Laundry services for Helse Nord RHF, Helse Møre og Romsdal HF and Helse Fonna HF.

The objective of the procurement is the hire and laundry of work clothes, patient textiles and flat textiles for the health authorities in Helse Nord, Helse Møre og Romsdal HF and Helse Fonna HF. Hire and laundry of work clothes, patient clothes and flat textiles for Finnmark Hospital. Hire and …

CPV: 98310000 Mazgāšanas un ķīmiskās tīrīšanas pakalpojumi, 98311000 Mazgājamās veļas savākšanas pakalpojumi, 98311100 Veļas mazgātavas apsaimniekošanas pakalpojumi, 98311200 Veļas mazgātavas darbības pakalpojumi, 98312000 Audumu tīrīšanas pakalpojumi
Termiņš:
2025. gada 7. jūlijs, 10:00
Termiņa veids:
Piedāvājuma iesniegšana
Izpildes vieta:
Laundry services for Helse Nord RHF, Helse Møre og Romsdal HF and Helse Fonna HF.
Piešķīrēja iestāde:
SYKEHUSINNKJØP HF
Piešķīruma numurs:
2022/11958

1. Buyer

1.1 Buyer

Official name : SYKEHUSINNKJØP HF
Legal type of the buyer : Public undertaking
Activity of the contracting authority : Health

2. Procedure

2.1 Procedure

Title : Laundry services for Helse Nord RHF, Helse Møre og Romsdal HF and Helse Fonna HF.
Description : The objective of the procurement is the hire and laundry of work clothes, patient textiles and flat textiles for the health authorities in Helse Nord, Helse Møre og Romsdal HF and Helse Fonna HF.
Procedure identifier : a363b6d0-9cb4-4e5b-be5f-28084d91b026
Internal identifier : 2022/11958
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 98310000 Washing and dry-cleaning services
Additional classification ( cpv ): 98311000 Laundry-collection services
Additional classification ( cpv ): 98311100 Laundry-management 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

2.1.3 Value

Estimated value excluding VAT : 812 440 000 Norwegian krone
Maximum value of the framework agreement : 1 218 660 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - Public Procurements Act (the Procurement Act)

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 9
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 9

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 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?

5. Lot

5.1 Lot technical ID : LOT-0001

Title : DK1 Finnmark Hospital
Description : Hire and laundry of work clothes, patient clothes and flat textiles for Finnmark Hospital.
Internal identifier : 2025/51033

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 98310000 Washing and dry-cleaning services
Additional classification ( cpv ): 98311000 Laundry-collection services
Additional classification ( cpv ): 98311100 Laundry-management services
Additional classification ( cpv ): 98311200 Laundry-operation services
Additional classification ( cpv ): 98312000 Textile-cleaning services

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 31/05/2026
Duration end date : 31/05/2032

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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
Criterion : General yearly turnover
Description : The tenderer ́s ("total") annual turnover for the number of financial years requested in the tender notice or in the procurement documents is as follows: Minimum qualification requirements
Criterion : Other economic or financial requirements
Description : Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that: Minimum qualification requirements Qualification requirement: Tenderers shall have sufficient economic and financial solidity to fulfil the contractual obligations. Sufficient economic and financial solidity means that the tenderer shall fulfil the following requirements: • Tenderers are required to have a turnover equivalent to the estimated annual value of the lot(s) that a tender is submitted for. • Tenderers are required to be "credit worthy without security". Documentation requirement: The Contracting Authority will evaluate the Tenderer's fulfilment of the qualification requirements in the following manner: • The last submitted Annual Financial Statements with notes including the auditor's statement, possibly income statement and/or the balance sheet for the last year, if it is more than six months since the last annual accounts. • Tenderers shall, through documentation from a certified credit rating company, document that the tenderer is 'credit worthy without collateral'. The contracting authority reserves the right to verify documentation by carrying out a separate credit rating. The credit rating must not be older than 6 months from the submission date of the tender offer.
Criterion : References on specified services
Description : Only for services: In the reference period, the tenderer has carried out the following important goods deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three years to be taken into consideration. Minimum qualification requirements Qualification requirement: Tenderers shall have experience from deliveries to the health sector. Documentation requirement: Description of the tenderer ́s up to 3 relevant deliveries to the health sector. The description shall include a statement of the contract ́s value, date and recipient (name, telephone number and e-mail address).
Criterion : Tools, plant, or technical equipment
Description : Tenderers can use the following tools, material and technical equipment to carry out the contract: Minimum qualification requirements Qualification requirement: Tenderers shall have sufficient ability and capacity to be able to fulfil the contractual obligations. Tenderers are required to have laundry(s) with sufficient capacity to serve the tenderer/sub-contract(s) that a tender is submitted for. If the tenderer is planning to use the existing laundry(s), the contracting authority will emphasise production capacity at the existing facilities. If the tenderer plans to construct a new laundry, or expand the existing laundry, the contracting authority will emphasise production capacity at planned facilities, as well as a schedule (including realistic progress from the planning phase to completion). The requirement also applies for a stand-by laundry system. Documentation requirement: Tenderers shall document the following: Description of the technical facilities, including the laundry size and extent. (Max. 1 A4 page). If a tenderer shall establish a new laundry, or expand the existing laundry, a description of the technical facilities shall be presented at the start of the agreement, as outlined above, as well as a copy of the rent or purchase contract connected to the local(s). If the tenderer has not entered into a hire or procurement contract, a copy of the necessary building permits or drawings with information related to geographical locations will also be accepted. In addition a realistic progress plan shall be delivered that outlines progress from planning to completion. If documentation is submitted for the existing facilities, this will form the basis of the assessment of whether the qualification requirement is fulfilled. If documentation is submitted for planned facilities, the description of the technical facilities at the start of the agreement will apply.
Criterion : Certificates by independent bodies about quality assurance standards
Description : Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements? Minimum qualification requirements Qualification requirement: Tenderers shall have a certified quality assurance system. Documentation requirement: Tenderers shall present a certificate from an independent body that confirms that the tenderer ́s quality system is certified. The certificate shall show that the quality system is based on relevant European standard series, for example ISO 9001. The contracting authority will also accept certificates issued by bodies in other EEA countries. The contracting authority will accept other documentation for an equivalent quality system if the tenderer cannot obtain such certificates by the deadline, and this is not due to the tenderer himself. It is a prerequisite that the tenderer documents that these measures correspond to the requested quality standards.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards? Minimum qualification requirements Qualification requirement: Tenderers shall have a third-party certified environmental management system. Documentation requirement: Tenderers shall present a certificate from an independent body that confirms that the tenderer ́s environmental management system is certified. The certificate shall show that the environmental management system is based on relevant European or international standards, for example ISO14001, EMAS, Miljøfyrtårn . The contracting authority will also accept certificates issued by bodies in other EEA countries. The contracting authority will accept other documentation for equivalent environmental management measures if the tenderer does not have the possibility to receive such certificates by the deadline, and this is not due to the tenderer himself. It is a prerequisite that the tenderer documents that these measures are equivalent to the requested environmental management systems or standards.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 30/06/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/258081276.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 : Required
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 07/07/2025 10:00 +00:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 07/07/2025 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 : 100
Justification for the duration of the framework agreement : A long duration, and consequently depreciation time, gives laundry suppliers who are not currently able to invest in order to get a contract. The agreement period of 6 years + 2 years will increase the competition.
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Indre og Østre Finnmark tingrett -
Information about review deadlines : There will be a waiting period of 10 days after the contract has been awarded.
Organisation providing more information on the review procedures : SYKEHUSINNKJØP HF -

