Laundry services for health and care.

The Contracting Authority needs a service that includes hire and laundry of work clothes and institution textiles for the health and welfare area. The service also includes collecting and delivering the textiles several times a week, to numerous entities in Trondheim municipality. Most of the textiles are to be hired, …

CPV: 18000000 Clothing, footwear, luggage articles and accessories, 18100000 Occupational clothing, special workwear and accessories, 39511200 Travelling rugs, 39512000 Bed linen, 39512100 Sheets, 39512200 Duvet covers, 39512400 Eiderdowns, 39512500 Pillowcases, 39514000 Toilet and kitchen linen, 39514500 Face cloths, 98310000 Washing and dry-cleaning services, 98311000 Laundry-collection services, 98311100 Laundry-management services, 98311200 Laundry-operation services
Deadline:
Aug. 29, 2025, 10 a.m.
Deadline type:
Submitting a bid
Place of execution:
Laundry services for health and care.
Awarding body:
Trondheim kommune
Award number:
2025/10861

1. Buyer

1.1 Buyer

Official name : Trondheim kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Laundry services for health and care.
Description : The Contracting Authority needs a service that includes hire and laundry of work clothes and institution textiles for the health and welfare area. The service also includes collecting and delivering the textiles several times a week, to numerous entities in Trondheim municipality. Most of the textiles are to be hired, but for a few textiles that the contracting authority shall continue to own, laundry is only wanted. The procured service shall cover the need for a health, health and welfare centre (HVS), the home service, the production kitchen. The textiles that shall be washed are mainly work clothes and institution textiles. Institution textiles means duvet covers, pillowcases, sheets, flat sheets, stretch sheets, washing cloths, towels, bedspreads, patient clothing, health blankets etc.
Procedure identifier : d875e825-1911-4bbf-8333-8673a1e1be41
Internal identifier : 2025/10861
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 98310000 Washing and dry-cleaning services
Additional classification ( cpv ): 18000000 Clothing, footwear, luggage articles and accessories
Additional classification ( cpv ): 18100000 Occupational clothing, special workwear and accessories
Additional classification ( cpv ): 39511200 Travelling rugs
Additional classification ( cpv ): 39512000 Bed linen
Additional classification ( cpv ): 39512100 Sheets
Additional classification ( cpv ): 39512200 Duvet covers
Additional classification ( cpv ): 39512400 Eiderdowns
Additional classification ( cpv ): 39512500 Pillowcases
Additional classification ( cpv ): 39514000 Toilet and kitchen linen
Additional classification ( cpv ): 39514500 Face cloths
Additional classification ( cpv ): 98311000 Laundry-collection services
Additional classification ( cpv ): 98311100 Laundry-management services
Additional classification ( cpv ): 98311200 Laundry-operation services

2.1.2 Place of performance

Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 90 000 000 Norwegian krone
Maximum value of the framework agreement : 128 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - The procurement will be made in accordance with the Public Procurement Act dated 17 June 2016 no. 73 (LOA) and the public procurement regulations dated 18 August 2016 no. 974 (FOA) parts I and III.

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 3
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 3

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
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.
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).
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).
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)
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.
Child labour and including 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).
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.
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.
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.
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?
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.
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?
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 set under purely national exclusion grounds : The contracting authority shall state that in Norway there are national rejection reasons. These shall be described in the procurement documents. Tenderers must respond to whether they are in one or more of the situations described in the national rejection reasons. Will the purely national rejection reasons, as stated in the relevant notice or in the procurement documents, apply?
Breaching obligation relating to 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?
Breaching obligation relating to 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?
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.
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.
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.
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.
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.
Analogous situation like bankruptcy, insolvency or arrangement with creditors 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.

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Personal clothing, flat textiles and patient clothing for health and sewage.
Description : Sub-contract 1 includes hire and laundry of personnel clothing, linens and patient clothing for the health centre and the health and welfare centre.
Internal identifier : 2025/21543

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 98310000 Washing and dry-cleaning services
Additional classification ( cpv ): 18000000 Clothing, footwear, luggage articles and accessories
Additional classification ( cpv ): 18100000 Occupational clothing, special workwear and accessories
Additional classification ( cpv ): 39511200 Travelling rugs
Additional classification ( cpv ): 39512000 Bed linen
Additional classification ( cpv ): 39512100 Sheets
Additional classification ( cpv ): 39512200 Duvet covers
Additional classification ( cpv ): 39512400 Eiderdowns
Additional classification ( cpv ): 39512500 Pillowcases
Additional classification ( cpv ): 39514000 Toilet and kitchen linen
Additional classification ( cpv ): 39514500 Face cloths
Additional classification ( cpv ): 98311000 Laundry-collection services
Additional classification ( cpv ): 98311100 Laundry-management services
Additional classification ( cpv ): 98311200 Laundry-operation services

