Framework agreement laundry services

Sunnfjord municipality shall enter into a framework agreement with a tenderer for the delivery of laundry services to Skei sheltered accommodation centre, Skei heimeteneste and Vassenden heimeteneste. The procurement will be coordinated by eininga Reinhald and laundry. The municipality currently has three laundries. The municipality has started work assessing whether …

CPV: 98310000 Pranie a chemické čistenie, 18000000 Odevy, obuv, brašnárske výrobky a príslušenstvo, 18100000 Pracovné odevy, špeciálne pracovné odevy a doplnky, 98000000 Iné služby pre verejnosť, sociálne služby a služby jednotlivcom, 98300000 Rôzne služby, 98311000 Zber bielizne, 98312000 Čistenie textilu
Termín:
19. máj 2025 10:00
Typ termínu:
Predloženie ponuky
Miesto vykonania:
Framework agreement laundry services
Udeľujúci orgán:
Sunnfjord kommune
Číslo udelenia:
24/14835

1. Buyer

1.1 Buyer

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

2. Procedure

2.1 Procedure

Title : Framework agreement laundry services
Description : Sunnfjord municipality shall enter into a framework agreement with a tenderer for the delivery of laundry services to Skei sheltered accommodation centre, Skei heimeteneste and Vassenden heimeteneste. The procurement will be coordinated by eininga Reinhald and laundry. The municipality currently has three laundries. The municipality has started work assessing whether the laundry shall be replaced by the purchase of laundry services. It is therefore organised that the contract shall include three options for the assignment: 1.Ein option for Førde, with delivery of laundry services to Førde sheltered accommodation centre. Førde heimeteneste eining 1 and Førde heimeteneste eining 2. 2.Ein option for Naustdal with delivery to Naustdal sheltered accommodation centre and Naustdal heimeteneste and 3.Ein option for Sande with delivery to Sande sheltered accommodation centre and Sande heimeteneste. The contract period is 2 years. The contracting authority has an option to extend the framework agreement for one year on the gong for up to two gongs. The total contract can be valid for up to 4 years.
Procedure identifier : 49c6201b-9344-44e8-8318-85b1ad699ccb
Internal identifier : 24/14835
Type of procedure : Open
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 ): 18000000 Clothing, footwear, luggage articles and accessories
Additional classification ( cpv ): 18100000 Occupational clothing, special workwear and accessories
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 ): 98312000 Textile-cleaning services

2.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )

2.1.3 Value

Estimated value excluding VAT : 19 360 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy under national law : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Bankruptcy : Is the tenderer in a bankruptcy situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Corruption : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a enforceable verdict has been convicted of corruption by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Corruption as defined in Article 3 of the Convention on Combating Corruption, Involving European Communities or European Union Member States (EUT C 195 of 25.6.1997, s. 1), and in Article 2, point 1, in the Council ́s framework decision 2003/568/RIA of 22 July 2003 on combating corruption in the private sector (EUT L 192 of 31.7.2003, p. 54). This rejection reason also includes corruption as defined in national law for the contracting authority or supplier.
Arrangement with creditors : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Participation in a criminal organisation : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted verdict of participation in a criminal organisation by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Participation in a criminal organisation as defined in Article 2 of the Council ́s framework decision 2008/841/RIA of 24 October 2008 on control of organised crime (EUT L 300 of 11.11.2008, p. 42)
Agreements with other economic operators aimed at distorting competition : Has the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition?
Breaching of obligations in the fields of environmental law : Is the tenderer aware of breaches of environmental provisions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Money laundering or terrorist financing : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of money laundering or financing terrorism by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Money laundering or financing terrorism As defined in Article 1 of the European Parliament and Council Directive 2005/60/EF of 26 October 2005 on preventive measures against the use of the financial system for money laundering and financing terrorism (EUT L 309 of 25.11.2005, p. 15).
Fraud : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted of fraud has been convicted of fraud by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Fraud included in Article 1 of the Convention on protection of the Financial Interests of the European Communities (EFT C 316 of 27.11.1995, p. 48).
Child labour and other forms of trafficking in human beings : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of child labour and other forms of human trafficking by a verdict handed down no more than five years ago, or a rejection period determined directly in the judgement that still applies? Child labour and other forms of human trafficking as defined in Article 2 of the European Parliament and council directive 2011/36/EU of 5. 1 April 2011 on the prevention and control of human trafficking and the protection of its victims and for compensation of the Council ́s framework decision 2002/629/RIA (EUT L 101 of 15.4.2011, p. 1).
Insolvency : Is the tenderer in an insolvency situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Breaching of obligations in the fields of labour law : Is the tenderer aware of breaches of provisions on working conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Assets being administered by liquidator : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Have the tenderer:a) given grossly incorrect information when notifying the information required to verify that there is no basis for rejection, or of the qualification requirements being met,b) failed to provide such information,c) subject to immediately submitting the supporting documents requested by the Contracting Authority, ord) improperly affecting the Contracting Authority's decision process to acquire confidential information that could give this an unlawful advantage in connection with competition, or negligently has given misleading information that can have a significant influence on decisions on rejection, selection or award?
Purely national exclusion grounds : The contracting authority shall state that in Norway there are national rejection reasons. These shall be described in the procurement documents. Tenderers must respond to whether they are in one or more of the situations described in the national rejection reasons.
Conflict of interest due to its participation in the procurement procedure : Are tenderers aware of a conflict of interest as stated in national law, the relevant notice or procurement documents?
Direct or indirect involvement in the preparation of this procurement procedure : Has the tenderer or an entity associated with the supplier advised the contracting authority or in another way been involved in the planning of the competition?
Guilty of grave professional misconduct : Has the tenderer committed serious errors in professional practice? If relevant, see the definitions in national law, the relevant notice or procurement documents.
Early termination, damages or other comparable sanctions : Has the tenderer committed significant breaches of contract in connection with the fulfilment of a previous public contract, a previous contract with a public contracting authority or a previous concession contract, where the breach has led to the cancellation of the contract, compensation or other similar sanctions?
Breaching of obligations in the fields of social law : Is the tenderer aware of breaches of provisions on social conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Payment of social security contributions : Have tenderers failed to fulfil all their social security obligations in the country where they are established and in their member state, if this is a different country than what he is established in?
Business activities are suspended : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Payment of taxes : Has the tenderer not fulfilled his tax and duty obligations in the country in which he is established, and in the contracting authority's member state, if this is a different country than what he is established in?
Terrorist offences or offences linked to terrorist activities : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body, or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of acts of terrorism or criminal acts connected to terrorist activities by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Acts of terrorism or criminal acts relating to terrorist activity as defined in Article 1 and 3 of the Council ́s framework decision 2002/475/RIA of 13 June 2002 on combating terrorism (EFT L 164, af 22.6.2002, p. 3). This rejection reason also includes incitement to, participation or attempts to commit such actions as included in Article 4 in the mentioned framework decision.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Framework agreement laundry services
Description : Sunnfjord municipality shall enter into a framework agreement with a tenderer for the delivery of laundry services to Skei sheltered accommodation centre, Skei heimeteneste and Vassenden heimeteneste. The procurement will be coordinated by eininga Reinhald and laundry. The municipality currently has three laundries. The municipality has started work assessing whether the laundry shall be replaced by the purchase of laundry services. It is therefore organised that the contract shall include three options for the assignment: 1.Ein option for Førde, with delivery of laundry services to Førde sheltered accommodation centre. Førde heimeteneste eining 1 and Førde heimeteneste eining 2. 2.Ein option for Naustdal with delivery to Naustdal sheltered accommodation centre and Naustdal heimeteneste and 3.Ein option for Sande with delivery to Sande sheltered accommodation centre and Sande heimeteneste. The contract period is 2 years. The contracting authority has an option to extend the framework agreement for one year on the gong for up to two gongs. The total contract can be valid for up to 4 years.
Internal identifier : 24/14835