5.1 Lot technical ID : LOT-0002

Title : DK2 Universitetssykehuset Nord-Norway HF 1, Tromsø
Description : Hire and laundry of work clothes, patient clothes and flat textiles for the University Hospital of North Norway HF, Tromsø.
Internal identifier : 2025/51034

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 98310000 Washing and dry-cleaning services
Additional classification ( cpv ): 98311000 Laundry-collection services
Additional classification ( cpv ): 98311100 Laundry-management services
Additional classification ( cpv ): 98311200 Laundry-operation services
Additional classification ( cpv ): 98312000 Textile-cleaning services

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 31/05/2026
Duration end date : 31/05/2032

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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
Criterion : General yearly turnover
Description : The tenderer ́s ("total") annual turnover for the number of financial years requested in the tender notice or in the procurement documents is as follows: Minimum qualification requirements
Criterion : Other economic or financial requirements
Description : Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that: Minimum qualification requirements Qualification requirement: Tenderers shall have sufficient economic and financial solidity to fulfil the contractual obligations. Sufficient economic and financial solidity means that the tenderer shall fulfil the following requirements: • Tenderers are required to have a turnover equivalent to the estimated annual value of the lot(s) that a tender is submitted for. • Tenderers are required to be "credit worthy without security". Documentation requirement: The Contracting Authority will evaluate the Tenderer's fulfilment of the qualification requirements in the following manner: • The last submitted Annual Financial Statements with notes including the auditor's statement, possibly income statement and/or the balance sheet for the last year, if it is more than six months since the last annual accounts. • Tenderers shall, through documentation from a certified credit rating company, document that the tenderer is 'credit worthy without collateral'. The contracting authority reserves the right to verify documentation by carrying out a separate credit rating. The credit rating must not be older than 6 months from the submission date of the tender offer.
Criterion : References on specified services
Description : Only for services: In the reference period, the tenderer has carried out the following important goods deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three years to be taken into consideration. Minimum qualification requirements Qualification requirement: Tenderers shall have experience from deliveries to the health sector. Documentation requirement: Description of the tenderer ́s up to 3 relevant deliveries to the health sector. The description shall include a statement of the contract ́s value, date and recipient (name, telephone number and e-mail address).
Criterion : Tools, plant, or technical equipment
Description : Tenderers can use the following tools, material and technical equipment to carry out the contract: Minimum qualification requirements Qualification requirement: Tenderers shall have sufficient ability and capacity to be able to fulfil the contractual obligations. Tenderers are required to have laundry(s) with sufficient capacity to serve the tenderer/sub-contract(s) that a tender is submitted for. If the tenderer is planning to use the existing laundry(s), the contracting authority will emphasise production capacity at the existing facilities. If the tenderer plans to construct a new laundry, or expand the existing laundry, the contracting authority will emphasise production capacity at planned facilities, as well as a schedule (including realistic progress from the planning phase to completion). The requirement also applies for a stand-by laundry system. Documentation requirement: Tenderers shall document the following: Description of the technical facilities, including the laundry size and extent. (Max. 1 A4 page). If a tenderer shall establish a new laundry, or expand the existing laundry, a description of the technical facilities shall be presented at the start of the agreement, as outlined above, as well as a copy of the rent or purchase contract connected to the local(s). If the tenderer has not entered into a hire or procurement contract, a copy of the necessary building permits or drawings with information related to geographical locations will also be accepted. In addition a realistic progress plan shall be delivered that outlines progress from planning to completion. If documentation is submitted for the existing facilities, this will form the basis of the assessment of whether the qualification requirement is fulfilled. If documentation is submitted for planned facilities, the description of the technical facilities at the start of the agreement will apply.
Criterion : Certificates by independent bodies about quality assurance standards
Description : Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements? Minimum qualification requirements Qualification requirement: Tenderers shall have a certified quality assurance system. Documentation requirement: Tenderers shall present a certificate from an independent body that confirms that the tenderer ́s quality system is certified. The certificate shall show that the quality system is based on relevant European standard series, for example ISO 9001. The contracting authority will also accept certificates issued by bodies in other EEA countries. The contracting authority will accept other documentation for an equivalent quality system if the tenderer cannot obtain such certificates by the deadline, and this is not due to the tenderer himself. It is a prerequisite that the tenderer documents that these measures correspond to the requested quality standards.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards? Minimum qualification requirements Qualification requirement: Tenderers shall have a third-party certified environmental management system. Documentation requirement: Tenderers shall present a certificate from an independent body that confirms that the tenderer ́s environmental management system is certified. The certificate shall show that the environmental management system is based on relevant European or international standards, for example ISO14001, EMAS, Miljøfyrtårn . The contracting authority will also accept certificates issued by bodies in other EEA countries. The contracting authority will accept other documentation for equivalent environmental management measures if the tenderer does not have the possibility to receive such certificates by the deadline, and this is not due to the tenderer himself. It is a prerequisite that the tenderer documents that these measures are equivalent to the requested environmental management systems or standards.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 30/06/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/258081276.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 : Required
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 : 07/07/2025 10:00 +00:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 07/07/2025 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 : 100
Justification for the duration of the framework agreement : A long duration, and consequently depreciation time, gives laundry suppliers who are not currently able to invest in order to get a contract. The agreement period of 6 years + 2 years will increase the competition.
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : yes

5.1.16 Further information, mediation and review

Mediation organisation : Indre og Østre Finnmark tingrett -
Review organisation : Indre og Østre Finnmark tingrett -
Information about review deadlines : The waiting period is 10 days after the contract has been awarded.
Organisation providing more information on the review procedures : SYKEHUSINNKJØP HF -

