297032-2026 - Competition
Norway – Relocation services – Emptying Oslo Prison
OJ S 84/2026 30/04/2026
Contract or concession notice – standard regime
Services
1. Buyer
1.1.
Buyer
Official nameKriminalomsorgsdirektoratet
EmailTRINE.LUNEMANN.MADANE@KRIMINALOMSORG.NO
Legal type of the buyerCentral government authority
Activity of the contracting authorityPublic order and safety
1.1.
Buyer
Official nameKlagenemnda for offentlige anskaffelser - KOFA
Emailpost@knse.no
Legal type of the buyerPublic undertaking, controlled by a central government authority
Activity of the contracting authorityPublic order and safety
2. Procedure
2.1.
Procedure
TitleEmptying Oslo Prison
DescriptionThe aim of this procurement is to empty Oslo Prison. The delivery shall include extraction, sorting, carrying, internal logistics, container handling, transport and reliable final treatment of all fractions from cells, living rooms, administration buildings and workshops.
Procedure identifiercb81d6bb-5f40-4905-88d4-b6a7c3331b2f
Internal identifier2026/31468
Type of procedureOpen
The procedure is acceleratedno
2.1.1.
Purpose
Main nature of the contractServices
Main classification (cpv): 98392000 Relocation services
Additional classification (cpv): 90000000 Sewage, refuse, cleaning and environmental services, 90500000 Refuse and waste related services, 90510000 Refuse disposal and treatment, 90511000 Refuse collection services, 90512000 Refuse transport services, 90514000 Refuse recycling services, 90700000 Environmental services, 98390000 Other services, 98391000 Decommissioning services
2.1.2.
Place of performance
Postal addressÅkebergveien 11  
Townoslo
Postcode0650
Country subdivision (NUTS)Oslo (NO081)
CountryNorway
2.1.3.
Value
Estimated value excluding VAT10 000 000,00 NOK
2.1.4.
General information
Legal basis
Directive 2014/24/EU
2.1.6.
Grounds for exclusion
Sources of grounds for exclusionEuropean Single Procurement Document (ESPD)NoticeProcurement Document
CorruptionIs 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.
FraudIs 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 financingIs 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 organisationIs 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 activitiesIs 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 beingsIs 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 lawIs 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 lawIs 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 lawIs 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 competitionHas the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition?
Grave professional misconductHas 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 or obtained confidential information of this procedureHave 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 procedureAre 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 procedureHas 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 sanctionsHas 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 contributionsHave 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 taxesHas 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 suspendedSpecify 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.
BankruptcyIs 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 creditorsIs 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.
InsolvencyIs 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 liquidatorSpecify 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 lawIs 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.
LotLOT-0000
TitleEmptying Oslo Prison
DescriptionThe aim of this procurement is to empty Oslo Prison. The delivery shall include extraction, sorting, carrying, internal logistics, container handling, transport and reliable final treatment of all fractions from cells, living rooms, administration buildings and workshops.
Internal identifier2026/31468
5.1.1.
Purpose
Main nature of the contractServices
Main classification (cpv): 98392000 Relocation services
Additional classification (cpv): 90000000 Sewage, refuse, cleaning and environmental services, 90500000 Refuse and waste related services, 90510000 Refuse disposal and treatment, 90511000 Refuse collection services, 90512000 Refuse transport services, 90514000 Refuse recycling services, 90700000 Environmental services, 98390000 Other services, 98391000 Decommissioning services
5.1.2.
Place of performance
Postal addressÅkebergveien 11  
Townoslo
Postcode0650
Country subdivision (NUTS)Oslo (NO081)
CountryNorway
5.1.3.
Estimated duration
Start date23/06/2026
Duration end date31/12/2026
5.1.5.
Value
Estimated value excluding VAT10 000 000,00 NOK
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
Sources of selection criteriaEuropean Single Procurement Document (ESPD)NoticeProcurement Document
CriterionEnrolment in a trade register
Description of selection criterion• 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.

CriterionOther economic or financial requirements
Description of selection criterionThe tenderer must have sufficient economic and financial capacity to be able to carry out the deliveries. Creditworthiness with no requirement for collateral will be sufficient to meet the requirement. • A credit rating based on the most recent financial figures. The rating shall be carried out by a credit rating company with licence to conduct this service. • The contracting authority reserves the right to obtain further credit ratings or other financial information that, but not limited to, annual accounts including notes, the board's annual reports and auditor's reports.

