25/1031 - Joint procurement agreement for painting and flooring services.

A framework agreement shall be signed for painting and floor laying services. A framework agreement shall be signed for painting and floor laying services.

CPV: 50700000 Servicios de reparación y mantenimiento de equipos de edificios, 45000000 Trabajos de construcción, 45430000 Trabajos de revestimiento de suelos y paredes, 45432000 Trabajos de pavimentación, revestimiento y empapelado de paredes, 45432110 Trabajos de solado, 45440000 Trabajos de pintura y acristalamiento, 45442100 Trabajos de pintura, 50800000 Servicios varios de reparación y mantenimiento
Plazo:
13 de mayo de 2025 a las 10:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
25/1031 - Joint procurement agreement for painting and flooring services.
Organismo adjudicador:
Oslo kommune v/ Utviklings- og kompetanseetaten
Número de premio:
25/1031

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 : 25/1031 - Joint procurement agreement for painting and flooring services.
Description : A framework agreement shall be signed for painting and floor laying services.
Procedure identifier : a3c2e9a9-51a5-47c8-9d59-28447242c1cc
Previous notice : 131439-2025
Internal identifier : 25/1031
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 ): 50700000 Repair and maintenance services of building installations
Additional classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45430000 Floor and wall covering work
Additional classification ( cpv ): 45432000 Floor-laying and covering, wall-covering and wall-papering work
Additional classification ( cpv ): 45432110 Floor-laying work
Additional classification ( cpv ): 45440000 Painting and glazing work
Additional classification ( cpv ): 45442100 Painting work
Additional classification ( cpv ): 50800000 Miscellaneous repair and maintenance 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 : 160 000 000 Norwegian krone

2.1.4 General information

Additional information : Both climate footprint and environmental impact are considered to be limited in this procurement. The contract is for painting and floor laying work. The greatest climate impact will be assessed as connection to transport. Oslo municipality has implemented a standard requirement for the use of zero emission vehicles from 01.01.2025. As this will be an absolute requirement for the tenderers, and other requirements related to climate and the environment are also set, our assessment is that the use of these requirements actually contributes to reducing environmental risk to a greater extent compared to setting an award criterion on climate and the environment. The contracting authority will, based on the above, use the exclusion provisions in the procurement regulations § 7-9 fourth paragraph. 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 be assessed to ensure the best climate footprint and environmental impact of the procurement.
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?
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 : 25/1031 - Joint procurement agreement for painting and flooring services.
Description : A framework agreement shall be signed for painting and floor laying services.
Internal identifier : 25/1031

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50700000 Repair and maintenance services of building installations
Additional classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45430000 Floor and wall covering work
Additional classification ( cpv ): 45432000 Floor-laying and covering, wall-covering and wall-papering work
Additional classification ( cpv ): 45432110 Floor-laying work
Additional classification ( cpv ): 45440000 Painting and glazing work
Additional classification ( cpv ): 45442100 Painting work
Additional classification ( cpv ): 50800000 Miscellaneous repair and maintenance 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 : Option for the contracting authority to extend the contract for a further up to 1+1 years on unchanged terms.

5.1.5 Value

Estimated value excluding VAT : 160 000 000 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
Additional information : Both climate footprint and environmental impact are considered to be limited in this procurement. The contract is for painting and floor laying work. The greatest climate impact will be assessed as connection to transport. Oslo municipality has implemented a standard requirement for the use of zero emission vehicles from 01.01.2025. As this will be an absolute requirement for the tenderers, and other requirements related to climate and the environment are also set, our assessment is that the use of these requirements actually contributes to reducing environmental risk to a greater extent compared to setting an award criterion on climate and the environment. The contracting authority will, based on the above, use the exclusion provisions in the procurement regulations § 7-9 fourth paragraph. 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 be assessed to ensure the best climate footprint and environmental impact of the procurement.

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Tenderers must have sufficient economic and financial capacity to be able to fulfil the contract.
Description : 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 : Technical and professional ability
Name : Tenderers shall have good experience from equivalent assignments with a large number of assignments and delivery points.
Description : 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 : Tenderers must have sufficient capacity to fulfil the contract.
Description : Documentation requirement: A description of the tenderer's average workforce and the number of employees in the management in the last three years.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Tenderers shall have a relevant quality assurance system for the content of the contract.
Description : 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. 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
Criterion :
Type : Technical and professional ability
Name : Tenderers are required to have implemented environmental management measures that ensure that the tenderer is suitable to fulfil the contract ́s environmental provisions (see contract point 18.3. 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.
Description : 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
Criterion :
Type : Technical and professional ability
Name : Tenderers shall be suitable for fulfilment of contractual requirements for due diligence assessments for responsible businesses in accordance with contract point 16. This means that the Tenderer has implemented measures and systems that are used in the Tenderer's work to safeguard basic human rights and decent working conditions, as well as prevent environmental degradation and corruption.
Description : Documentation requirement: A description of the tenderer's systems for working with due diligence assessments in accordance with the UN ́s guiding principles for business and human rights (UNGP) and OECD ́s guidelines for multinational companies. The documentation shall include: • Formal policy/guidelines that cover an obligation to comply with the requirements of responsible businesses. • Formal policy/guidelines for accountability for sub-suppliers/the supplier chain, (Supplier Code of Conduct). This shall only be provided if sub-suppliers are used. • Descriptions of the tenderer ́s processes and routines for how the company works with due diligence assessments. • Description of how the tenderer will obtain and maintain an overview of the country of origin and production locations for the products that the tenderer offers. • Annex 4 (replies can be delivered in English).
Use of this criterion : Used

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 : 13/05/2025 10:00 +00:00
Information about public opening :
Opening date : 13/05/2025 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 : Tone Emblem
Telephone : +47 21802180
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 : e7c38c22-f522-4de9-8b1c-3671f0a0bc2c - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 10/04/2025 10:08 +00:00
Notice dispatch date (eSender) : 10/04/2025 10:30 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00235083-2025
OJ S issue number : 72/2025
Publication date : 11/04/2025