Framework agreement for the laundry and hire of clinic clothing for institutions, the home service and the dental health service.

The competition is for the hire and laundry of flat textiles and resident clothing to institutions as well as work clothes for the dental health service, institutions and the home service. The service shall include collection and delivery of the textiles for the units included in the contract. The aim …

CPV: 42716100 Instalación de lavado, 98310000 Servicios de lavado y limpieza en seco, 98311000 Servicios de recogida de lavandería, 98311200 Servicios de explotación de lavanderías, 98312000 Servicios de limpieza de artículos textiles
Plazo:
11 de octubre de 2024 a las 10:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
Framework agreement for the laundry and hire of clinic clothing for institutions, the home service and the dental health service.
Organismo adjudicador:
OFA IKS
Número de premio:
23/25864

1. Buyer

1.1 Buyer

Official name : OFA IKS
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : Public order and safety

2. Procedure

2.1 Procedure

Title : Framework agreement for the laundry and hire of clinic clothing for institutions, the home service and the dental health service.
Description : The competition is for the hire and laundry of flat textiles and resident clothing to institutions as well as work clothes for the dental health service, institutions and the home service. The service shall include collection and delivery of the textiles for the units included in the contract. The aim of the service is to ensure that the contracting authority ́s units shall always have good access to clean, comfortable and suitable textiles of good quality. The competition is divided into 2 sub-contracts. Tenderers can choose to submit tender offers on one or more of the sub-contracts: Part 1: Linen and patient clothes for institutions Part 2: Workwear for the dental health service, institutions and the home care service. Tenders can be submitted for one of the sub-contracts or both. The sub-contracts will be evaluated individually, and one tenderer shall be chosen per sub-contract. The contracting authority reserves the right to merge the two sub-contracts into a combined contract if the same tenderer is chosen for both lots. For further information on the contents of the procurement, please see part II annex 1. See part II, annex 7 for information on the delivery locations. The annex is prepared on the basis of statistics obtained from the current contract. There can, therefore, be changes.
Procedure identifier : 09aa642e-262a-46e8-b5c4-74e087171011
Internal identifier : 23/25864
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The procurement will be made in accordance with the current Law 17 June 2016 no. 73 on public procurements (LOA) and the regulations 12 August 2016 no. 974 on public procurements (FOA) parts I and III. The procurement will be carried out as an open tender contest, cf. the Public Procurement Regulations § 13-1 (1). This procedure gives all interested tenderers the possibility to submit tender offers. Negotiations cannot be made. Tenders cannot, therefore, be changed after the tender deadline has expired.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 98310000 Washing and dry-cleaning services
Additional classification ( cpv ): 42716100 Washing installation
Additional classification ( cpv ): 98311000 Laundry-collection services
Additional classification ( cpv ): 98311200 Laundry-operation services
Additional classification ( cpv ): 98312000 Textile-cleaning services

2.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : Agder County, Farsund municipality, Grimstad municipality, Kristiansand municipality, Lindesnes municipality, Lyngdal municipality, Tvedestrand municipality, Vennesla municipality.

2.1.3 Value

Estimated value excluding VAT : 200 000 000 Norwegian krone
Maximum value of the framework agreement : 200 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU

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 : Have the tenderer:a) given grossly incorrect information when notifying the information required to verify that there is no basis for rejection, or of the qualification requirements being met,b) failed to provide such information,c) subject to immediately submitting the supporting documents requested by the Contracting Authority, ord) improperly affecting 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?
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-0000

Title : Framework agreement for the laundry and hire of clinic clothing for institutions, the home service and the dental health service.
Description : The competition is for the hire and laundry of flat textiles and resident clothing to institutions as well as work clothes for the dental health service, institutions and the home service. The service shall include collection and delivery of the textiles for the units included in the contract. The aim of the service is to ensure that the contracting authority ́s units shall always have good access to clean, comfortable and suitable textiles of good quality. The competition is divided into 2 sub-contracts. Tenderers can choose to submit tender offers on one or more of the sub-contracts: Part 1: Linen and patient clothes for institutions Part 2: Workwear for the dental health service, institutions and the home care service. Tenders can be submitted for one of the sub-contracts or both. The sub-contracts will be evaluated individually, and one tenderer shall be chosen per sub-contract. The contracting authority reserves the right to merge the two sub-contracts into a combined contract if the same tenderer is chosen for both lots. For further information on the contents of the procurement, please see part II annex 1. See part II, annex 7 for information on the delivery locations. The annex is prepared on the basis of statistics obtained from the current contract. There can, therefore, be changes.
Internal identifier : 1

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 98310000 Washing and dry-cleaning services
Additional classification ( cpv ): 42716100 Washing installation
Additional classification ( cpv ): 98311000 Laundry-collection services
Additional classification ( cpv ): 98311200 Laundry-operation services
Additional classification ( cpv ): 98312000 Textile-cleaning services
Options :
Description of the options : Froland municipality, Iveland municipality and Vegårshei municipality are on option for the contract.