5.1 Lot technical ID : LOT-0003

Title : DK3 Universitetssykehuset Nord-Norway HF 2, Harstad og Narvik
Description : Hire and laundry of work clothes, patient clothing and linens for the University Hospital of North Norway HF, Harstad and Narvik.
Internal identifier : 2025/51035

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 98310000 Washing and dry-cleaning services
Additional classification ( cpv ): 98311000 Laundry-collection services
Additional classification ( cpv ): 98311100 Laundry-management services
Additional classification ( cpv ): 98311200 Laundry-operation services
Additional classification ( cpv ): 98312000 Textile-cleaning services

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 31/05/2026
Duration end date : 31/05/2032

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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
Criterion : General yearly turnover
Description : The tenderer ́s ("total") annual turnover for the number of financial years requested in the tender notice or in the procurement documents is as follows: Minimum qualification requirements
Criterion : Other economic or financial requirements
Description : Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that: Minimum qualification requirements Qualification requirement: Tenderers shall have sufficient economic and financial solidity to fulfil the contractual obligations. Sufficient economic and financial solidity means that the tenderer shall fulfil the following requirements: • Tenderers are required to have a turnover equivalent to the estimated annual value of the lot(s) that a tender is submitted for. • Tenderers are required to be "credit worthy without security". Documentation requirement: The Contracting Authority will evaluate the Tenderer's fulfilment of the qualification requirements in the following manner: • The last submitted Annual Financial Statements with notes including the auditor's statement, possibly income statement and/or the balance sheet for the last year, if it is more than six months since the last annual accounts. • Tenderers shall, through documentation from a certified credit rating company, document that the tenderer is 'credit worthy without collateral'. The contracting authority reserves the right to verify documentation by carrying out a separate credit rating. The credit rating must not be older than 6 months from the submission date of the tender offer.
Criterion : References on specified services
Description : Only for services: In the reference period, the tenderer has carried out the following important goods deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three years to be taken into consideration. Minimum qualification requirements Qualification requirement: Tenderers shall have experience from deliveries to the health sector. Documentation requirement: Description of the tenderer ́s up to 3 relevant deliveries to the health sector. The description shall include a statement of the contract ́s value, date and recipient (name, telephone number and e-mail address).
Criterion : Tools, plant, or technical equipment
Description : Tenderers can use the following tools, material and technical equipment to carry out the contract: Minimum qualification requirements Qualification requirement: Tenderers shall have sufficient ability and capacity to be able to fulfil the contractual obligations. Tenderers are required to have laundry(s) with sufficient capacity to serve the tenderer/sub-contract(s) that a tender is submitted for. If the tenderer is planning to use the existing laundry(s), the contracting authority will emphasise production capacity at the existing facilities. If the tenderer plans to construct a new laundry, or expand the existing laundry, the contracting authority will emphasise production capacity at planned facilities, as well as a schedule (including realistic progress from the planning phase to completion). The requirement also applies for a stand-by laundry system. Documentation requirement: Tenderers shall document the following: Description of the technical facilities, including the laundry size and extent. (Max. 1 A4 page). If a tenderer shall establish a new laundry, or expand the existing laundry, a description of the technical facilities shall be presented at the start of the agreement, as outlined above, as well as a copy of the rent or purchase contract connected to the local(s). If the tenderer has not entered into a hire or procurement contract, a copy of the necessary building permits or drawings with information related to geographical locations will also be accepted. In addition a realistic progress plan shall be delivered that outlines progress from planning to completion. If documentation is submitted for the existing facilities, this will form the basis of the assessment of whether the qualification requirement is fulfilled. If documentation is submitted for planned facilities, the description of the technical facilities at the start of the agreement will apply.
Criterion : Certificates by independent bodies about quality assurance standards
Description : Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements? Minimum qualification requirements Qualification requirement: Tenderers shall have a certified quality assurance system. Documentation requirement: Tenderers shall present a certificate from an independent body that confirms that the tenderer ́s quality system is certified. The certificate shall show that the quality system is based on relevant European standard series, for example ISO 9001. The contracting authority will also accept certificates issued by bodies in other EEA countries. The contracting authority will accept other documentation for an equivalent quality system if the tenderer cannot obtain such certificates by the deadline, and this is not due to the tenderer himself. It is a prerequisite that the tenderer documents that these measures correspond to the requested quality standards.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards? Minimum qualification requirements Qualification requirement: Tenderers shall have a third-party certified environmental management system. Documentation requirement: Tenderers shall present a certificate from an independent body that confirms that the tenderer ́s environmental management system is certified. The certificate shall show that the environmental management system is based on relevant European or international standards, for example ISO14001, EMAS, Miljøfyrtårn . The contracting authority will also accept certificates issued by bodies in other EEA countries. The contracting authority will accept other documentation for equivalent environmental management measures if the tenderer does not have the possibility to receive such certificates by the deadline, and this is not due to the tenderer himself. It is a prerequisite that the tenderer documents that these measures are equivalent to the requested environmental management systems or standards.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 30/06/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/258081276.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 : Required
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 : 07/07/2025 10:00 +00:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 07/07/2025 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 : 100
Justification for the duration of the framework agreement : A long duration, and consequently depreciation time, gives laundry suppliers who are not currently able to invest in order to get a contract. The agreement period of 6 years + 2 years will increase the competition.
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Mediation organisation : Indre og Østre Finnmark tingrett -
Review organisation : Indre og Østre Finnmark tingrett -
Information about review deadlines : The waiting period is 10 days after the contract has been awarded.
Organisation providing more information on the review procedures : SYKEHUSINNKJØP HF -

5.1 Lot technical ID : LOT-0004

Title : DK4 Nordlandssykehuset HF
Description : Hire and laundry of work clothes, patient clothes and flat textiles for NordlandSsykehuset HF.
Internal identifier : 2025/51036

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 98310000 Washing and dry-cleaning services
Additional classification ( cpv ): 98311000 Laundry-collection services
Additional classification ( cpv ): 98311100 Laundry-management services
Additional classification ( cpv ): 98311200 Laundry-operation services
Additional classification ( cpv ): 98312000 Textile-cleaning services

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 31/05/2026
Duration end date : 31/05/2032

