Prequalification: Procurement of cleaning services

The contracting authority would like to enter into a contract with one tenderer who can provide cleaning services at the contracting authority ́s different locations. This includes i.a. Rossabø in Haugesund, Norheim and Spanne in Karmsund, as well as department offices in Sauda, Skånevik, Sand, Odda and Ølen, assembly stations …

CPV: 90900000 Takarítási és higiéniai szolgáltatások, 90000000 Szennyvíz- és hulladéktisztítási és környezetvédelmi szolgáltatások, 90910000 Takarítási szolgáltatások, 90911000 Szállás- és épülettakarítási és ablaktisztítási szolgáltatások, 90911100 Szállástakarítási szolgáltatások, 90911200 Épülettakarítási szolgáltatások, 90919000 Irodák, iskolák és irodai berendezések tisztításával kapcsolatos szolgáltatások, 90919100 Irodai berendezéssel kapcsolatos tisztítási szolgáltatások, 90919200 Irodatakarítási szolgáltatások
A végrehajtás helye:
Prequalification: Procurement of cleaning services
Díjat odaítélő szervezet:
FAGNE AS
Díj száma:
R2025

1. Buyer

1.1 Buyer

Official name : FAGNE AS
Activity of the contracting entity : Electricity-related activities

1.1 Buyer

Official name : Haugaland Kraft AS
Activity of the contracting entity : Electricity-related activities

2. Procedure

2.1 Procedure

Title : Prequalification: Procurement of cleaning services
Description : The contracting authority would like to enter into a contract with one tenderer who can provide cleaning services at the contracting authority ́s different locations. This includes i.a. Rossabø in Haugesund, Norheim and Spanne in Karmsund, as well as department offices in Sauda, Skånevik, Sand, Odda and Ølen, assembly stations at Lid, Vea and Røldal and company cabins at Haugabu, Karmbu, Karmvik and Haugatoppen.
Procedure identifier : 69d35a8a-e3c8-4ef1-a71e-329cb330c8d6
Internal identifier : R2025
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Main features of the procedure : The contracting authority would like to enter into a contract with one tenderer who can provide cleaning services at the Contracting Authority's locations. See the procurement documents for further details on the services. Attention is drawn to the fact that the Contracting Authority plans to establish a new building in connection with the existing administration building at Rossabø. When the building is completed and put to use, it will replace the current barracks, which are currently used as additional premises at Rossabø. The building is expected to be completed and it will be in the first quarter of 2028. It is considered very likely that the Contracting Authority will utilise the option. Tenderers must therefore take into account that the barracks will leave the cleaning plans and be replaced by the new building at Rossabø when this is completed in the first quarter of 2028.A further description of the barracks and the planned new building at Rossabø are included in the procurement documents. Emphasis is put on the fact that the Contracting Authority has not yet signed a contract for the construction of the new building. The content and area of the building may therefore deviate from the area indications and drawings that are attached to the procurement documents. The contracting authority expects, however, that any deviations will be limited. Adjustments to the remuneration due to changes in the area or similar will be handled in accordance with the alteration provisions in the contract.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90900000 Cleaning and sanitation services
Additional classification ( cpv ): 90000000 Sewage, refuse, cleaning and environmental services
Additional classification ( cpv ): 90910000 Cleaning services
Additional classification ( cpv ): 90911000 Accommodation, building and window cleaning services
Additional classification ( cpv ): 90911100 Accommodation cleaning services
Additional classification ( cpv ): 90911200 Building-cleaning services
Additional classification ( cpv ): 90919000 Office, school and office equipment cleaning services
Additional classification ( cpv ): 90919100 Cleaning services of office equipment
Additional classification ( cpv ): 90919200 Office cleaning services

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

2.1.4 General information

Legal basis :
Directive 2014/25/EU
Forsyningsforskriften - The contracting authority will select at least two of the qualified tenderers to submit a tender, provided that there are a sufficient number of tenderers. The contracting authority reserves the right, however, to invite a selection or all. Any negotiations can be carried out in several phases/rounds of negotiations, where the number of tenders is reduced.

