Cleaning services for The Norwegian Health Network SF in Oslo.

The Norwegian Health Network SF needs cleaning services in their new premises in Sannergata 2 in Oslo. The start-up date for the cleaning service is 1 December 2025, which is at the same time that NHN takes over the premises. The employees will move into the premises in January 2026.The …

CPV: 90910000 Úklidové služby, 90911000 Úklid v ubytovacích zařízeních, stavební úklid a čištění oken, 90919000 Úklid kanceláří, škol a čištění kancelářských strojů
Termín:
9. července 2025 10:00
Typ lhůty:
Podání nabídky
Místo provedení:
Cleaning services for The Norwegian Health Network SF in Oslo.
Misto zadání:
Norsk Helsenett SF
Číslo zakázky:
24/01669

1. Buyer

1.1 Buyer

Official name : Norsk Helsenett SF
Legal type of the buyer : Public undertaking, controlled by a central government authority
Activity of the contracting authority : Health

2. Procedure

2.1 Procedure

Title : Cleaning services for The Norwegian Health Network SF in Oslo.
Description : The Norwegian Health Network SF needs cleaning services in their new premises in Sannergata 2 in Oslo. The start-up date for the cleaning service is 1 December 2025, which is at the same time that NHN takes over the premises. The employees will move into the premises in January 2026.The areas make up open office landscape, social zones, meeting rooms, focus rooms, toilets, printer/supplies rooms, stores, and kitchens. The premises run over three floors.  NHN shall have an activity based office system with a principle of shared work places. Approx. 310 work stations are in the open landscape and approx. 30 workplaces in the team office. There are approx. 500 users of the premises. The total cleaning area is approx. 4,776 m2. The building is under construction and the areas are taken from floor plans. Tenderers shall document that the cleaning service is marked with the Swan Ecolabel or equivalent marking schemes within 12 months after the contract has been signed. See the description of the need in Annex 1 the Contracting Authority ́s requirement specifications.
Procedure identifier : 18e13d9a-febf-4529-851e-bb6942c28e36
Internal identifier : 24/01669
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The procurement will be made in accordance with the Public Procurement Act of 17 June 2016 (LOA) and the Public Procurement Regulations (FOA) FOR 2016-08-12-974 parts I and part III. The contract will be awarded in accordance with the open tender contest procedure, cf. FOA § 13-1(1).

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90919000 Office, school and office equipment cleaning services
Additional classification ( cpv ): 90910000 Cleaning services
Additional classification ( cpv ): 90911000 Accommodation, building and window cleaning services

2.1.2 Place of performance

Postal address : Sannergata 2
Town : Oslo
Postcode : 0557
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 8 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - The procurement will be carried out in accordance with the Public Procurement Act of 17 June 2016 (LOA) and the Public Procurement Regulations (FOA) FOR 2016-08-12-974 parts I and part III. The contract will be awarded in accordance with the open tender contest procedure, cf. FOA § 13-1(1).

2.1.6 Grounds for exclusion

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

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Cleaning services for The Norwegian Health Network SF in Oslo.
Description : The Norwegian Health Network SF needs cleaning services in their new premises in Sannergata 2 in Oslo. The start-up date for the cleaning service is 1 December 2025, which is at the same time that NHN takes over the premises. The employees will move into the premises in January 2026.The areas make up open office landscape, social zones, meeting rooms, focus rooms, toilets, printer/supplies rooms, stores, and kitchens. The premises run over three floors.  NHN shall have an activity based office system with a principle of shared work places. Approx. 310 work stations are in the open landscape and approx. 30 workplaces in the team office. There are approx. 500 users of the premises. The total cleaning area is approx. 4,776 m2. The building is under construction and the areas are taken from floor plans. Tenderers shall document that the cleaning service is marked with the Swan Ecolabel or equivalent marking schemes within 12 months after the contract has been signed. See the description of the need in Annex 1 the Contracting Authority ́s requirement specifications.
Internal identifier : 24/01669

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90919000 Office, school and office equipment cleaning services
Additional classification ( cpv ): 90910000 Cleaning services
Additional classification ( cpv ): 90911000 Accommodation, building and window cleaning services
Options :
Description of the options : The contract shall be valid from 01.12.2025 to and including 30.11.2028. The contracting authority has the option to extend the contract for a further 1+1 year, for up to 1 year at a time. The maximum duration of the agreement including options is five years.