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : Agder County, Farsund municipality, Grimstad municipality, Kristiansand municipality, Lindesnes municipality, Lyngdal municipality, Tvedestrand municipality, Vennesla municipality.

5.1.3 Estimated duration

Duration : 4 Year

5.1.4 Renewal

Maximum renewals : 2
The buyer reserves the right for additional purchases from the contractor, as described here : The framework agreement shall be signed for 2 years, with an option for the Contracting Authority to extend one or more times for up to a further 2 years, altogether maximum four (4 years).

5.1.5 Value

Estimated value excluding VAT : 200 000 000 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) : yes
This procurement is also suitable for small and medium-sized enterprises (SMEs)

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Economic or financial capacity
Description : Tenderers shall have sufficient economic and financial capacity to fulfil the contract. The required financial capacity will be assessed in relation to the contract ́s value, services, risk and duration. Documentation requirement: The contracting authority will obtain a credit rating of the tenderer itself. The contracting authority reserves the right to obtain supplementary information on the tenderer's finances Note: If the tenderer has a justifiable reason, they can document their economic and financial capacity by presenting other relevant documentation.
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Organisational and legal position
Description : Tenderers shall be registered in a company register, professional register or a commerce register in the country where the tenderer is established. Documentation requirement: • Norwegian companies: Company Registration Certificate. • Foreign companies: Verification that the tenderer is registered in a company register, professional register or a commerce register in the country where the tenderer is established.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Tax Certificate
Description : Requirement: Tenderers shall have their tax, payroll tax and VAT payments in order. Documentation requirement: Tax and VAT certificate. The certificate must not be more than six months from the deadline for receipt of tenders. The certificate can be obtained electronically from Altinn. See the Skatteetaten.no for further information. Foreign tenderers: Foreign tenderers must submit equivalent certificates from their own country that show that their tax and duty payments are in order. If the authorities in the relevant country do not issue such certificates, the tenderer shall submit a statement which states that all taxes and duties have been paid. The declaration shall be approved and signed by the tenderer's Financial Director/ person responsible for Finance.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Sub supplier FOA § 16-1
Description : If the tenderer would like to use sub-suppliers or collaboration partners for fulfilment of qualification requirements related to economic and financial position or qualification requirements for technical and professional qualifications, the tender must include the necessary documentation connected to the sub-supplier or collaborating partner. In such cases, the tender shall also include a signed commitment statement, partnership agreement etc., confirming that the tenderer can use the necessary resources, cf. the Public Procurement Regulations § 16-10 (2). Furthermore, the ESPD form for sub-suppliers/collaboration partners must be submitted, as well as documentation of fulfilment of the qualification requirements that the tenderer will use sub-suppliers to fulfil.
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Completed price form, cf. annex 4a.
Weight (percentage, exact) : 70
Criterion :
Type : Quality
Name : Quality
Description : The tenderer ́s solution description, including replies to the A* requirements and B requirements in the contracting authority ́s requirement specifications, cf. annex 1.
Weight (percentage, exact) : 30
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 04/10/2024 10:00 +00:00

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Allowed
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 11/10/2024 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 11/10/2024 10:05 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : 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 :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Agder Tingrett
Organisation receiving requests to participate : OFA IKS
Organisation processing tenders : OFA IKS

8. Organisations

8.1 ORG-0001

Official name : OFA IKS
Registration number : 931832336
Postal address : Kjøita 40
Town : Kristiansand
Postcode : 4630
Country : Norway
Contact point : Hanne Hovde
Telephone : +47 99440142
Roles of this organisation :
Buyer
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Agder Tingrett
Registration number : 926723480
Department : OFA IKS
Town : Kristiansand
Postcode : 4630
Country : Norway
Telephone : 38176300
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : 6c518ce3-52d2-454a-97e6-44b4b21dce49 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 10/09/2024 12:31 +00:00
Notice dispatch date (eSender) : 11/09/2024 10:00 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00547874-2024
OJ S issue number : 178/2024
Publication date : 12/09/2024