Dynamic purchasing system for washing robots.

Rogaland county shall enter into dynamic framework agreement for the purchase of washing robots for use in all county buildings. Rogaland County, hereafter also called the contracting authority, invites tenderers to a restricted tender contest for the establishment of a dynamic procurement scheme for the procurement of washing robots. The …

CPV: 39000000 Mobiliario (incluido el de oficina), complementos de mobiliario, aparatos electrodomésticos (excluida la iluminación) y productos de limpieza, 39713400 Máquinas para mantenimiento de pisos, 39713410 Máquinas para limpieza de pisos, 39800000 Productos de limpieza y pulido, 42000000 Maquinaria industrial, 42716000 Máquinas para lavar y para secar ropa y máquinas para limpieza en seco, 42716120 Lavadoras, 42990000 Máquinas diversas para usos especiales, 90900000 Servicios sanitarios y de limpieza, 90910000 Servicios de limpieza
Lugar de ejecución:
Dynamic purchasing system for washing robots.
Organismo adjudicador:
Rogaland fylkeskommune
Número de premio:
2024/62563

1. Buyer

1.1 Buyer

Official name : Rogaland fylkeskommune
Legal type of the buyer : Regional authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Dynamic purchasing system for washing robots.
Description : Rogaland county shall enter into dynamic framework agreement for the purchase of washing robots for use in all county buildings.
Procedure identifier : 9f8f5b7c-2c72-4015-affd-ed27dac61a74
Internal identifier : 2024/62563
Type of procedure : Restricted
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : Dynamic Purchasing System

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 39713410 Floor-cleaning machines
Additional classification ( cpv ): 39000000 Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
Additional classification ( cpv ): 39713400 Floor-maintenance machines
Additional classification ( cpv ): 42000000 Industrial machinery
Additional classification ( cpv ): 42716000 Laundry washing, dry-cleaning and drying machines
Additional classification ( cpv ): 90910000 Cleaning services

2.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : Applies to purchases to Rogaland County, all products shall be delivered in Rogaland county. The address list is attached and each competition will state the exact address.

2.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : Applies to purchases to Rogaland County, all products shall be delivered in Rogaland county. The address list is attached and each competition will state the exact address.

2.1.3 Value

Estimated value excluding VAT : 10 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.5 Terms of procurement

Terms of submission :
The tenderer must submit tenders for all lots

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy under national law : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Bankruptcy : Is the tenderer in a bankruptcy situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Corruption : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a enforceable verdict has been convicted of corruption by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Corruption as defined in Article 3 of the Convention on Combating Corruption, Involving European Communities or European Union Member States (EUT C 195 of 25.6.1997, s. 1), and in Article 2, point 1, in the Council ́s framework decision 2003/568/RIA of 22 July 2003 on combating corruption in the private sector (EUT L 192 of 31.7.2003, p. 54). This rejection reason also includes corruption as defined in national law for the contracting authority or supplier.
Arrangement with creditors : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Participation in a criminal organisation : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted verdict of participation in a criminal organisation by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Participation in a criminal organisation as defined in Article 2 of the Council ́s framework decision 2008/841/RIA of 24 October 2008 on control of organised crime (EUT L 300 of 11.11.2008, p. 42)
Agreements with other economic operators aimed at distorting competition : Has the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition?
Breaching of obligations in the fields of environmental law : Is the tenderer aware of breaches of environmental provisions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Money laundering or terrorist financing : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of money laundering or financing terrorism by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Money laundering or financing terrorism As defined in Article 1 of the European Parliament and Council Directive 2005/60/EF of 26 October 2005 on preventive measures against the use of the financial system for money laundering and financing terrorism (EUT L 309 of 25.11.2005, p. 15).
Fraud : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted of fraud has been convicted of fraud by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Fraud included in Article 1 of the Convention on protection of the Financial Interests of the European Communities (EFT C 316 of 27.11.1995, p. 48).
Child labour and other forms of trafficking in human beings : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of child labour and other forms of human trafficking by a verdict handed down no more than five years ago, or a rejection period determined directly in the judgement that still applies? Child labour and other forms of human trafficking as defined in Article 2 of the European Parliament and council directive 2011/36/EU of 5. 1 April 2011 on the prevention and control of human trafficking and the protection of its victims and for compensation of the Council ́s framework decision 2002/629/RIA (EUT L 101 of 15.4.2011, p. 1).
Insolvency : Is the tenderer in an insolvency situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Breaching of obligations in the fields of labour law : Is the tenderer aware of breaches of provisions on working conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Assets being administered by liquidator : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Has the tenderer: a) given grossly incorrect information with the notification of the information required to verify that there is no basis for rejection, or of the qualification requirements being fulfilled, b) failed to provide such information, c) made reservations immediately to present the supporting documents requested by the contracting authority, or d) improperly affected the contracting authority ́s decision process to acquire confidential information that could give this an unlawful advantage in connection with competition, or negligently has given misleading information that can have a significant influence on decisions on rejection, selection or award?
Purely national exclusion grounds : See the competition document
Conflict of interest due to its participation in the procurement procedure : Are tenderers aware of a conflict of interest as stated in national law, the relevant notice or procurement documents?
Direct or indirect involvement in the preparation of this procurement procedure : Has the tenderer or an entity associated with the supplier advised the contracting authority or in another way been involved in the planning of the competition?
Guilty of grave professional misconduct : Has the tenderer committed serious errors in professional practice? If relevant, see the definitions in national law, the relevant notice or procurement documents.
Early termination, damages or other comparable sanctions : Has the tenderer committed significant breaches of contract in connection with the fulfilment of a previous public contract, a previous contract with a public contracting authority or a previous concession contract, where the breach has led to the cancellation of the contract, compensation or other similar sanctions?
Breaching of obligations in the fields of social law : Is the tenderer aware of breaches of provisions on social conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Payment of social security contributions : Have tenderers failed to fulfil all their social security obligations in the country where they are established and in their member state, if this is a different country than what he is established in?
Business activities are suspended : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Payment of taxes : Has the tenderer not fulfilled his tax and duty obligations in the country in which he is established, and in the contracting authority's member state, if this is a different country than what he is established in?
Terrorist offences or offences linked to terrorist activities : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body, or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of acts of terrorism or criminal acts connected to terrorist activities by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Acts of terrorism or criminal acts relating to terrorist activity as defined in Article 1 and 3 of the Council ́s framework decision 2002/475/RIA of 13 June 2002 on combating terrorism (EFT L 164, af 22.6.2002, p. 3). This rejection reason also includes incitement to, participation or attempts to commit such actions as included in Article 4 in the mentioned framework decision.

