Hotel Services

Tradebroker will, on behalf of its member companies, enter into national framework agreements with two tenderers for the provision of hotel services in Norway and the Nordic countries. Tradebroker will, on behalf of its member companies, enter into national framework agreements with two tenderers for the provision of hotel services …

CPV: 55000000 Hotelli-, restorani- ja jaemüügiteenused, 55110000 Hotelli majutusteenused, 55120000 Hotelli konverentsiteenused
Täitmise koht:
Hotel Services
Auhindade andmise asutus:
Stiftelsen Tradebroker
Auhinna number:
499

1. Buyer

1.1 Buyer

Official name : Stiftelsen Tradebroker
Legal type of the buyer : Public undertaking
Activity of the contracting entity : Airport-related activities

1.1 Buyer

Official name : Arva AS
Legal type of the buyer : Public undertaking
Activity of the contracting entity : Electricity-related activities

1.1 Buyer

Official name : Avinor AS
Legal type of the buyer : Public undertaking
Activity of the contracting entity : Airport-related activities

1.1 Buyer

Official name : Entur AS
Legal type of the buyer : Public undertaking
Activity of the contracting entity : Urban railway, tramway, trolleybus or bus services

1.1 Buyer

Official name : Helgeland Kraft AS
Legal type of the buyer : Public undertaking
Activity of the contracting entity : Electricity-related activities

1.1 Buyer

Official name : Lyse AS
Legal type of the buyer : Public undertaking
Activity of the contracting entity : Electricity-related activities

1.1 Buyer

Official name : Skagerak Energi AS
Legal type of the buyer : Public undertaking
Activity of the contracting entity : Electricity-related activities

1.1 Buyer

Official name : Sporveien AS
Legal type of the buyer : Public undertaking
Activity of the contracting entity : Urban railway, tramway, trolleybus or bus services

1.1 Buyer

Official name : Statnett SF
Legal type of the buyer : Public undertaking
Activity of the contracting entity : Electricity-related activities

1.1 Buyer

Official name : Tensio AS
Legal type of the buyer : Public undertaking
Activity of the contracting entity : Electricity-related activities

1.1 Buyer

Official name : Vygruppen AS
Legal type of the buyer : Public undertaking
Activity of the contracting entity : Railway services

2. Procedure

2.1 Procedure

Title : Hotel Services
Description : Tradebroker will, on behalf of its member companies, enter into national framework agreements with two tenderers for the provision of hotel services in Norway and the Nordic countries.
Procedure identifier : 3f4b561c-8102-4959-b2c9-b4e578c37640
Internal identifier : 499
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 55000000 Hotel, restaurant and retail trade services
Additional classification ( cpv ): 55110000 Hotel accommodation services
Additional classification ( cpv ): 55120000 Hotel meeting and conference services

2.1.2 Place of performance

Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway

2.1.2 Place of performance

Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway

2.1.2 Place of performance

Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway

2.1.2 Place of performance

Country subdivision (NUTS) : Troms og Finnmark ( NO074 )
Country : Norway

2.1.2 Place of performance

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

2.1.2 Place of performance

Country subdivision (NUTS) : Viken ( NO082 )
Country : Norway

2.1.2 Place of performance

Country subdivision (NUTS) : Vestfold og Telemark ( NO091 )
Country : Norway

2.1.2 Place of performance

Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway

2.1.2 Place of performance

Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway

2.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway

2.1.2 Place of performance

Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway

2.1.2 Place of performance

Country subdivision (NUTS) : Svalbard ( NO0B2 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 1 750 000 000 Norwegian krone
Maximum value of the framework agreement : 1 750 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/25/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Hotel Services
Description : Tradebroker will, on behalf of its member companies, enter into national framework agreements with two tenderers for the provision of hotel services in Norway and the Nordic countries.
Internal identifier : 604

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 55000000 Hotel, restaurant and retail trade services
Additional classification ( cpv ): 55110000 Hotel accommodation services
Additional classification ( cpv ): 55120000 Hotel meeting and conference services