5.1.2 Place of performance

Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 31/01/2026
Duration end date : 31/01/2028

5.1.5 Value

Estimated value excluding VAT : 64 800 000 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

5.1.7 Strategic procurement

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Prices shall be stated in the order requested in annex 2. The price shall be stated in NOK excluding VAT. Prices shall be fixed during the first contract year (or fixed throughout the contract period, which must be assessed critically). The contracting authority will not accept any fees, in the form of invoice fees, environmental fees, administration fees etc. All duties or fees shall be taken into account and calculated in the tender price. The transport and equipment required to carry out the work to fulfil the contract shall be included in the price. Calculation of points on price. The lowest price will achieve a maximum score, whilst a point score will be given that reflects relevant differences in the price downwards for the other tender offers.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Quality Textiles
Description : The contracting authority focuses on the workwear and institution textiles having high quality. In order to assess the quality of the offered products, product samples shall be delivered, product samples shall be delivered free of charge for the contracting authority. Product samples are to be delivered on time in accordance with the progress plan in the tender documentation. Annex 2 - Price Form, Column H "Product Samples" has been marked for which products samples shall be delivered. Product samples in M and L sizes shall be delivered for work wear. Product samples shall be washed once in accordance with the standard that shall be used. The contracting authority will provide further information on when and where they shall be delivered. When assessing quality, the offered products will be assessed in relation to i.a. comfort, fit, user friendliness, suitability, durability, design etc. The assessments will be carried out by the competition committee and will be based on procurement judgement. The products will be given scores. The product with the perceived quality in relation to the requirement specification will get a score of 7 points. Quality better than required will score between 7 and 10 points. Quality worse than the requirement specifications will score between 0 and 7 points. Products with a quality that the contracting authority deems unusable will be given 0 points. If a product quality review reveals that several of the products do not have satisfactory quality, the contracting authority reserves the right to reject the tenderer ́s tender. If there is only a small number of products that must be replaced due to poor quality and/or the contracting authority deems it unusable, new products shall be delivered at the same or better price as the original offered price.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
Criterion :
Type : Quality
Name : Service level and delivery quality
Description : The extent and selection of clothes will probably vary among the individual units during the contract period. For some units it will be appropriate to have fixed orders, but for others the influx of patients will vary from week to week and directly affect the need for textiles. In addition, there can be a greater need for sending all types of textiles to wash, for example, in the event of infectious diseases. Seasonal variations in the use of permanent employees and temporary staff will also affect the need for selection of and sizes of work wear. Will be answered in Annex 1 Requirement Specifications and award criteria.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 25
Criterion :
Type : Quality
Name : Social sustainability
Description : The Norwegian welfare model faces significant challenges, partly due to demographic changes, with a greater number of pension certificates than workers, and an increasing pressure on the public sector, as the Perspective Report points out, there is a need to rethink and to involve the private and voluntary sector in social tasks. In order to ensure sustainable social development, we need to facilitate for more people to participate in working life quickly and on ordinary terms. The older wave and lower work participation means a lack of recruitment to several branches. Companies will then also experience rethinking in order to ensure enough recruitment, as well as take steps to increase qualification and training in companies. See the description and criteria in Annex 1 Requirement Specifications and award criteria.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10
Criterion :
Type : Quality
Name : Environment
Description : Will be answered in Annex 1 Requirement Specifications and award criteria.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 15

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 22/08/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/260844525.aspx

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 : Not allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Deadline for receipt of tenders : 29/08/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 29/08/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 3
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Trøndelag Tingrett
Information about review deadlines : 10 days waiting period
Organisation providing more information on the review procedures : Trøndelag Tingrett

5.1 Lot technical ID : LOT-0002

Title : Work wear for the Home Care Service and the unit for drug and alcohol services.
Description : Lot 2 includes hire and laundry of work wear for the home care service and a unit for drug and alcohol services.
Internal identifier : 2025/21545

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 98310000 Washing and dry-cleaning services
Additional classification ( cpv ): 18000000 Clothing, footwear, luggage articles and accessories
Additional classification ( cpv ): 18100000 Occupational clothing, special workwear and accessories
Additional classification ( cpv ): 39511200 Travelling rugs
Additional classification ( cpv ): 39512000 Bed linen
Additional classification ( cpv ): 39512100 Sheets
Additional classification ( cpv ): 39512200 Duvet covers
Additional classification ( cpv ): 39512400 Eiderdowns
Additional classification ( cpv ): 39512500 Pillowcases
Additional classification ( cpv ): 39514000 Toilet and kitchen linen
Additional classification ( cpv ): 39514500 Face cloths
Additional classification ( cpv ): 98311000 Laundry-collection services
Additional classification ( cpv ): 98311100 Laundry-management services
Additional classification ( cpv ): 98311200 Laundry-operation services

