Washing and dry-cleaning services (Норвегия - Тендер #47512373) | ||
| ||
| 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: Единая система закупок Европейского союза TED |
||
Procurement of laundry services in the health sector
Reference number: 23/216Oslo 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.
Work clothes and institutional textiles
Lot No: 1Oslo
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.
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.
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).
Workwear for the home care service in the city districts and dental health service.
Lot No: 2Oslo
The home care service in the city districts and the dental health service will primarily need the hire and laundry of workwear.
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.
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).
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.
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.
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.