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Dynamic purchasing system for washing robots.
Description : Rogaland County, hereafter also called the contracting authority, invites tenderers to a restricted tender contest for the establishment of a dynamic procurement scheme for the procurement of washing robots.  The scheme will be used for the procurement of washing robots for Rogaland county ́s sixth form colleges and two school centres, as well as separate office buildings. The scheme will also include any new buildings that are constructed or procured during the contract period.
Internal identifier : 2024/62563

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 39800000 Cleaning and polishing products
Additional classification ( cpv ): 39000000 Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
Additional classification ( cpv ): 42000000 Industrial machinery
Additional classification ( cpv ): 42716000 Laundry washing, dry-cleaning and drying machines
Additional classification ( cpv ): 42716120 Washing machines

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : All orders shall be delivered to buildings in Rogaland County. A document with an overview of all possible locations is attached in the competition. The location will be in each competition.

5.1.3 Estimated duration

Other duration : Unlimited

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Other economic and financial requirements
Description : Tenderers are required to have settled financial conditions and the financial capacity to fulfil the contract. Documentation requirement: The contracting authority will obtain a credit rating from Experian. Tenderers must achieve a rating of creditworthy. Tenderers must have made themselves aware of registered information about the company and consent when submitting the tender for the information to be collected and used as a basis for assessing the tenderer's financial conditions. If a tenderer is aware that the requirement for financial ability to fulfil the contract cannot be met through a credit rating as stated above, the tenderer may enclose other documentation confirming that the financial ability is satisfactory.
Use of this criterion : Used
Criterion :
Type : Other
Name : This fulfils the objective and non-discriminatory criteria or rules that shall be used to select the number of tenderers in the following way: If certain certificates or other forms of documentation are requested, indicate for each individual whether the tenderer is in possession of the requested documents:
Description : If any of these certificates or other forms of documentation are available in electronic form, the certificates are to be provided for each:
Use of this criterion : Used
Criterion :
Type : Other
Name : The tenderer fulfils the stated qualification requirements:
Description : All the necessary selection criteria specified in the notice or in the procurement documents mentioned in the notice are fulfilled.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register or company register.
Description : Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. Documentation requirement: Norwegian companies: Company Registration Certificate Foreign companies: Certification that the company is registered in a trade or business register as prescribed by the law of the country where the tenderer is established.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Quality assurance standard and environmental management system.
Description : Certificates issued by independent bodies for environmental management standards, A description shall be enclosed of the tenderer's environmental management measures.  Documentation: Tenderers shall provide a short account, stating the tenderer's stated environmental goals, the status of environmental work in their own business and planned measures, of relevance to this contract. If a tenderer is certified in accordance with ISO 14001, EMAS or Miljøfyrtårn or equivalent, it is sufficient to enclose a copy of a valid certificate provided that the environmental management measures are covered by the certification scheme.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Certificates issued by independent bodies for quality assurance standards.
Description : An account must be enclosed of the tenderer ́s quality assurance system. Documentation requirement: If a tenderer is certified in accordance with ISO 9001 or equivalent quality assurance certifications, it is sufficient to enclose a copy of a valid certificate. If a tenderer is not certified, the quality system must be documented, for example, by viewing the table of contents of the quality system, as well as providing a brief description of how the system was implemented and regularly updated.
Use of this criterion : Used

5.1.11 Procurement documents

Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=21502

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Allowed
Deadline for receipt of requests to participate : 18/05/2034 21:59 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : Not yet known
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
Dynamic purchasing system, only usable by buyers listed in this notice
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Sør-Rogaland tingrett

5.1 Lot technical ID : LOT-0002

Title : . Template - Competition Terms
Description : Rogaland County, hereafter also called the contracting authority, invites tenderers to a restricted tender competition for the establishment of a dynamic procurement scheme for the procurement of washing robots.
Internal identifier : 2024/62563

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 39000000 Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
Additional classification ( cpv ): 39800000 Cleaning and polishing products
Additional classification ( cpv ): 42990000 Miscellaneous special-purpose machinery
Additional classification ( cpv ): 90900000 Cleaning and sanitation services
Additional classification ( cpv ): 90910000 Cleaning services

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : All the machines shall be delivered to Rogaland County.