5.1.2 Place of performance

Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 31/01/2026
Duration end date : 31/01/2028

5.1.5 Value

Estimated value excluding VAT : 20 000 000 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

5.1.7 Strategic procurement

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Prices shall be stated in the order requested in annex 2. The price shall be stated in NOK excluding VAT. Prices shall be fixed during the first contract year (or fixed throughout the contract period, which must be assessed critically). The contracting authority will not accept any fees, in the form of invoice fees, environmental fees, administration fees etc. All duties or fees shall be taken into account and calculated in the tender price. The transport and equipment required to carry out the work to fulfil the contract shall be included in the price. Calculation of points on price. The lowest price will achieve a maximum score, whilst a point score will be given that reflects relevant differences in the price downwards for the other tender offers.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Quality Textiles
Description : The contracting authority focuses on the workwear and institution textiles having high quality. In order to assess the quality of the offered products, product samples shall be delivered, product samples shall be delivered free of charge for the contracting authority. Product samples are to be delivered on time in accordance with the progress plan in the tender documentation. Annex 2 - Price Form, Column H "Product Samples" has been marked for which products samples shall be delivered. Product samples in M and L sizes shall be delivered for work wear. Product samples shall be washed once in accordance with the standard that shall be used. The contracting authority will provide further information on when and where they shall be delivered. When assessing quality, the offered products will be assessed in relation to i.a. comfort, fit, user friendliness, suitability, durability, design etc. The assessments will be carried out by the competition committee and will be based on procurement judgement. The products will be given scores. The product with the perceived quality in relation to the requirement specification will get a score of 7 points. Quality better than required will score between 7 and 10 points. Quality worse than the requirement specifications will score between 0 and 7 points. Products with a quality that the contracting authority deems unusable will be given 0 points. If a product quality review reveals that several of the products do not have satisfactory quality, the contracting authority reserves the right to reject the tenderer ́s tender. If there is only a small number of products that must be replaced due to poor quality and/or the contracting authority deems it unusable, new products shall be delivered at the same or better price as the original offered price.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
Criterion :
Type : Quality
Name : Service level and delivery quality
Description : The extent and selection of clothes will probably vary among the individual units during the contract period. For some units it will be appropriate to have fixed orders, but for others the influx of patients will vary from week to week and directly affect the need for textiles. In addition, there can be a greater need for sending all types of textiles to wash, for example, in the event of infectious diseases. Seasonal variations in the use of permanent employees and temporary staff will also affect the need for selection of and sizes of work wear. Will be answered in Annex 1 Requirement Specifications and award criteria.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 25
Criterion :
Type : Quality
Name : Social sustainability
Description : The Norwegian welfare model faces significant challenges, partly due to demographic changes, with a greater number of pension certificates than workers, and an increasing pressure on the public sector, as the Perspective Report points out, there is a need to rethink and to involve the private and voluntary sector in social tasks. In order to ensure sustainable social development, we need to facilitate for more people to participate in working life quickly and on ordinary terms. The older wave and lower work participation means a lack of recruitment to several branches. Companies will then also experience rethinking in order to ensure enough recruitment, as well as take steps to increase qualification and training in companies. See the description and criteria in Annex 1 Requirement Specifications and award criteria.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10
Criterion :
Type : Quality
Name : Environment
Description : Will be answered in Annex 1 Requirement Specifications and award criteria.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 15

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 22/08/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/260844525.aspx

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 : Not allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Deadline for receipt of tenders : 29/08/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 29/08/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 3
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Trøndelag Tingrett
Information about review deadlines : 10 days waiting period
Organisation providing more information on the review procedures : Trøndelag Tingrett

5.1 Lot technical ID : LOT-0003

Title : Personal clothing for the Production Kitchen.
Description : Sub-contract 3 includes hire and laundry of personnel clothing to employees in the Production Kitchen.
Internal identifier : 2025/21546

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 98310000 Washing and dry-cleaning services
Additional classification ( cpv ): 18000000 Clothing, footwear, luggage articles and accessories
Additional classification ( cpv ): 18100000 Occupational clothing, special workwear and accessories
Additional classification ( cpv ): 39511200 Travelling rugs
Additional classification ( cpv ): 39512000 Bed linen
Additional classification ( cpv ): 39512100 Sheets
Additional classification ( cpv ): 39512200 Duvet covers
Additional classification ( cpv ): 39512400 Eiderdowns
Additional classification ( cpv ): 39512500 Pillowcases
Additional classification ( cpv ): 39514000 Toilet and kitchen linen
Additional classification ( cpv ): 39514500 Face cloths
Additional classification ( cpv ): 98311000 Laundry-collection services
Additional classification ( cpv ): 98311100 Laundry-management services
Additional classification ( cpv ): 98311200 Laundry-operation services