5.1.2 Place of performance

Postal address : Sannergata 2
Town : Oslo
Postcode : 0557
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 30/11/2025
Duration end date : 30/11/2030

5.1.5 Value

Estimated value excluding VAT : 8 000 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : 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. Minimum qualification requirements REQUIREMENT 1: Tenderers shall be registered in a company register or a trade register in the country where the tenderer is established. DOCUMENTATION REQUIREMENT: Norwegian companies: Company Registration Certificate Foreign companies: Proof that the company is registered in a trade or business register as prescribed by the law of the country where the tenderer is established.
Criterion : Authorisation or membership of a particular organisation needed for service contracts
Description : Is a specific authorisation required from a particular organisation to provide the service in the tenderer's home country? Minimum qualification requirements REQUIREMENT 2: Tenderers shall be certified by the Norwegian Labour Inspection Authority and listed in the Authority ́s register of certified cleaning companies. DOCUMENTATION REQUIREMENT: Documentation that shows that the tenderer is certified by the Norwegian Labour Inspection Authority and listed in the Authority ́s register of certified cleaning companies.
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 REQUIREMENT 3: The tenderer is required to be financially solvent, which gives the contracting authority the security that the tenderer will be financial viable throughout the entire agreement period. DOCUMENTATION REQUIREMENT: Extended credit evaluation/report, not older than 3 months, from a publicly certified credit rating company, with a score of A (credit worthy) or an equivalent or better rating. The report shall be based on the last known accounting figures. The date must be clearly stated. If the tenderer has valid reasons for not submitting the documentation requested by the contracting authority, the tenderer can prove his economic and financial position with any other document that the contracting authority deems suitable.
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 REQUIREMENT 4: Tenderers are required to have good experience with equivalent assignments. Equivalent assignments mean cleaning services in accordance with NS-INSTA 800:2018 and of an equivalent size and content for equivalent buildings, as applicable this contract. DOCUMENTATION REQUIREMENT: List of the most relevant cleaning deliveries in the last three years, including information on the value, date, name of the contracting authority with contact information, as well as a brief description of the delivery ́s nature and content, type of building and area in m².
Criterion : Technicians or technical bodies for quality control
Description : Tenderers can use the following technical personnel or technical units , particularly those who are responsible for quality control: For technical personnel or technical units that do not directly belong to the tenderer ́s business, but if the capacity the tenderer will use, cf. part II, section C, separate ESPD forms shall be supplemented. Minimum qualification requirements REQUIREMENT 5: Tenderers are required to have an organisation that has the capacity and competence to fulfil this contract. DOCUMENTATION REQUIREMENT: A description of the tenderer's organisation, technical personnel can be used for fulfilment of the contract.
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 REQUIREMENT 6: Tenderers are required to have an environmental management system. DOCUMENTATION REQUIREMENT: Certificate for the environmental management standards ISO 14001, EMAS, Miljøfyrtårn or equivalent. If a tenderer does not have a certificate, the tenderer must document that the different elements in an environmental management system have been met and implemented.

5.1.10 Award criteria

Criterion :
Type : Quality
Name : Quality
Description : Under this criteria: - Organisation of the service and the cleaning manager ́s competence. - System and routines for following-up cleaning quality. - Innovation in the cleaning service. - Ethics, HSE and social responsibility in the cleaning service.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 65
Criterion :
Type : Price
Name : Price
Description : Under this criteria: - Fixed annual costs - Estimated annual costs for cleaning to order.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 35
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 27/06/2025 21:59 +00:00
Address of the procurement documents : https://permalink.mercell.com/256487615.aspx

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Not allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 09/07/2025 10:00 +00:00
Deadline until which the tender must remain valid : 4 Month
Information about public opening :
Opening date : 09/07/2025 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 : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Trøndelag Tingrett -
Information about review deadlines : The deadline (waiting period) for appeals for the award of contract will be in the award letter.
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed : Trøndelag Tingrett -
Organisation providing additional information about the procurement procedure : Norsk Helsenett SF -
Organisation providing offline access to the procurement documents : Norsk Helsenett SF -

8. Organisations

8.1 ORG-0001

Official name : Norsk Helsenett SF
Registration number : 994598759
Postal address : Abels gate 9
Town : TRONDHEIM
Postcode : 7030
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Contact point : Avdeling anskaffelser
Telephone : +47 24200000
Internet address : http://www.nhn.no
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents

8.1 ORG-0002

Official name : Trøndelag Tingrett
Registration number : 974 748 541
Town : Trondheim
Postcode : 7004
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Roles of this organisation :
Review organisation
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed
Notice information
Notice identifier/version : 96f03279-9bfc-46e4-b031-3394e494a4b5 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 03/06/2025 11:06 +00:00
Notice dispatch date (eSender) : 03/06/2025 12:20 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00361450-2025
OJ S issue number : 106/2025
Publication date : 04/06/2025