297065-2026 - Competition
Norway – Repair and maintenance services – Framework agreement, trade services
OJ S 84/2026 30/04/2026
Contract or concession notice – standard regime
Services
1. Buyer
1.1.
Buyer
Official nameOsloMet - storbyuniversitetet
Emailannelins@oslomet.no
Legal type of the buyerPublic undertaking
Activity of the contracting authorityEducation
2. Procedure
2.1.
Procedure
TitleFramework agreement, trade services
DescriptionTradesman services shall be provided for the areas characterised as joinery, painting, flooring and furniture joinery work at all addresses at the university. The framework agreement will include large and minor assignments, within the operation, maintenance and development of the buildings. The contracting authority shall enter into a framework agreement with three (3) tenderers. Provisions on call-offs under this agreement can occur either in accordance with the list of rank schemes or after the execution of mini competition.
Procedure identifier548c49bf-29d9-4fa8-a6c8-3b6092f2f248
Internal identifier26/06735
Type of procedureOpen
The procedure is acceleratedno
2.1.1.
Purpose
Main nature of the contractServices
Main classification (cpv): 50000000 Repair and maintenance services
Additional classification (cpv): 50800000 Miscellaneous repair and maintenance services
2.1.2.
Place of performance
Country subdivision (NUTS)Oslo (NO081)
CountryNorway
2.1.3.
Value
Estimated value excluding VAT55 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 exclusionNotice
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?
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?
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 related to terrorist activity by a verdict handed down no more than five years ago, or a rejection period set 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 procedureHas the tenderer: a) given grossly incorrect information with the notification of the information required to verify that there is no basis for rejection, or of the qualification requirements being fulfilled, b) failed to provide such information, c) made reservations immediately to present 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 procedureIs the tenderer 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 all of his tax and duty obligations in both the country where 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 suspendedHas the tenderer's business conduct been stopped?
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national lawIs the tenderer in a similar situation in accordance with an equivalent procedure set in the national law? See the national law, the relevant notice or procurement documents.
5. Lot
5.1.
LotLOT-0000
TitleFramework agreement, trade services
DescriptionTradesman services shall be provided for the areas characterised as joinery, painting, flooring and furniture joinery work at all addresses at the university. The framework agreement will include large and minor assignments, within the operation, maintenance and development of the buildings. The contracting authority shall enter into a framework agreement with three (3) tenderers. Provisions on call-offs under this agreement can occur either in accordance with the list of rank schemes or after the execution of mini competition.
Internal identifier26/06735
5.1.1.
Purpose
Main nature of the contractServices
Main classification (cpv): 50000000 Repair and maintenance services
Additional classification (cpv): 50800000 Miscellaneous repair and maintenance services
5.1.2.
Place of performance
Country subdivision (NUTS)Oslo (NO081)
CountryNorway
5.1.3.
Estimated duration
Start date30/06/2026
Duration end date29/06/2028
5.1.4.
Renewal
Maximum renewals2
Other information about renewalsRenewal lenght is 12 months
5.1.5.
Value
Estimated value excluding VAT55 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 criteriaNotice
CriterionEnrolment in a relevant professional register
Description of selection criterionTenderers are registered in a professional register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.

CriterionEnrolment in a trade register
Description of selection criterionTenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.

CriterionAuthorisation or membership of a particular organisation needed for service contracts
Description of selection criterionIs it necessary to have specific authorisation from a particular organisation in order to provide the service in the tenderer ́s home country?

CriterionAuthorisation or membership of a particular organisation needed for service contracts
Description of selection criterionIs it necessary to have a particular membership in a particular organisation in order to provide the service in the tenderer ́s home country?

CriterionMeasures for ensuring quality
Description of selection criterionFor goods or services that are complicated, or that in exceptional cases shall be used for a particular purpose: Will the tenderer allow checks of the tenderer's production capacity or technical capacity and, where necessary, of the survey and research facilities that the tenderer has at its disposal and of quality control measures? The inspections shall be undertaken by the contracting authority or the contracting authority can leave it to a competent public body in the country where the tenderer is established.

