Contract for the purchase of cleaning and canteen services Kobbelv Facility

The Norwegian Public Roads Administration (henceforth referred to as the Contracting Authority) requests cleaning and canteen services for Kobbelv installations. The aim of the procurement is to enter into a contract to cover our need for the site rig within cleaning and canteen services. See the tender documentation for further …

CPV: 90910000 Servizi di pulizia, 55500000 Servizi di mensa e servizi di catering
Scadenza:
Lunedì 29 Settembre 2025 10:00
Tipo di scadenza:
Presentazione di un'offerta
Luogo di esecuzione:
Contract for the purchase of cleaning and canteen services Kobbelv Facility
Ente di assegnazione:
Statens vegvesen
Numero di premio:
25/81845

1. Buyer

1.1 Buyer

Official name : Statens vegvesen
Legal type of the buyer : Body governed by public law, controlled by a central government authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Contract for the purchase of cleaning and canteen services Kobbelv Facility
Description : The Norwegian Public Roads Administration (henceforth referred to as the Contracting Authority) requests cleaning and canteen services for Kobbelv installations. The aim of the procurement is to enter into a contract to cover our need for the site rig within cleaning and canteen services. See the tender documentation for further details on the needs and requirements. An agreement will be signed with one tenderer.
Procedure identifier : bd369887-4892-4d87-9fbd-3a091738b7d7
Internal identifier : 25/81845
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90910000 Cleaning services
Additional classification ( cpv ): 55500000 Canteen and catering services

2.1.2 Place of performance

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

2.1.3 Value

Estimated value excluding VAT : 20 000 000 Norwegian krone

2.1.4 General information

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? 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 : Contract for the purchase of cleaning and canteen services Kobbelv Facility
Description : The Norwegian Public Roads Administration (henceforth referred to as the Contracting Authority) requests cleaning and canteen services for Kobbelv installations. The aim of the procurement is to enter into a contract to cover our need for the site rig within cleaning and canteen services. See the tender documentation for further details on the needs and requirements. An agreement will be signed with one tenderer.
Internal identifier : 25/81845

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90910000 Cleaning services
Additional classification ( cpv ): 55500000 Canteen and catering services
Options :
Description of the options : • Recycling of drying paper Collection of used paper hand dryers for recycling for use in new paper products. • Possibility to change the frequency The frequency of cleaning is changed after changes in need are experienced. • In-demand managed cleaning Option to control the frequency of cleaning as needed, by using sensors that capture the frequency of use of different room types. This service should be connected to CleanPilot.

5.1.2 Place of performance

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

5.1.3 Estimated duration

Start date : 01/11/2025
Duration end date : 30/10/2031

5.1.4 Renewal

Maximum renewals : 4
Other information about renewals : The contract will be valid from 01.11.2025 until and including 31.10.2031 with an option for the Contracting Authority to extend the Contract for one year at a time. Altogether the contract can have a maximum duration of ten years.

5.1.5 Value

Estimated value excluding VAT : 20 000 000 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) : yes

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : The contracting authority will obtain a credit rating from Experian.
Criterion : Authorisation or membership of a particular organisation needed for service contracts
Description : Tenderers shall have a specific authorisation or be a member of a particular organisation. Applies to canteen and cleaning. 1. Canteen: The contracting authority requires that tenderers are registered at the Norwegian Food Safety Authority. The legal basis for the requirement is FOR 2010-09-28 no. 1302. 2. Cleaning: The Contracting Authority requires tenderers to be certified by the Norwegian Labour Inspection Authority. Documentation requirement: Tenderers shall submit the following documentation: 1. Confirmation of approval from the Norwegian Food Safety Authority shall be enclosed with the tender. 2. Copy of the certificate issued by the Norwegian Labour Inspection Authority.
Criterion : Relevant educational and professional qualifications
Description : Tenderers shall have relevant experience. The following central works/areas are particularly relevant: • Operation of a canteen • Cleaning services Documentation requirement: - An overview of at least 3 (maximum 5) of the most important, relevant work performed during the last three years, including a short description of the assignment, the name of the public or private recipient, as well as information on value/amount/scope and date. cf. Annex 5 Assignment List. A tenderer who is newly established and cannot submit references, must be particularly careful to document and substantiate that they still have the prerequisites required to carry out the assignment. Newly established tenderers can document that the requirement is fulfilled by referring to experience that the offered persons/resources have built up in the service of others than the Tenderer.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Tenderers shall enclose a completed price form. Annex 2 Price Form - cleaning services Kobbelv installations
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 70
Criterion :
Type : Quality
Name : Assignment comprehension
Description : The contracting authority will evaluate the tenderer's understanding of the need/assignment and the description of how the tenderer will proceed to solve the assignment. The following elements are, among other things, important in the evaluation: •Staffing •Purchase Documentation requirement: Tenderers shall describe/account for their understanding of the assignment and how this assignment will be carried out. Tenderers shall use the template that the Contracting Authority has prepared (Annex 6) for responding to this award criteria.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
Criterion :
Type : Quality
Name : General Quality Credit
Description : The contracting authority will evaluate the evaluation requirements (E-requirements) in annex 1 The contracting authority ́s requirement specifications that are related to the award criteria quality (K). Documentation requirement: The tenderer responds to the requirements (E-requirements) that are associated with the award criteria quality cf. Annex 1 The contracting authority ́s requirement specifications.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10
Criterion :
Type : Quality
Name : Climate and environment
Description : FOA §7-9 (4): Provides a clearly better climate and environmental effect by replacing the weighting with climate and environmental requirements in the requirement specifications. See the reason: Handling climate and environmental requirements in this procurement: Justification for not requiring environmental management standards, or using climate and environmental requirements and/or award criteria in this procurement: The background for this is the exclusion provisions in the Public Procurement Regulations §7-9 fourth section. (4) The obligation to set requirements or criteria according to this provision does not apply as the requirements stated in the requirement specifications provide a clearly better climate and environmental effect by weighting is replaced with climate and environmental requirements in the requirement specification. The requirement specifications have the following requirements: • Food waste • Swan Marked Products • Eu Ecolabel serfisations • HEPA filter It is clear that it gives a better effect to demand that the system must be made in accordance with these requirements than to assess fulfilment of the requirements, as in the latter case it will be possible to submit a winning tender that less meets the requirements, and thus does not have as good an effect on climate and environment as if we had demanded that the requirements were fulfilled.
Category of award threshold criterion : Weight (percentage, middle of a range)
Award criterion number : 0

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 22/09/2025 10:00 +00:00

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
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 29/09/2025 10:00 +00:00
Deadline until which the tender must remain valid : 93 Day
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 : See the procurement regulations §10.

8. Organisations

8.1 ORG-0001

Official name : Statens vegvesen
Registration number : 971032081
Department : Fellesfunksjoner
Postal address : Skoggata 19
Town : Moss
Postcode : 1500
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Wenche Elisabeth Katharina Sundsfjord
Telephone : +47 41564206
Internet address : https://www.vegvesen.no
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Oslo tingrett
Registration number : 926 725 939
Postal address : C.J. Hambros plass 4
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 : f11e084f-a55e-45dc-8169-ee6b07cd0e7a - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 25/08/2025 12:16 +00:00
Notice dispatch date (eSender) : 25/08/2025 12:31 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00556303-2025
OJ S issue number : 162/2025
Publication date : 26/08/2025