Framework agreement for the purchase of cleaning services

The cooperative purchasing agreement for cleaning services shall cover Oslo municipality ́s entities ́need for both regular cleaning and periodic cleaning: Regular cleaning means cleaning that is carried out more often than once a month and with a fixed frequency. - Regular cleaning also includes cleaning related service assignments such …

CPV: 90911000 Služby na upratovanie ubytovacích zariadení, budov a čistenie okien, 39514500 Umývacie žinky, 39800000 Čistiace a leštiace výrobky, 39831000 Pracie prostriedky, 42716110 Pracie zariadenia, 90919000 Služby na upratovanie kancelárií, škôl a čistenie kancelárskeho vybavenia
Termín:
21. máj 2025 10:00
Typ termínu:
Predloženie ponuky
Miesto vykonania:
Framework agreement for the purchase of cleaning services
Udeľujúci orgán:
Oslo kommune v/ Utviklings- og kompetanseetaten
Číslo udelenia:
24/2017

1. Buyer

1.1 Buyer

Official name : Oslo kommune v/ Utviklings- og kompetanseetaten
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Framework agreement for the purchase of cleaning services
Description : The cooperative purchasing agreement for cleaning services shall cover Oslo municipality ́s entities ́need for both regular cleaning and periodic cleaning: Regular cleaning means cleaning that is carried out more often than once a month and with a fixed frequency. - Regular cleaning also includes cleaning related service assignments such as waste treatment, refilling sanitary articles (toilet paper, dry paper, soap etc.) for the operation of infectious absorbent zones, cleaning and maintenance of coffee machines. - Periodic cleaning means assignments that are not carried out regularly or less frequently than regularly, such as scouring, carpet cleaning, maintenance sunshade and polishing floors, more thorough wash-downs such as removal/spring cleaning. Upon request from the orderer, the necessary equipment and consumables shall be provided by the tenderer in connection with both regular and periodic cleaning. The agreement includes cleaning of all of the municipality ́s different entities such as schools, nurseries, sports halls, office buildings, health institutions, as well as other institutions and locations.
Procedure identifier : c3647bc9-8ccf-4a48-8fbc-27af8ce0b40f
Internal identifier : 24/2017
Type of procedure : Open
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90911000 Accommodation, building and window cleaning services
Additional classification ( cpv ): 39514500 Face cloths
Additional classification ( cpv ): 39800000 Cleaning and polishing products
Additional classification ( cpv ): 39831000 Washing preparations
Additional classification ( cpv ): 42716110 Washing equipment
Additional classification ( cpv ): 90919000 Office, school and office equipment cleaning services

2.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : Oslo municipality

2.1.3 Value

Estimated value excluding VAT : 1 840 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy 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.
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.
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.
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.
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)
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?
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.
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).
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).
Child labour and 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).
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.
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.
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.
Guilty of 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?
Purely national exclusion grounds : Approved punishable conditions: Does the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body, or have the competence to represent or control or make decisions in such bodies, approved a proposal for some of the punishable conditions mentioned above, j.f. the Procurement Regulations § 24-2, (2) paragraph, a-f? Serious errors that cause doubt about his professional integrity: Has the tenderer otherwise committed serious errors that cause doubt about his professional integrity, cf. the Procurement Regulations § 24-2, (3) letter in?
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?
Guilty of 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.
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 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.
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?
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.
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?
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.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Framework agreement for the purchase of cleaning services
Description : The cooperative purchasing agreement for cleaning services shall cover Oslo municipality ́s entities ́need for both regular cleaning and periodic cleaning: Regular cleaning means cleaning that is carried out more often than once a month and with a fixed frequency. - Regular cleaning also includes cleaning related service assignments such as waste treatment, refilling sanitary articles (toilet paper, dry paper, soap etc.) for the operation of infectious absorbent zones, cleaning and maintenance of coffee machines. - Periodic cleaning means assignments that are not carried out regularly or less frequently than regularly, such as scouring, carpet cleaning, maintenance sunshade and polishing floors, more thorough wash-downs such as removal/spring cleaning. Upon request from the orderer, the necessary equipment and consumables shall be provided by the tenderer in connection with both regular and periodic cleaning. The agreement includes cleaning of all of the municipality ́s different entities such as schools, nurseries, sports halls, office buildings, health institutions, as well as other institutions and locations.
Internal identifier : 24/2017

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90911000 Accommodation, building and window cleaning services
Additional classification ( cpv ): 39514500 Face cloths
Additional classification ( cpv ): 39800000 Cleaning and polishing products
Additional classification ( cpv ): 39831000 Washing preparations
Additional classification ( cpv ): 42716110 Washing equipment
Additional classification ( cpv ): 90919000 Office, school and office equipment cleaning services

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : Oslo municipality

5.1.3 Estimated duration

Duration : 2 Year

5.1.4 Renewal

Maximum renewals : 2
The buyer reserves the right for additional purchases from the contractor, as described here : The cooperative purchasing agreement applies for 2 years from when the contract is signed. The contracting authority has an option to extend the contract for up to 1+1 years on unchanged terms.

