Framework agreement for brokerage services for renting commercial properties.

Oslo Havn KF is looking for a brokerage company that we would like to provide assistance with tenant searches, consultancy services and as needed for negotiations on rent contracts. Oslo Havn KF is looking for a brokerage company that we would like to provide assistance with tenant searches, consultancy services …

CPV: 70000000 Real estate services, 70300000 Real estate agency services on a fee or contract basis
Place of execution:
Framework agreement for brokerage services for renting commercial properties.
Awarding body:
Oslo kommune v/ Oslo Havn KF
Award number:
18HAV25

1. Buyer

1.1 Buyer

Official name : Oslo kommune v/ Oslo Havn KF
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services
Activity of the contracting entity : Port-related activities

2. Procedure

2.1 Procedure

Title : Framework agreement for brokerage services for renting commercial properties.
Description : Oslo Havn KF is looking for a brokerage company that we would like to provide assistance with tenant searches, consultancy services and as needed for negotiations on rent contracts.
Procedure identifier : 0b75ded4-e597-46be-a10e-a24aefc2b3f8
Internal identifier : 18HAV25
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no

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 ): 70000000 Real estate services

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 15 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/25/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? 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 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 : Framework agreement for brokerage services for renting commercial properties.
Description : Oslo Havn KF is looking for a brokerage company that we would like to provide assistance with tenant searches, consultancy services and as needed for negotiations on rent contracts.
Internal identifier : 18HAV25

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 ): 70000000 Real estate services
Options :
Description of the options : 1+1+1+1+1+1

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 20/10/2025
Duration end date : 19/10/2027

5.1.4 Renewal

Maximum renewals : 6

5.1.5 Value

Estimated value excluding VAT : 15 000 000 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

5.1.7 Strategic procurement

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : Requirement: Tenderers shall have their tax and VAT payments in order.  Documentation requirement: Tax and VAT certificate, not older than six months. The certificate can be ordered and downloaded from Altinn. If this is not possible, it can be ordered from the tax collector or the Norwegian Tax Administration.  The contracting authority reserves the right to reject tenderers who have not fulfilled their tax and duty obligations, as stated in the Public Procurement Regulations. If a tenderer has been given a deferment of payment, this must be enclosed as additional information to the tax certificate.  Foreign tenderers must provide certificates from authorities equivalent to the Norwegian authorities.
Criterion : Enrolment in a trade register
Description : Requirement: The tenderer shall be a legally established company. 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 company is established.
Criterion : Authorisation or membership of a particular organisation needed for service contracts
Description : Requirement: Tenderers shall have a licence to operate estate agent activities in Norway. Documentation requirement: Licence to operate estate agent activities on company level.
Criterion : Other economic or financial requirements
Description : Requirement: The tenderer shall have sufficient economic and financial capacity to be able to fulfil the contract. Tenderers must have a minimum annual turnover/operational income of NOK 1 million in the last year (2024). Financial strength will otherwise be assessed based on the tenderer's turnover, liquidity, solidity and debt ratio. Documentation requirement: The company's last Annual Financial Statement including notes, the Board's Annual Reports and Audit Reports, including new information of relevance to the company's fiscal numbers. The contracting authority reserves the right to obtain credit appraisal on its own initiative.
Criterion : References on specified deliveries
Description : Requirement: Business brokering: Tenderers (companies/companies) shall have relevant experience from equivalent assignments. Relevant experience/equivalent assignments means brokerage services for renting premises for restaurant operations and offices in the centre of Oslo (Within ring 3) as well as brokerage services for renting stores in Oslo municipality. Documentation requirement: Description of one reference project per rental category/project type (total of three reference projects). Restaurant operations Offices Warehouse The description for all reference projects shall include financial scope, date of brokerage services, name of the contracting authority as well as contact information of the Contracting Authority's employees, with whom the broker had contact (name, email and telephone number). A description of the assignment ́s content and result shall be included.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : References on specified deliveries
Description : Requirement: Consultancy: Tenderers (companies/companies) shall have relevant experience from equivalent assignments. Relevant experience/equivalent assignments means consultancy assignments in connection with building transformation. Documentation requirement: Description of one reference project/consultancy assignment. The description for the reference project shall include financial scope, date of consultancy services, name of the contracting authority as well as contact information of the Contracting Authority's employees, with whom the broker had contact (name, email and telephone number). A description of the assignment ́s content and result shall be included.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Average yearly manpower
Description : Requirement: The tenderer shall have good capacity to implement the contract and ensure progress.   Documentation requirement: A description of the tenderer's average workforce and the number of employees in the management in the last three years.
Criterion : Supply chain management
Description : Requirement: Tenderers shall be suitable for fulfilment of contract requirements for due diligence assessments for responsible businesses.   This means that the Tenderer has implemented measures and systems that are used in the Tenderer's work to safeguard basic human rights and decent working conditions, as well as to prevent environmental degradation and corruption.  Documentation requirement: A description of the tenderer's systems for working with due diligence assessments in accordance with the UN ́s guiding principles for business and human rights (UNGP) and OECD ́s guidelines for multinational companies. The documentation shall include: Formal policies/guidelines that cover an obligation to comply with the requirements of responsible businesses. Annex vedr. The Oslo model's Requirement set B "Response form qualification requirement B - Due diligence assessment for responsible business" shall be completed.
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

5.1.11 Procurement documents

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 requests to participate : 25/08/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : See the tender documentation
Financial arrangement : See the tender documentation for further terms.

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
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 : See the tender documentation
Organisation providing additional information about the procurement procedure : Oslo kommune v/ Oslo Havn KF

8. Organisations

8.1 ORG-0001

Official name : Oslo kommune v/ Oslo Havn KF
Registration number : 987 592 567
Postal address : Akershusstranda 19, Skur 38
Town : Postboks 230 Sentrum, 0103 Oslo
Postcode : 0150
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Andrea Flyen Andresen
Telephone : +47 45234032
Internet address : https://www.oslohavn.no/
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure

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 : +47 22035200
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : 431af7ce-ff30-4b66-a1ae-be7a90a334f0 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 21/07/2025 13:23 +00:00
Notice dispatch date (eSender) : 21/07/2025 14:43 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00482614-2025
OJ S issue number : 139/2025
Publication date : 23/07/2025