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 : Prequalification: Procurement of cleaning services
Description : The contracting authority would like to enter into a contract with one tenderer who can provide cleaning services at the contracting authority ́s different locations. This includes i.a. Rossabø in Haugesund, Norheim and Spanne in Karmsund, as well as department offices in Sauda, Skånevik, Sand, Odda and Ølen, assembly stations at Lid, Vea and Røldal and company cabins at Haugabu, Karmbu, Karmvik and Haugatoppen.
Internal identifier : R2025

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90900000 Cleaning and sanitation services
Additional classification ( cpv ): 90000000 Sewage, refuse, cleaning and environmental services
Additional classification ( cpv ): 90910000 Cleaning services
Additional classification ( cpv ): 90911000 Accommodation, building and window cleaning services
Additional classification ( cpv ): 90911100 Accommodation cleaning services
Additional classification ( cpv ): 90911200 Building-cleaning services
Additional classification ( cpv ): 90919000 Office, school and office equipment cleaning services
Additional classification ( cpv ): 90919100 Cleaning services of office equipment
Additional classification ( cpv ): 90919200 Office cleaning services

5.1.2 Place of performance

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

5.1.2 Place of performance

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

5.1.3 Estimated duration

Start date : 31/12/2025
Duration end date : 31/12/2028

5.1.4 Renewal

Maximum renewals : 4
Other information about renewals : The contracting authority has the right to extend the contract for 1+1+1+1 year.

5.1.6 General information

Reserved participation : Participation is not reserved.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Address of the procurement documents : https://permalink.mercell.com/263632913.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
Variants : Not allowed
Deadline for receipt of requests to participate : 17/09/2025 21:59 +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 : Tenderers shall carry out the Services in accordance with the Contract. The services shall be carried out in a professionally responsible and professional manner in accordance with the applicable laws and regulations and recognised methods and standards within the relevant branch. Tenderers shall exercise consideration to the contracting authority ́s activities and plan and carry out the Services in a way that ensures that any inconvenience to the Contracting Authority is minimised. The contract will be valid for three (3) years from signing. The contracting authority has the option to extend the Contract for a further 1 year + 1 year + 1 year + 1 year, a total of 7 years. During the agreement period (including the option period), the contract autority ca terminate the contract in writing completely or partly with 6 months written notice.
Financial arrangement : Financial terms in accordance with the contract in the procurement documents. The prices that the tenderer gives in the price form shall cover all the tenderer ́s costs for the services. The price will be regulated by changes in Statistics Norway (SSB): "KPI - JAE table 11119, services where labour dominates without administered prices, cf. further description in the agreement. Unless otherwise agreed, invoicing shall occur monthly.

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 : Haugaland og Sunnhordaland tingrett
Information about review deadlines : A waiting period of at least 10 days will be stated in accordance with the utilities regulations.
Organisation providing additional information about the procurement procedure : Haugaland Kraft AS

8. Organisations

8.1 ORG-0001

Official name : FAGNE AS
Registration number : 915635857
Postal address : Haukelivegen 25
Town : HAUGESUND
Postcode : 5529
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Contact point : Jahn Egil Osestad
Email : jao@svw.no
Telephone : +4797570174
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Haugaland Kraft AS
Registration number : 915636756
Postal address : Haukelivegen 25
Town : Haugesund
Postcode : 5529
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Contact point : SVW
Email : jao@svw.no
Telephone : 97570174
Roles of this organisation :
Buyer
Group leader
Organisation providing additional information about the procurement procedure

8.1 ORG-0003

Official name : Haugaland og Sunnhordaland tingrett
Registration number : 926723405
Postal address : Haukelivegen 25
Town : Haugesund
Postcode : 5529
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Contact point : SVW
Email : jao@svw.no
Telephone : 97570174
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : f0d5bfde-a685-4ffe-acaa-25602980091c - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 20/08/2025 17:29 +00:00
Notice dispatch date (eSender) : 21/08/2025 06:46 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00550740-2025
OJ S issue number : 160/2025
Publication date : 22/08/2025