5.1.2 Place of performance

Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 31/01/2026
Duration end date : 31/01/2028

5.1.5 Value

Estimated value excluding VAT : 800 000 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

5.1.7 Strategic procurement

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Prices shall be stated in the order requested in annex 2. The price shall be stated in NOK excluding VAT. Prices shall be fixed during the first contract year (or fixed throughout the contract period, which must be assessed critically). The contracting authority will not accept any fees, in the form of invoice fees, environmental fees, administration fees etc. All duties or fees shall be taken into account and calculated in the tender price. The transport and equipment required to carry out the work to fulfil the contract shall be included in the price. Calculation of points on price. The lowest price will achieve a maximum score, whilst a point score will be given that reflects relevant differences in the price downwards for the other tender offers.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Quality Textiles
Description : The contracting authority focuses on the workwear and institution textiles having high quality. In order to assess the quality of the offered products, product samples shall be delivered, product samples shall be delivered free of charge for the contracting authority. Product samples are to be delivered on time in accordance with the progress plan in the tender documentation. Annex 2 - Price Form, Column H "Product Samples" has been marked for which products samples shall be delivered. Product samples in M and L sizes shall be delivered for work wear. Product samples shall be washed once in accordance with the standard that shall be used. The contracting authority will provide further information on when and where they shall be delivered. When assessing quality, the offered products will be assessed in relation to i.a. comfort, fit, user friendliness, suitability, durability, design etc. The assessments will be carried out by the competition committee and will be based on procurement judgement. The products will be given scores. The product with the perceived quality in relation to the requirement specification will get a score of 7 points. Quality better than required will score between 7 and 10 points. Quality worse than the requirement specifications will score between 0 and 7 points. Products with a quality that the contracting authority deems unusable will be given 0 points. If a product quality review reveals that several of the products do not have satisfactory quality, the contracting authority reserves the right to reject the tenderer ́s tender. If there is only a small number of products that must be replaced due to poor quality and/or the contracting authority deems it unusable, new products shall be delivered at the same or better price as the original offered price.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
Criterion :
Type : Quality
Name : Service level and delivery quality
Description : The extent and selection of clothes will probably vary among the individual units during the contract period. For some units it will be appropriate to have fixed orders, but for others the influx of patients will vary from week to week and directly affect the need for textiles. In addition, there can be a greater need for sending all types of textiles to wash, for example, in the event of infectious diseases. Seasonal variations in the use of permanent employees and temporary staff will also affect the need for selection of and sizes of work wear. Will be answered in Annex 1 Requirement Specifications and award criteria.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 25
Criterion :
Type : Quality
Name : Social sustainability
Description : The Norwegian welfare model faces significant challenges, partly due to demographic changes, with a greater number of pension certificates than workers, and an increasing pressure on the public sector, as the Perspective Report points out, there is a need to rethink and to involve the private and voluntary sector in social tasks. In order to ensure sustainable social development, we need to facilitate for more people to participate in working life quickly and on ordinary terms. The older wave and lower work participation means a lack of recruitment to several branches. Companies will then also experience rethinking in order to ensure enough recruitment, as well as take steps to increase qualification and training in companies. See the description and criteria in Annex 1 Requirement Specifications and award criteria.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10
Criterion :
Type : Quality
Name : Environment
Description : Will be answered in Annex 1 Requirement Specifications and award criteria.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 15

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 22/08/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/260844525.aspx

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 : Not allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Deadline for receipt of tenders : 29/08/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 29/08/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 3
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Trøndelag Tingrett
Information about review deadlines : 10 days waiting period
Organisation providing more information on the review procedures : Trondheim kommune

8. Organisations

8.1 ORG-0001

Official name : Trondheim kommune
Registration number : 942110464
Department : Innkjøpstjenesten
Postal address : Prinsensgt. 1
Town : TRONDHEIM
Postcode : 7004
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Contact point : Robert Grande
Telephone : +47 72540000
Roles of this organisation :
Buyer
Central purchasing body awarding public contracts or concluding framework agreements for works, supplies or services intended for other buyers
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Trøndelag Tingrett
Registration number : 926722794
Postal address : Postboks 2317, Torgarden
Town : Trondheim
Postcode : 7004
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Telephone : 73542400
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures

Notice information

Notice identifier/version : c9d007af-f4cb-4aaf-bb9e-54e438b45fc4 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 02/07/2025 12:45 +00:00
Notice dispatch date (eSender) : 02/07/2025 13:48 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00435363-2025
OJ S issue number : 126/2025
Publication date : 04/07/2025