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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
Criterion : General yearly turnover
Description : The tenderer ́s ("total") annual turnover for the number of financial years requested in the tender notice or in the procurement documents is as follows: Minimum qualification requirements
Criterion : Other economic or financial requirements
Description : Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that: Minimum qualification requirements Qualification requirement: Tenderers shall have sufficient economic and financial solidity to fulfil the contractual obligations. Sufficient economic and financial solidity means that the tenderer shall fulfil the following requirements: • Tenderers are required to have a turnover equivalent to the estimated annual value of the lot(s) that a tender is submitted for. • Tenderers are required to be "credit worthy without security". Documentation requirement: The Contracting Authority will evaluate the Tenderer's fulfilment of the qualification requirements in the following manner: • The last submitted Annual Financial Statements with notes including the auditor's statement, possibly income statement and/or the balance sheet for the last year, if it is more than six months since the last annual accounts. • Tenderers shall, through documentation from a certified credit rating company, document that the tenderer is 'credit worthy without collateral'. The contracting authority reserves the right to verify documentation by carrying out a separate credit rating. The credit rating must not be older than 6 months from the submission date of the tender offer.
Criterion : References on specified services
Description : Only for services: In the reference period, the tenderer has carried out the following important goods deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three years to be taken into consideration. Minimum qualification requirements Qualification requirement: Tenderers shall have experience from deliveries to the health sector. Documentation requirement: Description of the tenderer ́s up to 3 relevant deliveries to the health sector. The description shall include a statement of the contract ́s value, date and recipient (name, telephone number and e-mail address).
Criterion : Tools, plant, or technical equipment
Description : Tenderers can use the following tools, material and technical equipment to carry out the contract: Minimum qualification requirements Qualification requirement: Tenderers shall have sufficient ability and capacity to be able to fulfil the contractual obligations. Tenderers are required to have laundry(s) with sufficient capacity to serve the tenderer/sub-contract(s) that a tender is submitted for. If the tenderer is planning to use the existing laundry(s), the contracting authority will emphasise production capacity at the existing facilities. If the tenderer plans to construct a new laundry, or expand the existing laundry, the contracting authority will emphasise production capacity at planned facilities, as well as a schedule (including realistic progress from the planning phase to completion). The requirement also applies for a stand-by laundry system. Documentation requirement: Tenderers shall document the following: Description of the technical facilities, including the laundry size and extent. (Max. 1 A4 page). If a tenderer shall establish a new laundry, or expand the existing laundry, a description of the technical facilities shall be presented at the start of the agreement, as outlined above, as well as a copy of the rent or purchase contract connected to the local(s). If the tenderer has not entered into a hire or procurement contract, a copy of the necessary building permits or drawings with information related to geographical locations will also be accepted. In addition a realistic progress plan shall be delivered that outlines progress from planning to completion. If documentation is submitted for the existing facilities, this will form the basis of the assessment of whether the qualification requirement is fulfilled. If documentation is submitted for planned facilities, the description of the technical facilities at the start of the agreement will apply.
Criterion : Certificates by independent bodies about quality assurance standards
Description : Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements? Minimum qualification requirements Qualification requirement: Tenderers shall have a certified quality assurance system. Documentation requirement: Tenderers shall present a certificate from an independent body that confirms that the tenderer ́s quality system is certified. The certificate shall show that the quality system is based on relevant European standard series, for example ISO 9001. The contracting authority will also accept certificates issued by bodies in other EEA countries. The contracting authority will accept other documentation for an equivalent quality system if the tenderer cannot obtain such certificates by the deadline, and this is not due to the tenderer himself. It is a prerequisite that the tenderer documents that these measures correspond to the requested quality standards.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards? Minimum qualification requirements Qualification requirement: Tenderers shall have a third-party certified environmental management system. Documentation requirement: Tenderers shall present a certificate from an independent body that confirms that the tenderer ́s environmental management system is certified. The certificate shall show that the environmental management system is based on relevant European or international standards, for example ISO14001, EMAS, Miljøfyrtårn . The contracting authority will also accept certificates issued by bodies in other EEA countries. The contracting authority will accept other documentation for equivalent environmental management measures if the tenderer does not have the possibility to receive such certificates by the deadline, and this is not due to the tenderer himself. It is a prerequisite that the tenderer documents that these measures are equivalent to the requested environmental management systems or standards.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 30/06/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/258081276.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 : Required
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 : 07/07/2025 10:00 +00:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 07/07/2025 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 : 100
Justification for the duration of the framework agreement : A long duration, and consequently depreciation time, gives laundry suppliers who are not currently able to invest in order to get a contract. The agreement period of 6 years + 2 years will increase the competition.
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Mediation organisation : Indre og Østre Finnmark tingrett -
Review organisation : Indre og Østre Finnmark tingrett -
Information about review deadlines : After the award, a 10 day waiting period is set before it is signed.
Organisation providing more information on the review procedures : SYKEHUSINNKJØP HF -

5.1 Lot technical ID : LOT-0005

Title : DK5 Helgelandssykehuset HF
Description : Hire and laundry of work clothes, patient clothes and flat textiles for Helgelandssykehuset HF.
Internal identifier : 2025/51037

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 98310000 Washing and dry-cleaning services
Additional classification ( cpv ): 98311000 Laundry-collection services
Additional classification ( cpv ): 98311100 Laundry-management services
Additional classification ( cpv ): 98311200 Laundry-operation services
Additional classification ( cpv ): 98312000 Textile-cleaning services

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 31/05/2026
Duration end date : 31/05/2032