5.1.3 Estimated duration

Other duration : Unknown

5.1.5 Value

Estimated value excluding VAT : 10 000 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Other economic and financial requirements
Description : Tenderers are required to have settled financial conditions and the financial capacity to fulfil the contract. Documentation requirement: The contracting authority will obtain a credit rating from Experian. Tenderers must achieve a rating of creditworthy. Tenderers must have made themselves aware of registered information about the company and consent when submitting the tender for the information to be collected and used as a basis for assessing the tenderer's financial conditions. If a tenderer is aware that the requirement for financial ability to fulfil the contract cannot be met through a credit rating as stated above, the tenderer may enclose other documentation confirming that the financial ability is satisfactory.
Use of this criterion : Used
Criterion :
Type : Other
Name : This fulfils the objective and non-discriminatory criteria or rules that shall be used to select the number of tenderers in the following way: If certain certificates or other forms of documentation are requested, indicate for each individual whether the tenderer is in possession of the requested documents:
Description : If any of these certificates or other forms of documentation are available in electronic form, the certificates are to be provided for each:
Use of this criterion : Used
Criterion :
Type : Other
Name : The tenderer fulfils the stated qualification requirements:
Description : All the necessary selection criteria specified in the notice or in the procurement documents mentioned in the notice are fulfilled.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register or company register.
Description : Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. Documentation requirement Norwegian companies: Company Registration Certificate Foreign companies: Certification that the company is registered in a trade or business register as prescribed by the law of the country where the tenderer is established.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Technical and professional qualifications
Description : Tenderers shall have experience from similar deliveries. Tenderers shall have experience from at least three relevant assignments. I.e. the delivery of cleaning and washing robots of the same nature, scope and amount as requested in this competition. Documentation of excellent implementation ability is required. Documentation requirement: Tenderers must be able to present a list of the most important deliveries or services performed in the last three years. This shall as a minimum contain: Brief description of the assignment Size or value of the deliveries - Date (contract period). Names and a brief description of the customers It is the tenderer ́s responsibility to document relevance through the description. If a tenderer would like to document qualification requirements already with the tender submission, this can be uploaded in the next step.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Quality assurance standard and environmental management system.
Description : Requirements: A description shall be enclosed of the tenderer's environmental management measures.  Documentation: Tenderers shall provide a short account, stating the tenderer's stated environmental goals, the status of environmental work in their own business and planned measures, of relevance to this contract. If a tenderer is certified in accordance with ISO 14001, EMAS or Miljøfyrtårn or equivalent, it is sufficient to enclose a copy of a valid certificate provided that the environmental management measures are covered by the certification scheme.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Certificates issued by independent bodies for quality assurance standards.
Description : Requirements: An account must be enclosed of the tenderer ́s quality assurance system. Documentation requirement: If a tenderer is certified in accordance with ISO 9001 or equivalent quality assurance certifications, it is sufficient to enclose a copy of a valid certificate. If a tenderer is not certified, the quality system must be documented, for example, by viewing the table of contents of the quality system, as well as providing a brief description of how the system was implemented and regularly updated.
Use of this criterion : Used

5.1.11 Procurement documents

Deadline for requesting additional information : 30/05/2024 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=21502

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 30/05/2034
Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 18/05/2034 21:59 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : no
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
Dynamic purchasing system, only usable by buyers listed in this notice
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Sør-Rogaland tingrett
Organisation receiving requests to participate : Rogaland fylkeskommune
Organisation processing tenders : Rogaland fylkeskommune

8. Organisations

8.1 ORG-0001

Official name : Rogaland fylkeskommune
Registration number : 971 045 698
Department : .Bygg- og eiendom - gjestebrukere
Postal address : Arkitekt Eckhoffsgate 1
Town : Stavanger
Postcode : 4010
Country : Norway
Contact point : Stina Sel
Telephone : +47 51516600
Roles of this organisation :
Buyer
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Sør-Rogaland tingrett
Registration number : 926 723 448
Postal address : Postboks 159
Town : Stavanger
Postcode : 4001
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Telephone : 52 00 46 00
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : a4212720-22ea-4e9d-8490-e4c07e57eead - 02
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 27/05/2024 13:17 +00:00
Notice dispatch date (eSender) : 27/05/2024 13:31 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00316156-2024
OJ S issue number : 103/2024
Publication date : 29/05/2024