5.1.5 Value

Estimated value excluding VAT : 1 840 000 000 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
Information about previous notices :
Identifier of the previous notice : 103648-2025

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Economic and financial capacity
Description : Requirement: The tenderer shall have sufficient economic and financial capacity to be able to fulfil the contract. 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.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : The tenderer shall be a legally established company.
Description : 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 tenderer is established.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Approval from the Norwegian Labour Inspection Authority
Description : Requirement: Tenderers shall be certified in the Norwegian Labour Inspection Authority ́s register of cleaning companies, cf. the regulation on public certification of cleaning companies and on the purchase of cleaning services (FOR-2012-05-08-408), § 6 Documentation requirement: Approval issued by the Norwegian Labour Inspection Authority. The contracting authority reserves the right to conduct searches on the tenderer in the cleaning register for confirmation as to whether the tenderer is an approved cleaning company by the Norwegian Labour Inspection Authority on its own initiative.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Experience
Description : Requirement: The tenderer shall have good experience from equivalent assignments. Equivalent assignments mean experience from public contracting authorities and/or private businesses with a large number of delivery points. Documentation requirement: A short description of the most important deliveries in the last three years, including information on the contract ́s value, date of delivery, number of delivery points as well as the name of the contracting authority and a description of the assignment ́s content.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Capacity
Description : Requirement: The tenderer must have the capacity to fulfil the contract. Capacity means that the tenderer as a minimum has: - 150 man-labour years - 100 man-labour years working within cleaning Documentation requirements: A description of the tenderer's average annual workforce, including management in the last three years: - Man-labour years at the tenderer - Man-labour years in the category cleaning (both executing cleaners and in management)
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Quality assurance
Description : Requirement: Tenderers shall have a relevant quality assurance system for the content of the contract. Documentation requirement: A description of the tenderer's quality assurance system. This can possibly be documented by a certificate issued by independent bodies as documentation that the tenderer fulfils quality assurance standards, for example ISO 9001:2015.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Environmental management measures
Description : Requirement: Tenderers are required to have implemented environmental management measures that ensure that the tenderer is suitable to fulfil the contract ́s environmental provisions. This means that the tenderer has methods for working actively and systematically to reduce negative environmental impact from activities connected to the execution of this contract. Documentation requirement: A description of the tenderer's environmental management measures. If a tenderer has certificates from independent bodies that document the environmental management system, they can be presented as documentation. Refer to the EU Scheme for Environmental Management and Environmental Audit (EMAS), other recognised environmental management systems in regulation (EF) no. 1221/2009 article 45, or equivalent, and other environmental management standards based on relevant European or international standards from accredited bodies such as ISO 14001 or equivalent.
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description :
Weight (percentage, exact) : 40
Criterion :
Type : Quality
Name : Assignment comprehension
Description :
Weight (percentage, exact) : 45
Criterion :
Type : Quality
Name : Certificate of apprenticeship
Description :
Weight (percentage, exact) : 15
Criterion :
Type : Quality
Name :
Description : Both climate footprint and environmental impact are considered to be limited in this procurement. The contract is for cleaning assignments and it is not environmental impact for the execution of the service itself. To the degree that cleaning assignments have an environmental impact, it is primarily for material use or transport. Oslo municipality has implemented a standard requirement for the use of zero emission vehicles from 01.01.2025. Transport in the contract will be restricted. The standard transport requirements will take care of the environmental aspect in the cases where there is transport. There are several minimum requirements for climate and environmental considerations in the requirement specification. The requirements are set to achieve both a more environmentally friendly service and several environmentally friendly products, including requirements for Type 1 environmental label or equivalent. As these will be absolute requirements for the tenderers, and other requirements related to climate and the environment (e.g. qualification requirements and contract requirements), our assessment is that the use of these requirements actually contributes to reducing the environmental risk to a greater degree than what can be achieved by setting an award criterion on climate and environment. By setting environmental requirements for the delivery and the tenderer, incentives are given to deliver as binding and environmentally friendly tenders as possible within the framework for this service. This is to ensure the best climate footprint and environmental impact in the procurement, cf. the procurement regulations § 7-9 fourth paragraph, first period.
Weight (percentage, exact) : 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

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
Deadline for receipt of tenders : 21/05/2025 10:00 +00:00
Information about public opening :
Opening date : 21/05/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, with reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Oslo Tingrett

8. Organisations

8.1 ORG-0001

Official name : Oslo kommune v/ Utviklings- og kompetanseetaten
Registration number : 971183675
Department : Innkjøpstjenester
Postal address : Grensesvingen 6
Town : Oslo
Postcode : 0663
Country : Norway
Contact point : Marthe Hjort
Telephone : +47 90508369
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 : 0164
Country : Norway
Telephone : +47 22035200
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : 7d02fffd-ef1c-43da-8d5d-02f3a7bc46e8 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 10/04/2025 15:08 +00:00
Notice dispatch date (eSender) : 10/04/2025 15:30 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00241232-2025
OJ S issue number : 73/2025
Publication date : 14/04/2025