CriterionReferences on specified deliveries
Description of selection criterionTenderers shall have experience from deliveries of an equivalent nature and scope. Description of up to 3 of the tenderer's most relevant deliveries in the course of the last three years. The description must include a statement of the contract ́s value, date and recipient (name, telephone number and e-mail address). It is the tenderer ́s responsibility to document relevance through the description. The contracting authority will assess the tenderer ́s stated deliveries based on the following elements: 1. The delivery ́s nature, complexity and relevance to the framework agreement, including whether the deliveries include the framework agreement areas that the tenderer requests participation for. 2. The tenderer's responsibility and role in the delivery. 3. The scope of the delivery in the number of invoiced hours. 4. The customer ́s satisfaction with the delivery

CriterionCertificates by independent bodies about quality assurance standards
Description of selection criterionTenderers shall have a quality assurance system suitable for the delivery. A description of the tenderer's quality assurance methods. If a tenderer is certified in accordance with ISO 9001 or equivalent quality assurance certifications, it is sufficient to enclose a copy of a valid certificate.

CriterionEnvironmental management measures
Description of selection criterionTenderers shall have a good environmental management system. Description of environmental management measures that are implemented in the entity. If a tenderer is certified in accordance with ISO 14001 or equivalent standards, it is sufficient to present a copy of a valid certificate.
5.1.11.
Procurement documents
Address of the procurement documentshttps://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=453362&TID=200414183&B=
5.1.12.
Terms of procurement
Terms of submission
Electronic submissionRequired
Address for submissionhttps://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=453362&TID=200414183&B=
Languages in which tenders or requests to participate may be submittedNorwegian
Electronic catalogueAllowed
VariantsNot allowed
Tenderers may submit more than one tenderNot allowed
Deadline for receipt of tenders01/06/2026 10:00:00 (UTC+00:00) Western European Time, GMT
Duration during which the tender must remain valid2 026 Days
Information that can be supplemented after the submission deadline
No documents can be submitted later.
Terms of contract
The execution of the contract must be performed within the framework of sheltered employment programmesNo
A non-disclosure agreement is requiredyes
Electronic invoicingRequired
Electronic ordering will be usedno
Electronic payment will be usedyes
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 organisationRomerike og Glåmdal tingrett
Information about review deadlines: See the tender documentation
Organisation providing more information on the review proceduresKriminalomsorgsdirektoratet
Organisation receiving requests to participateKriminalomsorgsdirektoratet
Organisation processing tendersKriminalomsorgsdirektoratet
8. Organisations
8.1.
ORG-0001
Official nameKriminalomsorgsdirektoratet
Registration number911830868
Postal addressSolheimsgata 21
TownLillestrøm
Postcode2000
Country subdivision (NUTS)Oslo (NO081)
CountryNorway
Contact pointTrine Lunemann Madane
EmailTRINE.LUNEMANN.MADANE@KRIMINALOMSORG.NO
Telephone+47 40438800
Internet addresshttps://www.kriminalomsorgen.no
Buyer profilehttps://eu.eu-supply.com/ctm/company/companyinformation/index/338817
Roles of this organisation
Buyer
Group leader
Organisation receiving requests to participate
Organisation processing tenders
Organisation providing more information on the review procedures
8.1.
ORG-0002
Official nameRomerike og Glåmdal tingrett
Registration number926 723 863
Postal addressJonas Lies gt.20
TownLillestrøm
Postcode2000
Country subdivision (NUTS)Oslo (NO081)
CountryNorway
Emailromerike.og.glamdal.tingrett@domstol.no
Telephone+47 61992200
Roles of this organisation
Review organisation
8.1.
ORG-0003
Official nameKlagenemnda for offentlige anskaffelser - KOFA
Registration number918 195 548
Postal addressPostboks 511 sentrum
TownBergen
Postcode5805
Country subdivision (NUTS)Oslo (NO081)
CountryNorway
Emailpost@knse.no
Telephone+47 55193000
Internet addresshttps://www.klagenemndssekretariatet.no/klagenemda-for-offentlige-anskaffelser-kofa
Roles of this organisation
Buyer
Notice information
Notice identifier/versionb4ebbffc-edf3-45b0-81fe-ea104c338bfb  -  01
Form typeCompetition
Notice typeContract or concession notice – standard regime
Notice subtype16
Notice dispatch date28/04/2026 13:57:57 (UTC+00:00) Western European Time, GMT
Notice dispatch date (eSender)28/04/2026 14:30:36 (UTC+00:00) Western European Time, GMT
Languages in which this notice is officially availableEnglish
Notice publication number297032-2026
OJ S issue number84/2026
Publication date30/04/2026