Cleaning services for the Fire and Rescue School.

A contract shall be signed with one tenderer for cleaning services for Brann- og redningsskolen ́s premises, address Erling Johannessens vei 1, 9441 Fjelldal. The agreement includes both regular cleaning and ordering cleaning (cleaning as needed). Further information on the contract ́s extent, including on the premises ́ area and …

CPV: 90910000 Reinigungsdienste, 90911000 Wohnungs-, Gebäude- und Fensterreinigung, 90919000 Büro-, Schul- und Büroausstattungsreinigung
Frist:
3. März 2025 11:00
Art der Frist:
Angebotsabgabe
Ausführungsort:
Cleaning services for the Fire and Rescue School.
Vergabestelle:
Directorate for Civil Protection (DSB)
Vergabenummer:
2025/1070

1. Buyer

1.1 Buyer

Official name : Directorate for Civil Protection (DSB)
Legal type of the buyer : Central government authority
Activity of the contracting authority : Public order and safety

2. Procedure

2.1 Procedure

Title : Cleaning services for the Fire and Rescue School.
Description : A contract shall be signed with one tenderer for cleaning services for Brann- og redningsskolen ́s premises, address Erling Johannessens vei 1, 9441 Fjelldal. The agreement includes both regular cleaning and ordering cleaning (cleaning as needed). Further information on the contract ́s extent, including on the premises ́ area and division and quality requirements, is given in the contract Annex 1 the Customer ́s requirements for the delivery and Annex 3 Cleaning scope and room lists. See the attached procurement documents for further details.
Procedure identifier : 611280b6-e443-41e6-a2e9-b680be543b36
Internal identifier : 2025/1070
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90910000 Cleaning services
Additional classification ( cpv ): 90911000 Accommodation, building and window cleaning services
Additional classification ( cpv ): 90919000 Office, school and office equipment cleaning services

2.1.2 Place of performance

Postal address : Erling Johannessens vei 1
Town : Fjelldal
Postcode : 9441

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 crime control (EUT L 300 of 11.11.2008, p. 422
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 : Has the tenderer: a) given grossly incorrect information when notifying the information required to verify that there is no basis for rejection, or that the qualification requirements are fulfilled, b) failed to provide such information, c) subject to immediately submitting the supporting documents requested by the contracting authority, or d) improperly affected 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?
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 : Cleaning services for the Fire and Rescue School.
Description : A contract shall be signed with one tenderer for cleaning services for Brann- og redningsskolen ́s premises, address Erling Johannessens vei 1, 9441 Fjelldal. The agreement includes both regular cleaning and ordering cleaning (cleaning as needed). Further information on the contract ́s extent, including on the premises ́ area and division and quality requirements, is given in the contract Annex 1 the Customer ́s requirements for the delivery and Annex 3 Cleaning scope and room lists. See the attached procurement documents for further details.
Internal identifier : 2025/1070

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90910000 Cleaning services
Additional classification ( cpv ): 90911000 Accommodation, building and window cleaning services
Additional classification ( cpv ): 90919000 Office, school and office equipment cleaning services

5.1.2 Place of performance

Postal address : Erling Johannessens vei 1
Town : Fjelldal
Postcode : 9441
Additional information :

5.1.3 Estimated duration

Start date : 01/04/2025
Duration end date : 31/03/2027

5.1.4 Renewal

Maximum renewals : 1
The buyer reserves the right for additional purchases from the contractor, as described here : Renewal lenght is 24 months

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

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Economic and financial capacity requirements - PPR § 16-3 and 16-4
Description : Tenderers shall have sufficient economic and financial capacity to fulfil the contractual obligations.
Use of this criterion : Used
Criterion :
Type : Other
Name : Self-declaration regarding ethical conditions and conduct
Description : 1. Tenderers shall fulfil ethical requirements 2. Tenderers shall fulfil the requirement for conduct in accordance with PPR § 9-5 (2)
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registrations, authorisations, etc. are required - PPR § 16-2
Description : 1. Tenderers shall be registered in a company register. 2. Tenderers must be certified by the Norwegian Labour Inspection Authority as a cleaning company, cf. the Regulations on public certification of cleaning companies and for the procurement of cleaning services of 1 September 2012.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Tax certificate - FOA § 7-2 (1) and (2)
Description : Norwegian tenderers must have their affairs in order with respect to the payment of tax, employer contribution and value added tax (VAT).
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Technical and professional qualification requirements - FOA §§ 16-5, cf. 16-6 (1) b
Description : 1. Tenderers shall have experience from comparable cleaning deliveries in the last three years. 2. The tenderer must have good capacity to carry out the deliveries under the contract.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Requirement for quality assurance standards and environmental management standards - FOA § 16-7
Description : The tenderer shall have procedures that ensure a low impact on the environment when performing the services. The tenderer shall have: - Plan for training personnel in HSE, including waste handling, cleaning methods, use of cleaning agents and equipment. - Written work instructions
Use of this criterion : Used

5.1.11 Procurement documents

Deadline for requesting additional information : 20/02/2025 23:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=44266

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 tenders : 03/03/2025 11:00 +00:00
Deadline until which the tender must remain valid : 88 Day
Information about public opening :
Opening date : 03/03/2025 11:01 +00:00
Place : Tønsberg
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
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Vestfold tingrett

8. Organisations

8.1 ORG-0001

Official name : Directorate for Civil Protection (DSB)
Registration number : 974760983
Department : JSI-JUR
Postal address : Rambergveien 9
Town : TØNSBERG
Postcode : 3115
Country : Norway
Contact point : Liv Riseth
Telephone : +47 33 41 25 00
Internet address : http://www.dsb.no/
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Vestfold tingrett
Registration number : 926 723 618
Postal address : Postboks 2013
Town : Tønsberg
Postcode : 3103
Country subdivision (NUTS) : Vestfold og Telemark ( NO091 )
Country : Norway
Telephone : 33 20 67 00
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : 3ebf722c-d969-4884-9f00-2f88f39f09fe - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 30/01/2025 11:04 +00:00
Notice dispatch date (eSender) : 30/01/2025 11:17 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00067245-2025
OJ S issue number : 22/2025
Publication date : 31/01/2025