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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
Criterion : General yearly turnover
Description : The tenderer ́s ("total") annual turnover for the number of financial years requested in the tender notice or in the procurement documents is as follows: Minimum qualification requirements
Criterion : Other economic or financial requirements
Description : Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that: Minimum qualification requirements Qualification requirement: Tenderers shall have sufficient economic and financial solidity to fulfil the contractual obligations. Sufficient economic and financial solidity means that the tenderer shall fulfil the following requirements: • Tenderers are required to have a turnover equivalent to the estimated annual value of the lot(s) that a tender is submitted for. • Tenderers are required to be "credit worthy without security". Documentation requirement: The Contracting Authority will evaluate the Tenderer's fulfilment of the qualification requirements in the following manner: • The last submitted Annual Financial Statements with notes including the auditor's statement, possibly income statement and/or the balance sheet for the last year, if it is more than six months since the last annual accounts. • Tenderers shall, through documentation from a certified credit rating company, document that the tenderer is 'credit worthy without collateral'. The contracting authority reserves the right to verify documentation by carrying out a separate credit rating. The credit rating must not be older than 6 months from the submission date of the tender offer.
Criterion : References on specified services
Description : Only for services: In the reference period, the tenderer has carried out the following important goods deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three years to be taken into consideration. Minimum qualification requirements Qualification requirement: Tenderers shall have experience from deliveries to the health sector. Documentation requirement: Description of the tenderer ́s up to 3 relevant deliveries to the health sector. The description shall include a statement of the contract ́s value, date and recipient (name, telephone number and e-mail address).
Criterion : Tools, plant, or technical equipment
Description : Tenderers can use the following tools, material and technical equipment to carry out the contract: Minimum qualification requirements Qualification requirement: Tenderers shall have sufficient ability and capacity to be able to fulfil the contractual obligations. Tenderers are required to have laundry(s) with sufficient capacity to serve the tenderer/sub-contract(s) that a tender is submitted for. If the tenderer is planning to use the existing laundry(s), the contracting authority will emphasise production capacity at the existing facilities. If the tenderer plans to construct a new laundry, or expand the existing laundry, the contracting authority will emphasise production capacity at planned facilities, as well as a schedule (including realistic progress from the planning phase to completion). The requirement also applies for a stand-by laundry system. Documentation requirement: Tenderers shall document the following: Description of the technical facilities, including the laundry size and extent. (Max. 1 A4 page). If a tenderer shall establish a new laundry, or expand the existing laundry, a description of the technical facilities shall be presented at the start of the agreement, as outlined above, as well as a copy of the rent or purchase contract connected to the local(s). If the tenderer has not entered into a hire or procurement contract, a copy of the necessary building permits or drawings with information related to geographical locations will also be accepted. In addition a realistic progress plan shall be delivered that outlines progress from planning to completion. If documentation is submitted for the existing facilities, this will form the basis of the assessment of whether the qualification requirement is fulfilled. If documentation is submitted for planned facilities, the description of the technical facilities at the start of the agreement will apply.
Criterion : Certificates by independent bodies about quality assurance standards
Description : Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements? Minimum qualification requirements Qualification requirement: Tenderers shall have a certified quality assurance system. Documentation requirement: Tenderers shall present a certificate from an independent body that confirms that the tenderer ́s quality system is certified. The certificate shall show that the quality system is based on relevant European standard series, for example ISO 9001. The contracting authority will also accept certificates issued by bodies in other EEA countries. The contracting authority will accept other documentation for an equivalent quality system if the tenderer cannot obtain such certificates by the deadline, and this is not due to the tenderer himself. It is a prerequisite that the tenderer documents that these measures correspond to the requested quality standards.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards? Minimum qualification requirements Qualification requirement: Tenderers shall have a third-party certified environmental management system. Documentation requirement: Tenderers shall present a certificate from an independent body that confirms that the tenderer ́s environmental management system is certified. The certificate shall show that the environmental management system is based on relevant European or international standards, for example ISO14001, EMAS, Miljøfyrtårn . The contracting authority will also accept certificates issued by bodies in other EEA countries. The contracting authority will accept other documentation for equivalent environmental management measures if the tenderer does not have the possibility to receive such certificates by the deadline, and this is not due to the tenderer himself. It is a prerequisite that the tenderer documents that these measures are equivalent to the requested environmental management systems or standards.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 30/06/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/258081276.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 : Required
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 : 07/07/2025 10:00 +00:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 07/07/2025 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 : 100
Justification for the duration of the framework agreement : A long duration and, thus, long depreciation period, gives laundry suppliers who are not currently able to invest in order to be relevant tenderers. The agreement period of 6 years + 2 years will increase the competition.
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Mediation organisation : Indre og Østre Finnmark tingrett -
Review organisation : Indre og Østre Finnmark tingrett -
Information about review deadlines : After the award, 10 days from the waiting period must be set before it is signed.
Organisation providing more information on the review procedures : SYKEHUSINNKJØP HF -

5.1 Lot technical ID : LOT-0006

Title : DK7 Helse Møre og Romsdal HF Sør
Description : Hire and laundry of work clothes, patient clothes and flat textiles for Helse Møre og Romsdal HF Sør.
Internal identifier : 2025/51039

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 98310000 Washing and dry-cleaning services
Additional classification ( cpv ): 98311000 Laundry-collection services
Additional classification ( cpv ): 98311100 Laundry-management services
Additional classification ( cpv ): 98311200 Laundry-operation services
Additional classification ( cpv ): 98312000 Textile-cleaning services

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 31/05/2026
Duration end date : 31/05/2032

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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
Criterion : General yearly turnover
Description : The tenderer ́s ("total") annual turnover for the number of financial years requested in the tender notice or in the procurement documents is as follows: Minimum qualification requirements
Criterion : Other economic or financial requirements
Description : Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that: Minimum qualification requirements Qualification requirement: Tenderers shall have sufficient economic and financial solidity to fulfil the contractual obligations. Sufficient economic and financial solidity means that the tenderer shall fulfil the following requirements: • Tenderers are required to have a turnover equivalent to the estimated annual value of the lot(s) that a tender is submitted for. • Tenderers are required to be "credit worthy without security". Documentation requirement: The Contracting Authority will evaluate the Tenderer's fulfilment of the qualification requirements in the following manner: • The last submitted Annual Financial Statements with notes including the auditor's statement, possibly income statement and/or the balance sheet for the last year, if it is more than six months since the last annual accounts. • Tenderers shall, through documentation from a certified credit rating company, document that the tenderer is 'credit worthy without collateral'. The contracting authority reserves the right to verify documentation by carrying out a separate credit rating. The credit rating must not be older than 6 months from the submission date of the tender offer.
Criterion : References on specified services
Description : Only for services: In the reference period, the tenderer has carried out the following important goods deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three years to be taken into consideration. Minimum qualification requirements Qualification requirement: Tenderers shall have experience from deliveries to the health sector. Documentation requirement: Description of the tenderer ́s up to 3 relevant deliveries to the health sector. The description shall include a statement of the contract ́s value, date and recipient (name, telephone number and e-mail address).
Criterion : Tools, plant, or technical equipment
Description : Tenderers can use the following tools, material and technical equipment to carry out the contract: Minimum qualification requirements Qualification requirement: Tenderers shall have sufficient ability and capacity to be able to fulfil the contractual obligations. Tenderers are required to have laundry(s) with sufficient capacity to serve the tenderer/sub-contract(s) that a tender is submitted for. If the tenderer is planning to use the existing laundry(s), the contracting authority will emphasise production capacity at the existing facilities. If the tenderer plans to construct a new laundry, or expand the existing laundry, the contracting authority will emphasise production capacity at planned facilities, as well as a schedule (including realistic progress from the planning phase to completion). The requirement also applies for a stand-by laundry system. Documentation requirement: Tenderers shall document the following: Description of the technical facilities, including the laundry size and extent. (Max. 1 A4 page). If a tenderer shall establish a new laundry, or expand the existing laundry, a description of the technical facilities shall be presented at the start of the agreement, as outlined above, as well as a copy of the rent or purchase contract connected to the local(s). If the tenderer has not entered into a hire or procurement contract, a copy of the necessary building permits or drawings with information related to geographical locations will also be accepted. In addition a realistic progress plan shall be delivered that outlines progress from planning to completion. If documentation is submitted for the existing facilities, this will form the basis of the assessment of whether the qualification requirement is fulfilled. If documentation is submitted for planned facilities, the description of the technical facilities at the start of the agreement will apply.
Criterion : Certificates by independent bodies about quality assurance standards
Description : Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements? Minimum qualification requirements Qualification requirement: Tenderers shall have a certified quality assurance system. Documentation requirement: Tenderers shall present a certificate from an independent body that confirms that the tenderer ́s quality system is certified. The certificate shall show that the quality system is based on relevant European standard series, for example ISO 9001. The contracting authority will also accept certificates issued by bodies in other EEA countries. The contracting authority will accept other documentation for an equivalent quality system if the tenderer cannot obtain such certificates by the deadline, and this is not due to the tenderer himself. It is a prerequisite that the tenderer documents that these measures correspond to the requested quality standards.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards? Minimum qualification requirements Qualification requirement: Tenderers shall have a third-party certified environmental management system. Documentation requirement: Tenderers shall present a certificate from an independent body that confirms that the tenderer ́s environmental management system is certified. The certificate shall show that the environmental management system is based on relevant European or international standards, for example ISO14001, EMAS, Miljøfyrtårn . The contracting authority will also accept certificates issued by bodies in other EEA countries. The contracting authority will accept other documentation for equivalent environmental management measures if the tenderer does not have the possibility to receive such certificates by the deadline, and this is not due to the tenderer himself. It is a prerequisite that the tenderer documents that these measures are equivalent to the requested environmental management systems or standards.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 30/06/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/258081276.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 : Required
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 : 07/07/2025 10:00 +00:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 07/07/2025 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 : 100
Justification for the duration of the framework agreement : A long duration and, thus, long depreciation period, gives laundry suppliers who are not currently able to invest in order to be relevant tenderers. The agreement period of 6 years + 2 years will increase the competition.
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Mediation organisation : Indre og Østre Finnmark tingrett -
Review organisation : Indre og Østre Finnmark tingrett -
Information about review deadlines : After the award, 10 days waiting period is set before signing
Organisation providing more information on the review procedures : SYKEHUSINNKJØP HF -

