement:

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

        Documentation requirement:

        The company"s last Annual Financial Statements including notes, the Board"s Annual Report and Audit Report, as well as latest information of relevance to the company"s fiscal numbers.

        The contracting authority reserves the right to obtain credit ratings on its own initiative.

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

        Requirement:

        Tenderers must have good experience from equivalent assignments.

        Equivalent assignments means a service for the hire and laundry of clothing with a large number of delivery places.

        Documentation requirement:

        A brief description of the primary deliveries during the last three years, including information about the contract value, date of delivery, number of delivery points and the name of the contracting authority and a description of the assignment content.

        Requirement:

        Tenderers must have sufficient capacity to fulfil the contract.

        Documentation requirement:

        A description of the tenderer"s average annual workforce and the number of employees in management during the last three years.

        Requirement:

        Tenderers must have a quality assurance system relevant to the content of this contract.

        Documentation requirement:

        A description of the tenderer"s quality assurance methods.

        Alternative: Certificate for the company"s quality system/management system issued by independent bodies which certify that the tenderer fulfils certain quality assurance standards, for example ISO 9001:2015.

        Requirement:

        Tenderers must have implemented environment management measures that ensure that the tenderer is suitable to fulfil the contractual obligations for environment regulations (see contract point 6.8 in the joint procurement contract).

        This means that the tenderer must have established methods for working actively and systematically with reducing negative environmental impact from the tenderer"s activities related to the implementation of this contract.

        Documentation requirement:

        A description of the tenderer"s environment management measures. If a tenderer has certificates from independent bodies that can substantiate an established environment 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 environment 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.

        Requirement:

        Tenderers must be suitable to fulfil the contract requirements for due care assessments for responsible business practices.

        This means that tenderers must have implemented measures and systems that are used in the tenderer"s work on ensuring basic human rights and proper working conditions, as well as preventing damage to the environment and corruption.

        Documentation requirement:

        A description of the tenderer"s systems for assessing due care 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:

        • Formal policy/guidelines that include an obligation to comply with the requirements for responsible business.

        • Formal policy/guidelines for responsibility for sub-suppliers/the supplier chain, (Supplier Code of Conduct). This must be submitted only if subcontractors will be used.

        • Descriptions of the tenderer"s process and routines for how the company works on due diligence assessments.

        • A description of how the tenderer will obtain and maintain an overview of the country of origin and production places for the products the tenderer offers. This must be submitted only if the procurement includes goods.

        • Reply form qualification requirements A: Due care assessments for responsible business practice.

      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:
      Notice number in the OJ S: 2023/S 084-250177
    2. Time limit for receipt of tenders or requests to participate:
      Date: 2023-12-01
      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:
      Tender must be valid until: 2024-03-01
      (from the date stated for receipt of tender)
    6. Conditions for opening of tenders:
      Date: 2023-12-01
      Local time: 12:00
  • 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
        Oslo Tingrett
        C. J. Hambros plass 4
        Oslo
        0164
        Norway
        Contact person: 0164
        Telephone: +47 22035200
        E-mail: oslo.tingrett@domstol.no
        Internet address: https://www.domstol.no/no/domstoler/tingrett/oslo-tingrett/
      2. Body responsible for mediation procedures
        Klagenemndsekretariatet
        Zander Kaaes gate 7
        Bergen
        5015
        Norway
        Contact person: 5015
        Telephone: +47 55193000
        E-mail: Post@knse.no
        Internet address: https://www.klagenemndssekretariatet.no/klagenemda-for-offentlige-anskaffelser-kofa
      3. Review procedure
      4. Service from which information about the review procedure may be obtained
        Oslo kommune v/ Utviklings- og kompetanseetaten
        Postboks 6538 Etterstad
        Oslo
        0606
        Norway
        Contact person: 0606
        Telephone: +47 21802180
        E-mail: anskaffelser@uke.oslo.kommune.no
        Internet address: https://www.oslo.kommune.no/etater-foretak-og-ombud/utviklings-og-kompetanseetaten/#gref
    5. Date of dispatch of this notice
      2023-10-23

  • 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