Brokerage services for disposal of real estate for Oslo University Hospital.

OUS has a significant property portfolio, with constant changes. Over the next few years it is expected that more properties will be sold, as the expansions of rikshospitalet and Aker hospital are facilitating changes to OUS's operation. OUS therefore needs a broker who can assist with the sales. OUS will …

CPV: 70100000 Real estate services with own property, 70300000 Real estate agency services on a fee or contract basis
Place of execution:
Brokerage services for disposal of real estate for Oslo University Hospital.
Awarding body:
SYKEHUSINNKJØP HF
Award number:
2024/31205

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 : Brokerage services for disposal of real estate for Oslo University Hospital.
Description : OUS has a significant property portfolio, with constant changes. Over the next few years it is expected that more properties will be sold, as the expansions of rikshospitalet and Aker hospital are facilitating changes to OUS's operation.  OUS therefore needs a broker who can assist with the sales. OUS will also need a consultancy and analysis capacity that can contribute to the sales processes resulting in the highest possible sales prices.
Procedure identifier : 6cad01a2-5f54-4df8-b2cb-886ffa834906
Internal identifier : 2024/31205
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The objective of the procurement is to procure brokerage services and consulting services for any sale of the properties in question. In connection with the sales, OUS will need assistance from a broker for, among other things: strategic consultancy for assessments of OUS's property portfolio, values of this and value potentials in any re-regulations etc. mapping of which market possibilities and values the properties that may be sold have, including the most central property developers and potential buyers consulting related to the market situation, timing of the sale and any consequences of different scenarios for further development of the properties consultancy up until the final decision to implement any sale and choice of buyer is made in the boards of OUS and Health South-East Rhf and approved in the enterprise meeting of Helse Sør-Øst RHF implementation of the sale of the properties to be sold, including design of the prospectus, marketing, contact with potential buyers, implementation of the bid process, signing of contract (assisted by OUS ́s legal adviser) and settlement good cooperation with the regulating authorities contribute to the increase of property value/sales value; Identifying value drivers and how to use them It is difficult to estimate the contract ́s value as it has not been clear which properties will be sold, the properties ́ value or commission rate. The assignments will vary in scope and vary from simple small sales assignments to more complicated sales processes, and it is not possible to estimate the final sales value of the properties in advance, or the extent of the consultants. The maximum contract value is NOK 60,000,000 excluding VAT. Emphasis is put on the fact that the framework agreement will not include the sale of the site to Ullevål Hospital, which will be announced in a separate competition from OUS. Emphasis is put on the fact that the person awarded this framework agreement will also be able to participate in the competition for the procurement of brokerage services for the sale of Ullevål hospital.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 70300000 Real estate agency services on a fee or contract basis
Additional classification ( cpv ): 70100000 Real estate services with own property

2.1.2 Place of performance

Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 60 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - IN ACCORDANCE WITH LOA AND THE PUBLIC PROCUREMENT REGULATIONS.

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 : Brokerage services for disposal of real estate for Oslo University Hospital.
Description : OUS has a significant property portfolio, with constant changes. Over the next few years it is expected that more properties will be sold, as the expansions of rikshospitalet and Aker hospital are facilitating changes to OUS's operation.  OUS therefore needs a broker who can assist with the sales. OUS will also need a consultancy and analysis capacity that can contribute to the sales processes resulting in the highest possible sales prices.
Internal identifier : 2024/31205

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 70300000 Real estate agency services on a fee or contract basis
Additional classification ( cpv ): 70100000 Real estate services with own property

5.1.2 Place of performance

Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 02/11/2025
Duration end date : 02/11/2029

5.1.5 Value

Estimated value excluding VAT : 60 000 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.
The names and professional qualifications of the staff assigned to perform the contract must be given : Not yet known
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 : Authorisation or membership of a particular organisation needed for service contracts
Description : Tenderers shall be registered in a company register or a trade register in the country where the tenderer is established.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (percentage, exact) : 16
Criterion : Authorisation or membership of a particular organisation needed for service contracts
Description : Tenderers must have the right to operate estate agent services in Norway in accordance with the Estate Agency Act and associated regulations.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (percentage, exact) : 16
Criterion : Other economic or financial requirements
Description : Tenderers shall have sufficient economic and financial solidity to fulfil the contractual obligations.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (percentage, exact) : 16
Criterion : Technicians or technical bodies for quality control
Description : Tenderers shall have sufficient ability, including competence and capacity, to fulfil their obligations in the contract.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (percentage, exact) : 16
Criterion : Technicians or technical bodies for quality control
Description : Tenderers shall have experience in both consulting and sales of real estate from comparable assignments as regards size/value and extent/complexity (major development projects with major transformational needs).
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (percentage, exact) : 16
Criterion : Environmental management measures
Description : Tenderers shall have a well-functioning quality assurance system for the services that shall be provided.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (percentage, exact) : 16
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 3
Maximum number of candidates to be invited for the second stage of the procedure : 5
The procedure will take place in successive stages. At each stage, some participants may be eliminated
The buyer reserves the right to award the contract on the basis of the initial tenders without any further negotiations

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Address of the procurement documents : https://permalink.mercell.com/259228640.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 : Allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Deadline for receipt of requests to participate : 05/08/2025 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 : Allowed
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 99
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, rettssted Vadsø -
Information about review deadlines : In accordance with loa/FOA. See Mercell

8. Organisations

8.1 ORG-0001

Official name : SYKEHUSINNKJØP HF
Registration number : 916879067
Postal address : Postboks 40
Town : VADSØ
Postcode : 9811
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Postmottak Sykehusinnkjøp
Telephone : +47 78950700
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Indre og Østre Finnmark tingrett, rettssted Vadsø
Registration number : 926722840
Postal address : Kirkegata 22
Town : Vadsø
Postcode : 9800
Country subdivision (NUTS) : Finnmark/Finnmárku/Finmarkku ( NO073 )
Country : Norway
Telephone : 78011700
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : d49dc1a1-4f5b-4112-b20a-c47bd5e91c12 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 13/06/2025 09:28 +00:00
Notice dispatch date (eSender) : 13/06/2025 09:42 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00385942-2025
OJ S issue number : 113/2025
Publication date : 16/06/2025