5.1 Lot technical ID : LOT-0007

Title : DK6 Helse Møre og Romsdal HF Nord
Description : Hire and laundry of work clothes, patient clothes and flat textiles for Helse Møre og Romsdal HF Nord.
Internal identifier : 2025/51038

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 98310000 Washing and dry-cleaning services
Additional classification ( cpv ): 98311000 Laundry-collection services
Additional classification ( cpv ): 98311100 Laundry-management services
Additional classification ( cpv ): 98311200 Laundry-operation services
Additional classification ( cpv ): 98312000 Textile-cleaning services

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 31/05/2026
Duration end date : 31/05/2032

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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
Criterion : General yearly turnover
Description : The tenderer ́s ("total") annual turnover for the number of financial years requested in the tender notice or in the procurement documents is as follows: Minimum qualification requirements
Criterion : Other economic or financial requirements
Description : Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that: Minimum qualification requirements Qualification requirement: Tenderers shall have sufficient economic and financial solidity to fulfil the contractual obligations. Sufficient economic and financial solidity means that the tenderer shall fulfil the following requirements: • Tenderers are required to have a turnover equivalent to the estimated annual value of the lot(s) that a tender is submitted for. • Tenderers are required to be "credit worthy without security". Documentation requirement: The Contracting Authority will evaluate the Tenderer's fulfilment of the qualification requirements in the following manner: • The last submitted Annual Financial Statements with notes including the auditor's statement, possibly income statement and/or the balance sheet for the last year, if it is more than six months since the last annual accounts. • Tenderers shall, through documentation from a certified credit rating company, document that the tenderer is 'credit worthy without collateral'. The contracting authority reserves the right to verify documentation by carrying out a separate credit rating. The credit rating must not be older than 6 months from the submission date of the tender offer.
Criterion : References on specified services
Description : Only for services: In the reference period, the tenderer has carried out the following important goods deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three years to be taken into consideration. Minimum qualification requirements Qualification requirement: Tenderers shall have experience from deliveries to the health sector. Documentation requirement: Description of the tenderer ́s up to 3 relevant deliveries to the health sector. The description shall include a statement of the contract ́s value, date and recipient (name, telephone number and e-mail address).
Criterion : Tools, plant, or technical equipment
Description : Tenderers can use the following tools, material and technical equipment to carry out the contract: Minimum qualification requirements Qualification requirement: Tenderers shall have sufficient ability and capacity to be able to fulfil the contractual obligations. Tenderers are required to have laundry(s) with sufficient capacity to serve the tenderer/sub-contract(s) that a tender is submitted for. If the tenderer is planning to use the existing laundry(s), the contracting authority will emphasise production capacity at the existing facilities. If the tenderer plans to construct a new laundry, or expand the existing laundry, the contracting authority will emphasise production capacity at planned facilities, as well as a schedule (including realistic progress from the planning phase to completion). The requirement also applies for a stand-by laundry system. Documentation requirement: Tenderers shall document the following: Description of the technical facilities, including the laundry size and extent. (Max. 1 A4 page). If a tenderer shall establish a new laundry, or expand the existing laundry, a description of the technical facilities shall be presented at the start of the agreement, as outlined above, as well as a copy of the rent or purchase contract connected to the local(s). If the tenderer has not entered into a hire or procurement contract, a copy of the necessary building permits or drawings with information related to geographical locations will also be accepted. In addition a realistic progress plan shall be delivered that outlines progress from planning to completion. If documentation is submitted for the existing facilities, this will form the basis of the assessment of whether the qualification requirement is fulfilled. If documentation is submitted for planned facilities, the description of the technical facilities at the start of the agreement will apply.
Criterion : Certificates by independent bodies about quality assurance standards
Description : Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements? Minimum qualification requirements Qualification requirement: Tenderers shall have a certified quality assurance system. Documentation requirement: Tenderers shall present a certificate from an independent body that confirms that the tenderer ́s quality system is certified. The certificate shall show that the quality system is based on relevant European standard series, for example ISO 9001. The contracting authority will also accept certificates issued by bodies in other EEA countries. The contracting authority will accept other documentation for an equivalent quality system if the tenderer cannot obtain such certificates by the deadline, and this is not due to the tenderer himself. It is a prerequisite that the tenderer documents that these measures correspond to the requested quality standards.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards? Minimum qualification requirements Qualification requirement: Tenderers shall have a third-party certified environmental management system. Documentation requirement: Tenderers shall present a certificate from an independent body that confirms that the tenderer ́s environmental management system is certified. The certificate shall show that the environmental management system is based on relevant European or international standards, for example ISO14001, EMAS, Miljøfyrtårn . The contracting authority will also accept certificates issued by bodies in other EEA countries. The contracting authority will accept other documentation for equivalent environmental management measures if the tenderer does not have the possibility to receive such certificates by the deadline, and this is not due to the tenderer himself. It is a prerequisite that the tenderer documents that these measures are equivalent to the requested environmental management systems or standards.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 30/06/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/258081276.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 : Required
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 : 07/07/2025 10:00 +00:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 07/07/2025 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 : 100
Justification for the duration of the framework agreement : A long duration and, thus, long depreciation period, gives laundry suppliers who are not currently able to invest in order to be relevant tenderers. The agreement period of 6 years + 2 years will increase the competition.
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Mediation organisation : Indre og Østre Finnmark tingrett -
Review organisation : Indre og Østre Finnmark tingrett -
Information about review deadlines : The waiting period is 10 days after the contract has been awarded.
Organisation providing more information on the review procedures : SYKEHUSINNKJØP HF -

