Cleaning services Campus Pilestredet

The procurement shall see to the contracting authority ́s need for daily and temporary cleaning services, as well as extra cleaning as ordered. The procurement shall ensure stable, cost efficient and qualitatively good daily and temporary cleaning at the agreed time and price. The contract ́s total cleaning area at …

CPV: 90900000 Cleaning and sanitation services, 90910000 Cleaning services, 90911000 Accommodation, building and window cleaning services, 90919000 Office, school and office equipment cleaning services
Deadline:
Sept. 1, 2025, 10 a.m.
Deadline type:
Submitting a bid
Place of execution:
Cleaning services Campus Pilestredet
Awarding body:
OsloMet - storbyuniversitetet
Award number:
25/02875

1. Buyer

1.1 Buyer

Official name : OsloMet - storbyuniversitetet
Legal type of the buyer : Public undertaking
Activity of the contracting authority : Education

2. Procedure

2.1 Procedure

Title : Cleaning services Campus Pilestredet
Description : The procurement shall see to the contracting authority ́s need for daily and temporary cleaning services, as well as extra cleaning as ordered. The procurement shall ensure stable, cost efficient and qualitatively good daily and temporary cleaning at the agreed time and price. The contract ́s total cleaning area at the start is approx. 35,000 m2 at Nedre Campus and approx. 58,000 m2 at Øvre Campus. The total cleaning area when the contract is initiated is approx. 93,000 m2.
Procedure identifier : d3c8192e-3bf6-4461-b43e-c47a6e888fa8
Internal identifier : 25/02875
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90900000 Cleaning and sanitation services
Additional classification ( cpv ): 90910000 Cleaning services
Additional classification ( cpv ): 90911000 Accommodation, building and window cleaning services
Additional classification ( cpv ): 90919000 Office, school and office equipment cleaning services

2.1.2 Place of performance

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

2.1.3 Value

Estimated value excluding VAT : 120 000 000 Norwegian krone

2.1.4 General information

Additional information : In order to submit tenders and get automatic notification of changes etc., registration must be given in the "Supplier Portal" Mercell TendSign.
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 : Cleaning services Campus Pilestredet
Description : The procurement shall see to the contracting authority ́s need for daily and temporary cleaning services, as well as extra cleaning as ordered. The procurement shall ensure stable, cost efficient and qualitatively good daily and temporary cleaning at the agreed time and price. The contract ́s total cleaning area at the start is approx. 35,000 m2 at Nedre Campus and approx. 58,000 m2 at Øvre Campus. The total cleaning area when the contract is initiated is approx. 93,000 m2.
Internal identifier : 25/02875

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90900000 Cleaning and sanitation services
Additional classification ( cpv ): 90910000 Cleaning services
Additional classification ( cpv ): 90911000 Accommodation, building and window cleaning services
Additional classification ( cpv ): 90919000 Office, school and office equipment cleaning services

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 6 Year

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : The contract period is 4 years with an option for an extension for 1 year + 1 year. The maximum duration is 6 years.

5.1.5 Value

Estimated value excluding VAT : 120 000 000 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) : no
Additional information : In order to submit tenders and get automatic notification of changes etc., registration must be given in the "Supplier Portal" Mercell TendSign.

5.1.7 Strategic procurement

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a relevant professional register
Description : Tenderers shall be registered in a company register, professional register or registered in a trade register in the state the tenderer is established. Documentation requirement: Norwegian tenderers: Company Registration Certificate • Foreign companies: Proof that the company is registered in a company register, professional register or a trade register in the state the tenderer is established.
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 : Other economic or financial requirements
Description : Tenderers shall have sufficient economic and financial strength to be able to fulfil the contract. Sufficient means achieved credit rating equivalent to A or better. Documentation requirement: A solidity assessment/credit rating from a public certified credit rating company. The credit report shall be based on the last known accounting figures. • The assessment must not be more than six months old. • The appraisal must provide information on credit worthiness, si Dun & Bradstreet rating "A" or equivalent from a another recognised credit rating company. o The result shall be in the documentation as a graded value (letters or numbers etc.) on a defined scale. o Tenderers with a rating worse than "A" will be rejected. The contracting authority reserves the right to take out the credit report on www.dnb.com/no (provided by Dun & Bradstreet) to verify that the Tenderer has sufficient economic and financial capacity to be able to execute contractual obligations.
Criterion : Authorisation or membership of a particular organisation needed for service contracts
Description : Tenderers shall be certified with employees of the Norwegian Labour Inspection Authority ́s cleaning register. For tenderers who are not certified still, they shall have an application under treatment. documentation requirement: Copy of the certificate issued by the Norwegian Labour Inspection Authority. • Tenderers who are not yet certified can. copy of the application/confirmation of application is submitted. Approval must be presented when the contract is signed.
Criterion : Measures for ensuring quality
Description : The tenderer shall have good implementation ability/capacity that shows that the tenderer can fulfil the contract documentation requirement: A short, overall description of the entity (maximum 1 A4 side), including organisation, ownership and number of employees divided on administration and cleaning personnel.
Criterion : References on specified services
Description : Tenderers shall have experience from comparable contracts. documentation requirement; Reference list of the most important cleaning assignments in accordance with INSTA 800 in the last 3 5 years. The reference list shall as a minimum contain: o Brief description of the delivery with confirmation that it is in accordance with INSTA 800. o Date of execution. o Scope of the delivery (m2 or amount) o Name and telephone number of the customer. It is the tenderer ́s responsibility to document the reference ́s relevance through the description.
Criterion : Other economic or financial requirements
Description : Tenderers must have fulfilled their obligations with regard to the payment of taxes and payroll tax documentation requirement: Certificate from the tax collector (RF-1316) • The tax certificate must not be more than six months old. calculated from the deadline for submitting tenders. Any arrears and other notes must be explained. • Foreign companies must submit equivalent certificates that show that they have their tax and duty conditions. The contracting authority can also obtain a tax certificate via e-proof.
Criterion : Certificates by quality control institutes
Description : certificates by quality control institutes
Criterion : Certificates by independent bodies about quality assurance standards
Description : certificates by independ bodies about quality assurance standards
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : certificates by independent bodies about environmental managenemt

5.1.11 Procurement documents

Deadline for requesting additional information : 19/08/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=63843

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
Deadline for receipt of tenders : 01/09/2025 10:00 +00:00
Deadline until which the tender must remain valid : 180 Day
Information about public opening :
Opening date : 01/09/2025 10:01 +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 :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Oslo tingrett
Information about review deadlines : .

8. Organisations

8.1 ORG-0001

Official name : OsloMet - storbyuniversitetet
Registration number : 997058925
Department : Seksjon innkjøp
Postal address : Postboks 4 St. Olavs plass
Town : Oslo
Postcode : 0130
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Elise Molvik Fossum
Telephone : 67 23 50 00
Internet address : http://www.oslomet.no
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Oslo tingrett
Registration number : 926 725 939
Postal address : Postboks 2106 Vika
Town : Oslo
Postcode : 0125
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : 22 03 52 00
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : 7937bd35-7553-4aee-becc-7ef0603dcffb - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 27/06/2025 11:18 +00:00
Notice dispatch date (eSender) : 27/06/2025 11:27 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00420936-2025
OJ S issue number : 122/2025
Publication date : 30/06/2025