FO-25-01 Framework agreement laundry services - Reserved contract

Folldal municipality intends to enter into a framework agreement for laundry services. The procurement is for the hire and laundry of clothes to Folldal residential and service centre, including collecting and bringing the laundry. Folldal municipality intends to enter into a framework agreement for laundry services. The procurement is for …

CPV: 18100000 Occupational clothing, special workwear and accessories, 98310000 Washing and dry-cleaning services, 98311000 Laundry-collection services, 98312000 Textile-cleaning services
spriocdháta:
Meith. 23, 2025, 10 r.n.
cineál spriocdháta:
tairisceana
áit fhorghníomhaithe:
FO-25-01 Framework agreement laundry services - Reserved contract
clárlann:
ABAKUS AS
uimhir dámhachtana:
FO-25-01

1. Buyer

1.1 Buyer

Official name : ABAKUS AS
Legal type of the buyer : Public undertaking, controlled by a local authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : FO-25-01 Framework agreement laundry services - Reserved contract
Description : Folldal municipality intends to enter into a framework agreement for laundry services. The procurement is for the hire and laundry of clothes to Folldal residential and service centre, including collecting and bringing the laundry.
Procedure identifier : df39ede6-7aeb-47a7-8640-a4387d999307
Internal identifier : FO-25-01
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The contracting authority has restricted the competition to organisations or programmes that mainly aim to integrate disabled or disadvantaged persons in working life. This only applies when at least 30 percent of the employees in the company or the programme have a disability or are disadvantaged, cf. PPR § 16-9. The aim of the procurement is to meet the contracting authority ́s ongoing need for textiles for institution patients and health personnel in an efficient way and to reduce the transaction costs connected to the service. The contracting authority believes that a good and close dialogue with the tenderer throughout the entire contract period is decisive for fulfilling the purpose.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 98310000 Washing and dry-cleaning services
Additional classification ( cpv ): 18100000 Occupational clothing, special workwear and accessories
Additional classification ( cpv ): 98311000 Laundry-collection services
Additional classification ( cpv ): 98312000 Textile-cleaning services

2.1.2 Place of performance

Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - Åpen anbudskonkurranse

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-0000

Title : FO-25-01 Framework agreement laundry services - Reserved contract
Description : Folldal municipality intends to enter into a framework agreement for laundry services. The procurement is for the hire and laundry of clothes to Folldal residential and service centre, including collecting and bringing the laundry.
Internal identifier : FO-25-01

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 98310000 Washing and dry-cleaning services
Additional classification ( cpv ): 18100000 Occupational clothing, special workwear and accessories
Additional classification ( cpv ): 98311000 Laundry-collection services
Additional classification ( cpv ): 98312000 Textile-cleaning services

5.1.2 Place of performance

Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

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

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : Leverandør er registrert i et foretaksregister eller et handelsregister i medlemsstaten som leverandøren er etablert i. Som beskrevet i bilag XI til direktiv 2014/24/EU; leverandører fra visse medlemsstater kan være nødt til å oppfylle andre krav i nevnte bilag.
Criterion : Other economic or financial requirements
Description : Tilbyder skal ha tilstrekkelig økonomisk kapasitet til gjennomføring av oppdraget. Dokumenteres med utvidet rapport fra Bisnode http://www.soliditet.no/. Rapporten skal være datert etter kunngjøringstidspunktet for konkurransen.Dersom dette ikke vedlegges, vil Abakus as innhente utvidet rapport fra Bisnode kostnadsfritt for tilbyder. Opplysningene i rapporten legges til grunn for en vurdering av tilbyders økonomiske og finansielle situasjon. Informasjon på tilbudsdato legges til grunn.
Criterion : References on specified services
Description : Tilbyder skal ha erfaring fra tilsvarende oppdrag. Tilbyende firma skal dokumentere minimum 2 tilsvarende oppdrag de siste 5 år. Dokumentasjon skal inneholde navn på oppdragsgiver, omfang, innhold og leveringstidspunkt.Leverandørens gjennomsnittlige årlige arbeidsstyrke i løpet av de siste tre årene har vært som følger:
Criterion : Average yearly manpower
Description : Leverandørens gjennomsnittlige årlige arbeidsstyrke i løpet av de siste tre årene har vært som følger:
Criterion : Certificates by independent bodies about quality assurance standards
Description : Dokumenteres med redegjørelse for firmaets system for kvalitetssikring, inklusive helse-, miljø- og sikkerhet som er relevant for denne kontrakten. Hvis rutinene er beskrevet i virksomhetens kvalitetsledelsessystem i henhold til ISO9001 eller tilsvarende tredjepartsverifisert system, er det tilstrekkelig å legge ved gyldig sertifikat.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Miljøledelsessystem for å sikre en lav miljøbelastning ved utførelse av leveransen. Dokumenteres med beskrivelse av miljøledelsessystem som minimum består av rutiner for å ivareta følgende elementer: • Virksomhetens miljømål og miljøpolitikk • Strategi på miljøområdet • Utførelse av tjenesten på en miljømessig forsvarlig måte, f.eks. avfallssortering og transport Det kan legges fram egenerklæring som beskriver hvordan rutinene gjennomføres og fungerer. Hvis rutinene er beskrevet i virksomhetens miljøledelsessystem i henhold til Miljøfyrtårn, ISO 14001, EMAS eller tilsvarende tredjepartsverifisert system, er det tilstrekkelig å legge ved gyldig sertifikat.

5.1.11 Procurement documents

Deadline for requesting additional information : 16/06/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/257127081.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 : 23/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 23/06/2025 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 : Required
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 : 1
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Østre Innlandet tingrett -
Information about review deadlines : Jf Lov om offentlige anskaffelser

8. Organisations

8.1 ORG-0001

Official name : ABAKUS AS
Registration number : 983335543
Postal address : Postboks 128
Town : ENGERDAL
Postcode : 2440
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Telephone : +47 47476000
Fax : +47 62458030
Internet address : http://www.abakus.as
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Østre Innlandet tingrett
Registration number : 974 797 755
Town : Tynset
Postcode : 2500
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Telephone : 62782700
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : 4be129d4-8be7-4bf9-b8f0-6d4b0756a622 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 19/05/2025 06:36 +00:00
Notice dispatch date (eSender) : 19/05/2025 06:36 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00322581-2025
OJ S issue number : 96/2025
Publication date : 20/05/2025