5.1 Lot technical ID : LOT-0008

Title : DK8 Helse Fonna HF Haugesund
Description : Hire and laundry of work clothes, patient clothes and flat textiles for Helse Fonna HF Haugesund.
Internal identifier : 2025/51040

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 98310000 Washing and dry-cleaning services
Additional classification ( cpv ): 98311000 Laundry-collection services
Additional classification ( cpv ): 98311100 Laundry-management services
Additional classification ( cpv ): 98311200 Laundry-operation services
Additional classification ( cpv ): 98312000 Textile-cleaning services

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 30/11/2026
Duration end date : 30/11/2032

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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
Criterion : General yearly turnover
Description : The tenderer ́s ("total") annual turnover for the number of financial years requested in the tender notice or in the procurement documents is as follows: Minimum qualification requirements
Criterion : Other economic or financial requirements
Description : Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that: Minimum qualification requirements Qualification requirement: Tenderers shall have sufficient economic and financial solidity to fulfil the contractual obligations. Sufficient economic and financial solidity means that the tenderer shall fulfil the following requirements: • Tenderers are required to have a turnover equivalent to the estimated annual value of the lot(s) that a tender is submitted for. • Tenderers are required to be "credit worthy without security". Documentation requirement: The Contracting Authority will evaluate the Tenderer's fulfilment of the qualification requirements in the following manner: • The last submitted Annual Financial Statements with notes including the auditor's statement, possibly income statement and/or the balance sheet for the last year, if it is more than six months since the last annual accounts. • Tenderers shall, through documentation from a certified credit rating company, document that the tenderer is 'credit worthy without collateral'. The contracting authority reserves the right to verify documentation by carrying out a separate credit rating. The credit rating must not be older than 6 months from the submission date of the tender offer.
Criterion : References on specified services
Description : Only for services: In the reference period, the tenderer has carried out the following important goods deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three years to be taken into consideration. Minimum qualification requirements Qualification requirement: Tenderers shall have experience from deliveries to the health sector. Documentation requirement: Description of the tenderer ́s up to 3 relevant deliveries to the health sector. The description shall include a statement of the contract ́s value, date and recipient (name, telephone number and e-mail address).
Criterion : Tools, plant, or technical equipment
Description : Tenderers can use the following tools, material and technical equipment to carry out the contract: Minimum qualification requirements Qualification requirement: Tenderers shall have sufficient ability and capacity to be able to fulfil the contractual obligations. Tenderers are required to have laundry(s) with sufficient capacity to serve the tenderer/sub-contract(s) that a tender is submitted for. If the tenderer is planning to use the existing laundry(s), the contracting authority will emphasise production capacity at the existing facilities. If the tenderer plans to construct a new laundry, or expand the existing laundry, the contracting authority will emphasise production capacity at planned facilities, as well as a schedule (including realistic progress from the planning phase to completion). The requirement also applies for a stand-by laundry system. Documentation requirement: Tenderers shall document the following: Description of the technical facilities, including the laundry size and extent. (Max. 1 A4 page). If a tenderer shall establish a new laundry, or expand the existing laundry, a description of the technical facilities shall be presented at the start of the agreement, as outlined above, as well as a copy of the rent or purchase contract connected to the local(s). If the tenderer has not entered into a hire or procurement contract, a copy of the necessary building permits or drawings with information related to geographical locations will also be accepted. In addition a realistic progress plan shall be delivered that outlines progress from planning to completion. If documentation is submitted for the existing facilities, this will form the basis of the assessment of whether the qualification requirement is fulfilled. If documentation is submitted for planned facilities, the description of the technical facilities at the start of the agreement will apply.
Criterion : Certificates by independent bodies about quality assurance standards
Description : Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements? Minimum qualification requirements Qualification requirement: Tenderers shall have a certified quality assurance system. Documentation requirement: Tenderers shall present a certificate from an independent body that confirms that the tenderer ́s quality system is certified. The certificate shall show that the quality system is based on relevant European standard series, for example ISO 9001. The contracting authority will also accept certificates issued by bodies in other EEA countries. The contracting authority will accept other documentation for an equivalent quality system if the tenderer cannot obtain such certificates by the deadline, and this is not due to the tenderer himself. It is a prerequisite that the tenderer documents that these measures correspond to the requested quality standards.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards? Minimum qualification requirements Qualification requirement: Tenderers shall have a third-party certified environmental management system. Documentation requirement: Tenderers shall present a certificate from an independent body that confirms that the tenderer ́s environmental management system is certified. The certificate shall show that the environmental management system is based on relevant European or international standards, for example ISO14001, EMAS, Miljøfyrtårn . The contracting authority will also accept certificates issued by bodies in other EEA countries. The contracting authority will accept other documentation for equivalent environmental management measures if the tenderer does not have the possibility to receive such certificates by the deadline, and this is not due to the tenderer himself. It is a prerequisite that the tenderer documents that these measures are equivalent to the requested environmental management systems or standards.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 30/06/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/258081276.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 : Required
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 : 07/07/2025 10:00 +00:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 07/07/2025 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 : 100
Justification for the duration of the framework agreement : A long duration and, thus, long depreciation period, gives laundry suppliers who are not currently able to invest in order to be relevant tenderers. The agreement period of 6 years + 2 years will increase the competition.
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Mediation organisation : Indre og Østre Finnmark tingrett -
Review organisation : Indre og Østre Finnmark tingrett -
Information about review deadlines : The waiting period is 10 days after the contract has been awarded.
Organisation providing more information on the review procedures : SYKEHUSINNKJØP HF -

