Framework agreement LAUNDRY SERVICES - RESERVED CONTRACT

The aim of the procurement is to enter into a framework agreement for laundry services and it has restricted the competition to entities or programmes that are primarily intended to integrate disabled or disadvantaged persons in working life. The assignment includes washing, hiring, collecting and transporting textiles, duvets and pillows …

CPV: 98310000 Wasserij- en stomerijdiensten, 18000000 Kleding, schoeisel, bagageartikelen en accessoires, 18100000 Beroepskleding, speciale werkkleding en toebehoren, 18110000 Beroepskleding, 98000000 Overige gemeenschaps-, sociale en persoonlijke diensten, 98300000 Diverse diensten, 98311000 Ophalen van wasgoed, 98311100 Diensten voor beheer van wasgoed, 98311200 Exploitatie van wasserij
Deadline:
20 november 2025 11:00
Soort termijn:
Indiening van een bod
Plaats van uitvoering:
Framework agreement LAUNDRY SERVICES - RESERVED CONTRACT
Toekennende instantie:
Hole kommune
Gunningsnummer:
25/1561

1. Buyer

1.1 Buyer

Official name : Hole kommune
Legal type of the buyer : Regional authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Framework agreement LAUNDRY SERVICES - RESERVED CONTRACT
Description : The aim of the procurement is to enter into a framework agreement for laundry services and it has restricted the competition to entities or programmes that are primarily intended to integrate disabled or disadvantaged persons in working life. The assignment includes washing, hiring, collecting and transporting textiles, duvets and pillows for nursing homes, environmental services and home services in Hole municipality.
Procedure identifier : 94c35131-9500-4b13-9971-b6de75007a01
Internal identifier : 25/1561
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 98310000 Washing and dry-cleaning services
Additional classification ( cpv ): 18000000 Clothing, footwear, luggage articles and accessories
Additional classification ( cpv ): 18100000 Occupational clothing, special workwear and accessories
Additional classification ( cpv ): 18110000 Occupational clothing
Additional classification ( cpv ): 98000000 Other community, social and personal services
Additional classification ( cpv ): 98300000 Miscellaneous services
Additional classification ( cpv ): 98311000 Laundry-collection services
Additional classification ( cpv ): 98311100 Laundry-management services
Additional classification ( cpv ): 98311200 Laundry-operation services

2.1.2 Place of performance

Postal address : Rudsogardsveien 22
Town : Krokkleiva
Postcode : 3531
Country subdivision (NUTS) : Buskerud ( NO085 )
Country : Norway