5.1.3 Estimated duration

Start date : 01/01/2026
Duration end date : 31/12/2028

5.1.4 Renewal

Maximum renewals : 0

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
Name : Payment of tax and VAT.
Description : Tenderers shall have their tax and VAT payments in order. Documentation requirements: Tenderers shall submit a valid tax and VAT certificate, not older than 6 months.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : The tenderer ́s registration
Description : The tenderer shall be a legally established company. Documentation requirements: Tenderers shall submit a valid Company Registration Certificate, not older than 6 months.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : The tenderer's environmental management system and measures.
Description : Tenderers shall have an environmental management system. Documentation requirements: Tenderers shall submit certification certificates from ISO 14001:2015, Miljøfyrtårn, EMAS or equivalent issued by an independent body. If the tenderer does not have the mentioned environmental management systems, documentation shall be enclosed that shows that the tenderer has equivalent environmental management measures. As a minimum, a general description of the environmental management system shall be given.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Ethical trade and traceability
Description : Tenderers shall have established a quality assurance system for traceability and ethical trade. This means that the tenderer has methods of quality assurance, describing how the company works to comply with ethical trade and traceability in operations and in the supply chain in accordance with the requirements of the Transparency Act.  Documentation requirements: Tenderers shall document an established quality assurance system for traceability and ethical trade. Including that the tenderer documents an overview of and shares information on where different parts of the goods are produced and where the raw products come from.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : The tenderer ́s geographical degree of coverage and quality.
Description : Tenderers shall be well established nationally and have a broad selection of destinations and hotels that will cover the members ́ different needs for hotel services. The tenderer shall, as a minimum, offer the service in Oslo, Bergen, Stavanger, Trondheim, Tromsø, Bodø, Kristiansand and Gardermoen. The hotels shall, as a minimum, offer that all rooms have: free internet access, showers/toilets and TV in the room. Furthermore, rooms suitable for allergy sufferers and asthmatics as well as rooms with universal design are required.  Documentation requirements: Tenderers shall document the requirement and enclose information on the number of hotels as well as a description of the quality that fulfils the requirement.
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Price
Name :
Description : Discounts and prices weight 100 %
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 60
Criterion :
Type : Quality
Name :
Description : Contract follow-up and administration 100 %
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name :
Description : Tradebroker has, after dialogue with the market, mapped the climate and environmental impact of the procurement. The climate and environmental impact are greatest in terms of water consumption, electricity consumption, waste and food waste in connection with the delivery of hotel services. Tradebroker will therefore set requirements (see annex 3) for tenderers reporting this in the tender submission, in order to set a base year. Furthermore, annual follow-up shall be agreed through KPI, where the tenderer shall seek continual improvement of the environmental impact in the contract period. Tradebroker estimates that following-up tenderers will have a better environmental effect during the entire contract period, rather than using criteria that only reward the situation at the tender moment. Furthermore, it is Tradebroker's assessment after a completed market dialogue with relevant tenderers, that the market is mature and that there is little that separates tenderers on relevant environmental criteria. Tradebroker therefore uses the exclusionary provision cf. FYF § 7-9 (4), which states that the requirements can be used if it clearly improves the environmental effect.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 0
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

Access to certain procurement documents is restricted
Information about restricted documents is available at : https://app.artifik.no/procurements/499
Ad hoc communication channel :
Name : e-Tendering

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English, Norwegian
Electronic catalogue : Not allowed
Deadline for receipt of requests to participate : 26/05/2025 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 : N/A
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : N/A

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 : Follo og Nordre Østfold tingrett -
Organisation providing additional information about the procurement procedure : Stiftelsen Tradebroker -
Organisation receiving requests to participate : Artifik AS -

8. Organisations

8.1 ORG-0001

Official name : Stiftelsen Tradebroker
Registration number : 960479777
Postal address : Rosenholmveien 25
Town : Nordre Follo
Postcode : 1414
Country subdivision (NUTS) : Viken ( NO082 )
Country : Norway
Contact point : Terje Fagervik
Telephone : +47 22886070
Internet address : https://tradebroker.no/
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure

8.1 ORG-0002

Official name : Arva AS
Registration number : 979151950
Postal address : Jernbaneveien 85
Town : Bodø
Postcode : 8006
Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway
Contact point : Torstein Sundsfjord
Telephone : +47 22886070
Internet address : https://arva.no/
Buyer profile : https://arva.no/
Roles of this organisation :
Buyer

8.1 ORG-0003

Official name : Avinor AS
Registration number : 985198292
Postal address : Dronning Eufemias gate 6
Town : Oslo
Postcode : 0191
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Anette Hanseid
Telephone : +47 22886070
Internet address : https://avinor.no/
Buyer profile : https://avinor.no/
Roles of this organisation :
Buyer

8.1 ORG-0004

Official name : Entur AS
Registration number : 917422575
Postal address : Rådhusgata 5
Town : Oslo
Postcode : 0151
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Kristoffer Cyrille Nolin
Telephone : +47 22886070
Internet address : https://entur.no/
Buyer profile : https://entur.no/
Roles of this organisation :
Buyer

8.1 ORG-0005

Official name : Helgeland Kraft AS
Registration number : 917206813
Postal address : Industrivegen 7
Town : Mosjøen
Postcode : 8657
Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway
Contact point : Ola Marius Vinje
Telephone : +47 22886070
Roles of this organisation :
Buyer

8.1 ORG-0006

Official name : Lyse AS
Registration number : 980001482
Postal address : Breiflåtveien 18
Town : Stavanger
Postcode : 4017
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Contact point : Gaute Andreas Tyberø
Telephone : +47 22886070
Internet address : https://www.lyse.no/
Buyer profile : https://www.lyse.no/
Roles of this organisation :
Buyer

8.1 ORG-0007

Official name : Skagerak Energi AS
Registration number : 980495302
Postal address : Floodeløkka 1
Town : Porsgrunn
Postcode : 3915
Country subdivision (NUTS) : Vestfold og Telemark ( NO091 )
Country : Norway
Contact point : Mona Lund
Telephone : +47 22886070
Roles of this organisation :
Buyer

8.1 ORG-0008

Official name : Sporveien AS
Registration number : 915070434
Postal address : Økernveien 9
Town : Oslo
Postcode : 0653
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Lotte Brattli
Telephone : +47 22886070
Internet address : https://www.sporveien.no/
Roles of this organisation :
Buyer

8.1 ORG-0009

Official name : Statnett SF
Registration number : 962986633
Postal address : Nydalen allé 33
Town : Oslo
Postcode : 0484
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Bente Julsvoll
Telephone : +47 22886070
Internet address : https://www.statnett.no/
Roles of this organisation :
Buyer

8.1 ORG-0010

Official name : Tensio AS
Registration number : 922828172
Postal address : Kjøpmannsgata 7A
Town : Stjørdal
Postcode : 7500
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Contact point : Erik Ellingsen
Telephone : +47 22886070
Internet address : https://tensio.no/
Buyer profile : https://tensio.no/
Roles of this organisation :
Buyer

8.1 ORG-0011

Official name : Vygruppen AS
Registration number : 984661177
Postal address : Schweigaards gate 23
Town : Oslo
Postcode : 0191
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Adriana Lalinde
Telephone : +47 22886070
Internet address : https://www.vy.no/
Buyer profile : https://www.vy.no/
Roles of this organisation :
Buyer

8.1 ORG-0012

Official name : Follo og Nordre Østfold tingrett
Registration number : 926725920
Postal address : Postboks 64
Town : Ski
Postcode : 1401
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : +47 64003000
Roles of this organisation :
Review organisation

8.1 ORG-0013

Official name : Artifik AS
Registration number : 925364967
Postal address : Stortingsgata 12
Town : Oslo
Postcode : 0161
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : +47 46630107
Internet address : https://artifik.no
Roles of this organisation :
Procurement service provider
Organisation receiving requests to participate
Notice information
Notice identifier/version : 0b2a0765-4d8b-487a-8bd2-569bd4d283c2 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 25/04/2025 12:54 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00272508-2025
OJ S issue number : 82/2025
Publication date : 28/04/2025