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 ): 98000000 Other community, social and personal services
Additional classification ( cpv ): 98300000 Miscellaneous services
Additional classification ( cpv ): 98311000 Laundry-collection services
Additional classification ( cpv ): 98312000 Textile-cleaning services
Options :
Description of the options : The municipality currently has three laundries. The municipality has started work assessing whether the laundry shall be replaced by the purchase of laundry services. It is therefore organised that the contract shall include three one options for the assignment: 1. One option for Førde, with delivery of laundry services to Førde sheltered accommodation centre, Førde home schooling 1 and Førde home care school 2. One option for Naustdal with delivery to Naustdal sheltered accommodation centre and Naustdal heimeteneste and 3.Ein option for Sande with delivery to Sande sheltered accommodation centre and Sande heimeteneste.

5.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
Additional information :

5.1.3 Estimated duration

Duration : 2 Year

5.1.4 Renewal

Maximum renewals : 2
The buyer reserves the right for additional purchases from the contractor, as described here : The contract period is 2 years. The contracting authority has an option to extend the framework agreement for one year on the gong for up to two gongs. The total contract can be valid for up to 4 years. If the Contracting Authority does not receive notification to the tenderer that the option cannot be used before the expiry, the agreement will automatically be extended.

5.1.5 Value

Estimated value excluding VAT : 19 360 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Use of this criterion : Not used
Criterion :
Type : Other
Name : The tenderer ́s registration, authorisations, etc.
Description : Tenderers shall be registered in a company register, professional register or a trade register in the country where the tenderer is established. Documentation requirement: For Norwegian tenderers: • Company Registration Certificate for foreign tenderers: • Confirmation that the company is registered in a company register, professional register or a trade register in the country where the tenderer is established.
Use of this criterion : Used
Criterion :
Type : Other
Name : Certificate for tax, employer contribution and VAT.
Description : Tenderers shall be up to date with their tax, employer contribution and VAT payments. Documentation requirement: Tax certificates not older than six months from the tender deadline. With tax certificate meinast: For Norwegian tenderers: • Certificate for tax and VAT Certificates can be obtained from Altinn.no. Foreign tenderers must submit equivalent certificates from their own country that show that they have verbose tax and duty payments.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Use of this criterion : Not used

5.1.11 Procurement documents

Deadline for requesting additional information : 05/05/2025 10:00 +00:00

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
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 19/05/2025 10:00 +00:00
Deadline until which the tender must remain valid : 90 Day
Information about public opening :
Opening date : 19/05/2025 10:05 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Sogn og Fjordane tingrett

8. Organisations

8.1 ORG-0001

Official name : Sunnfjord kommune
Registration number : 921 244 207
Postal address : Postboks 338
Town : Førde
Postcode : 6802
Country : Norway
Contact point : Karsten Karlsen Sunde
Telephone : +47 97162393
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Sogn og Fjordane tingrett
Registration number : 926723278
Town : Førde
Country : Norway
Telephone : 55694300
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : 0a659772-5eed-48df-999f-d151fc6af043 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 11/04/2025 13:12 +00:00
Notice dispatch date (eSender) : 11/04/2025 13:31 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00245855-2025
OJ S issue number : 74/2025
Publication date : 15/04/2025