2.1.4 General information

Legal basis :
Directive 2014/24/EU

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?
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?
Participation in a criminal organisation : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted verdict of participation in a criminal organisation by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Participation in a criminal organisation as defined in Article 2 of the Council ́s framework decision 2008/841/RIA of 24 October 2008 on control of organised crime (EUT L 300 of 11.11.2008, p. 42)
Terrorist offences or offences linked to terrorist activities : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body, or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of acts of terrorism or criminal acts connected to terrorist activities by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Acts of terrorism or criminal acts relating to terrorist activity as defined in Article 1 and 3 of the Council ́s framework decision 2002/475/RIA of 13 June 2002 on combating terrorism (EFT L 164, af 22.6.2002, p. 3). This rejection reason also includes incitement to, participation or attempts to commit such actions as included in Article 4 in the mentioned framework decision.
Child labour and including other forms of trafficking in human beings : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of child labour and other forms of human trafficking by a verdict handed down no more than five years ago, or a rejection period determined directly in the judgement that still applies? Child labour and other forms of human trafficking as defined in Article 2 of the European Parliament and council directive 2011/36/EU of 5. 1 April 2011 on the prevention and control of human trafficking and the protection of its victims and for compensation of the Council ́s framework decision 2002/629/RIA (EUT L 101 of 15.4.2011, p. 1).
Breaching of obligations in the fields of environmental law : Is the tenderer aware of breaches of environmental provisions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Breaching of obligations in the fields of labour law : Is the tenderer aware of breaches of provisions on working conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Breaching of obligations in the fields of social law : Is the tenderer aware of breaches of provisions on social conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Agreements with other economic operators aimed at distorting competition : Has the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition?
Grave professional misconduct : Has the tenderer committed serious errors in professional practice? If relevant, see the definitions in national law, the relevant notice or procurement documents.
Misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Has the tenderer: a) given grossly incorrect information with the notification of the information required to verify that there is no basis for rejection, or of the qualification requirements being fulfilled, b) failed to provide such information, c) made reservations immediately to present the supporting documents requested by the contracting authority, or d) improperly affected the contracting authority ́s decision process to acquire confidential information that could give this an unlawful advantage in connection with competition, or negligently has given misleading information that can have a significant influence on decisions on rejection, selection or award?
Conflict of interest due to its participation in the procurement procedure : Is the tenderer aware of a conflict of interest as stated in national law, the relevant notice or procurement documents?
Direct or indirect involvement in the preparation of this procurement procedure : Has the tenderer or an entity associated with the supplier advised the contracting authority or in another way been involved in the planning of the competition?
Early termination, damages, or other comparable sanctions : Has the tenderer committed significant breaches of contract in connection with the fulfilment of a previous public contract, a previous contract with a public contracting authority or a previous concession contract, where the breach has led to the cancellation of the contract, compensation or other similar sanctions?
Breaching 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 all of his tax and duty obligations in both the country where he is established and in the contracting authority's member state, if this is a different country than what he is established in?
Business activities are suspended : Has the tenderer's business conduct been stopped?
Bankruptcy : Is the tenderer in a bankruptcy situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
Arrangement with creditors : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
Insolvency : Is the tenderer in an insolvency situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
Assets being administered by liquidator : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national law : Is the tenderer in a similar situation in accordance with an equivalent procedure set in the national law? See the national law, the relevant notice or procurement documents.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Framework agreement LAUNDRY SERVICES - RESERVED CONTRACT
Description : The aim of the procurement is to enter into a framework agreement for laundry services and it has restricted the competition to entities or programmes that are primarily intended to integrate disabled or disadvantaged persons in working life. The assignment includes washing, hiring, collecting and transporting textiles, duvets and pillows for nursing homes, environmental services and home services in Hole municipality.
Internal identifier : 25/1561

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 98310000 Washing and dry-cleaning services
Additional classification ( cpv ): 18000000 Clothing, footwear, luggage articles and accessories
Additional classification ( cpv ): 18100000 Occupational clothing, special workwear and accessories
Additional classification ( cpv ): 18110000 Occupational clothing
Additional classification ( cpv ): 98000000 Other community, social and personal services
Additional classification ( cpv ): 98300000 Miscellaneous services
Additional classification ( cpv ): 98311000 Laundry-collection services
Additional classification ( cpv ): 98311100 Laundry-management services
Additional classification ( cpv ): 98311200 Laundry-operation services

5.1.2 Place of performance

Postal address : Rudsogardsveien 22
Town : Krokkleiva
Postcode : 3531
Country subdivision (NUTS) : Buskerud ( NO085 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 01/01/2026
Duration end date : 31/12/2029

5.1.4 Renewal

Maximum renewals : 3
Other information about renewals : Renewal lenght is 12 months

5.1.6 General information

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

5.1.9 Selection criteria

Sources of selection criteria : European Single Procurement Document (ESPD)

5.1.11 Procurement documents

Deadline for requesting additional information : 10/11/2025 23:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=72880

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Allowed
Deadline for receipt of tenders : 20/11/2025 11:00 +00:00
Deadline until which the tender must remain valid : 71 Day
Information about public opening :
Opening date : 20/11/2025 11:01 +00:00
Place : Hole municipality
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : Yes
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 : 10
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Mediation organisation : Ringerike, Asker og Bærum tingrett
Review organisation : Ringerike, Asker og Bærum tingrett
Organisation providing more information on the review procedures : Ringerike, Asker og Bærum tingrett

8. Organisations

8.1 ORG-0001

Official name : Hole kommune
Registration number : 960010833
Department : Innkjøp
Postal address : Viksveien 30
Town : Røyse
Postcode : 3530
Country subdivision (NUTS) : Buskerud ( NO085 )
Country : Norway
Contact point : Leila Kittelsen - Skuland
Telephone : +4732 16 11 00
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Ringerike, Asker og Bærum tingrett
Registration number : 926 725 963
Postal address : Postboks 578
Town : Sandvika
Postcode : 1302
Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Telephone : 67 57 65 00
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures
Mediation organisation

Notice information

Notice identifier/version : ac86724c-5ffc-4976-a9c9-752a26a39b9e - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 21/10/2025 13:04 +00:00
Notice dispatch date (eSender) : 21/10/2025 13:10 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00698739-2025
OJ S issue number : 204/2025
Publication date : 23/10/2025