5.1 Lot technical ID : LOT-0009

Title : DK9 Helse Fonna HF Valen, Odda and Stord
Description : Hire and laundry of work clothes, patient clothes and flat textiles for Helse Fonna HF Valen, Odda and Stord.
Internal identifier : 2025/51041

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 98310000 Washing and dry-cleaning services
Additional classification ( cpv ): 98311000 Laundry-collection services
Additional classification ( cpv ): 98311100 Laundry-management services
Additional classification ( cpv ): 98311200 Laundry-operation services
Additional classification ( cpv ): 98312000 Textile-cleaning services

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 30/11/2026
Duration end date : 30/11/2032

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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
Criterion : General yearly turnover
Description : The tenderer ́s ("total") annual turnover for the number of financial years requested in the tender notice or in the procurement documents is as follows: Minimum qualification requirements
Criterion : Other economic or financial requirements
Description : Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that: Minimum qualification requirements Qualification requirement: Tenderers shall have sufficient economic and financial solidity to fulfil the contractual obligations. Sufficient economic and financial solidity means that the tenderer shall fulfil the following requirements: • Tenderers are required to have a turnover equivalent to the estimated annual value of the lot(s) that a tender is submitted for. • Tenderers are required to be "credit worthy without security". Documentation requirement: The Contracting Authority will evaluate the Tenderer's fulfilment of the qualification requirements in the following manner: • The last submitted Annual Financial Statements with notes including the auditor's statement, possibly income statement and/or the balance sheet for the last year, if it is more than six months since the last annual accounts. • Tenderers shall, through documentation from a certified credit rating company, document that the tenderer is 'credit worthy without collateral'. The contracting authority reserves the right to verify documentation by carrying out a separate credit rating. The credit rating must not be older than 6 months from the submission date of the tender offer.
Criterion : References on specified services
Description : Only for services: In the reference period, the tenderer has carried out the following important goods deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three years to be taken into consideration. Minimum qualification requirements Qualification requirement: Tenderers shall have experience from deliveries to the health sector. Documentation requirement: Description of the tenderer ́s up to 3 relevant deliveries to the health sector. The description shall include a statement of the contract ́s value, date and recipient (name, telephone number and e-mail address).
Criterion : Tools, plant, or technical equipment
Description : Tenderers can use the following tools, material and technical equipment to carry out the contract: Minimum qualification requirements Qualification requirement: Tenderers shall have sufficient ability and capacity to be able to fulfil the contractual obligations. Tenderers are required to have laundry(s) with sufficient capacity to serve the tenderer/sub-contract(s) that a tender is submitted for. If the tenderer is planning to use the existing laundry(s), the contracting authority will emphasise production capacity at the existing facilities. If the tenderer plans to construct a new laundry, or expand the existing laundry, the contracting authority will emphasise production capacity at planned facilities, as well as a schedule (including realistic progress from the planning phase to completion). The requirement also applies for a stand-by laundry system. Documentation requirement: Tenderers shall document the following: Description of the technical facilities, including the laundry size and extent. (Max. 1 A4 page). If a tenderer shall establish a new laundry, or expand the existing laundry, a description of the technical facilities shall be presented at the start of the agreement, as outlined above, as well as a copy of the rent or purchase contract connected to the local(s). If the tenderer has not entered into a hire or procurement contract, a copy of the necessary building permits or drawings with information related to geographical locations will also be accepted. In addition a realistic progress plan shall be delivered that outlines progress from planning to completion. If documentation is submitted for the existing facilities, this will form the basis of the assessment of whether the qualification requirement is fulfilled. If documentation is submitted for planned facilities, the description of the technical facilities at the start of the agreement will apply.
Criterion : Certificates by independent bodies about quality assurance standards
Description : Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements? Minimum qualification requirements Qualification requirement: Tenderers shall have a certified quality assurance system. Documentation requirement: Tenderers shall present a certificate from an independent body that confirms that the tenderer ́s quality system is certified. The certificate shall show that the quality system is based on relevant European standard series, for example ISO 9001. The contracting authority will also accept certificates issued by bodies in other EEA countries. The contracting authority will accept other documentation for an equivalent quality system if the tenderer cannot obtain such certificates by the deadline, and this is not due to the tenderer himself. It is a prerequisite that the tenderer documents that these measures correspond to the requested quality standards.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards? Minimum qualification requirements Qualification requirement: Tenderers shall have a third-party certified environmental management system. Documentation requirement: Tenderers shall present a certificate from an independent body that confirms that the tenderer ́s environmental management system is certified. The certificate shall show that the environmental management system is based on relevant European or international standards, for example ISO14001, EMAS, Miljøfyrtårn . The contracting authority will also accept certificates issued by bodies in other EEA countries. The contracting authority will accept other documentation for equivalent environmental management measures if the tenderer does not have the possibility to receive such certificates by the deadline, and this is not due to the tenderer himself. It is a prerequisite that the tenderer documents that these measures are equivalent to the requested environmental management systems or standards.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 30/06/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/258081276.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 : Required
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 : 07/07/2025 10:00 +00:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 07/07/2025 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 : 100
Justification for the duration of the framework agreement : A long duration and, thus, long depreciation period, gives laundry suppliers who are not currently able to invest in order to be relevant tenderers. The agreement period of 6 years + 2 years will increase the competition.
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Mediation organisation : Indre og Østre Finnmark tingrett -
Review organisation : Indre og Østre Finnmark tingrett -
Information about review deadlines : After the award, 10 days waiting period is set before signing
Organisation providing more information on the review procedures : SYKEHUSINNKJØP HF -

8. Organisations

8.1 ORG-0001

Official name : SYKEHUSINNKJØP HF
Registration number : 916879067
Postal address : Postboks 40
Town : VADSØ
Postcode : 9811
Country subdivision (NUTS) : Finnmark/Finnmárku/Finmarkku ( NO073 )
Country : Norway
Contact point : Postmottak Sykehusinnkjøp
Telephone : +47 78950700
Roles of this organisation :
Buyer
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Indre og Østre Finnmark tingrett
Registration number : 926 722 840
Town : Vadsø
Postcode : 9800
Country subdivision (NUTS) : Finnmark/Finnmárku/Finmarkku ( NO073 )
Country : Norway
Roles of this organisation :
Review organisation
Mediation organisation
Notice information
Notice identifier/version : a3aab3ff-d7a1-427d-8f30-bcf18d5cd6e8 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 05/06/2025 06:44 +00:00
Notice dispatch date (eSender) : 05/06/2025 06:54 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00366861-2025
OJ S issue number : 108/2025
Publication date : 06/06/2025