CriterionSamples, descriptions, or photographs without certification of authenticity
Description of selection criterionProcurement of goods: The tenderer presents supplies that shall be delivered, requested samples, descriptions or photographs, which do not need to be accompanied by certificates that they are genuine.

CriterionSamples, descriptions, or photographs with certification of authenticity for supply contracts
Description of selection criterionWhen procurement of goods: If requested, the tenderer further declares that they will deliver the requested certificates that they are genuine.

CriterionCertificates by quality control institutes
Description of selection criterionCan tenderers submit the requested certificates issued by official bodies for quality control, and who can confirm that the goods, which are clearly identified by reference to technical specifications or standards, as determined in the notice or in the procurement documents, are in accordance with these?

CriterionCertificates by independent bodies about quality assurance standards
Description of selection criterionCan tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements?

CriterionCertificates by independent bodies about environmental management systems or standards
Description of selection criterionIs the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards?

CriterionOther economic or financial requirements
Description of selection criterionThe tenderer shall have economic and financial strength to be able to fulfil the contract.

CriterionAverage yearly manpower
Description of selection criterionTenderers shall have the capacity to show that the tenderer can fulfil the contract.

CriterionReferences on specified works
Description of selection criterionTenderers shall have experience from comparable contracts.

CriterionCertificates by independent bodies about environmental management systems or standards
Description of selection criterionTenderers shall be third party certified for environmental management in the form of EMAS, ISO14001, Miljøfyrtårn or equivalent environmental management standard.
5.1.11.
Procurement documents
Deadline for requesting additional information18/05/2026 22:00:00 (UTC+00:00) Western European Time, GMT
Address of the procurement documentshttps://tendsign.com/doc.aspx?MeFormsNoticeId=90553
5.1.12.
Terms of procurement
Terms of submission
Electronic submissionRequired
Address for submissionhttps://tendsign.com/doc.aspx?MeFormsNoticeId=90553&GoTo=Tender
Languages in which tenders or requests to participate may be submittedNorwegian
Electronic catalogueAllowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Deadline for receipt of tenders01/06/2026 10:00:58 (UTC+00:00) Western European Time, GMT
Duration during which the tender must remain valid152 Days
Information about public opening
Opening date01/06/2026 10:01:00 (UTC+00:00) Western European Time, GMT
Terms of contract
The execution of the contract must be performed within the framework of sheltered employment programmesNo
Electronic invoicingRequired
Electronic ordering will be usedyes
Electronic payment will be usedyes
5.1.15.
Techniques
Framework agreement
Framework agreement, without reopening of competition
Maximum number of participants99
Information about the dynamic purchasing system
No dynamic purchase system
5.1.16.
Further information, mediation and review
Review organisationOslo tingrett
Information about review deadlines: No
8. Organisations
8.1.
ORG-0001
Official nameOsloMet - storbyuniversitetet
Registration number997058925
DepartmentSeksjon innkjøp
Postal addressPostboks 4 St. Olavs plass
TownOslo
Postcode0130
Country subdivision (NUTS)Oslo (NO081)
CountryNorway
Contact pointAnn-Elin Sverdrup
Emailannelins@oslomet.no
Telephone67 23 50 00
Internet addresshttp://www.oslomet.no
Roles of this organisation
Buyer
8.1.
ORG-0002
Official nameOslo tingrett
Registration number926 725 939
Postal addressPostboks 2106 Vika
TownOslo
Postcode0125
Country subdivision (NUTS)Oslo (NO081)
CountryNorway
Emailoslo.tingrett@domstol.no
Telephone22 03 52 00
Internet addresshttps://www.domstol.no/no/domstoler/tingrett/oslo-tingrett/
Roles of this organisation
Review organisation
Notice information
Notice identifier/versionaee1c3a3-9776-466e-ab62-1816b9050732  -  01
Form typeCompetition
Notice typeContract or concession notice – standard regime
Notice subtype16
Notice dispatch date29/04/2026 09:35:36 (UTC+00:00) Western European Time, GMT
Notice dispatch date (eSender)29/04/2026 09:49:20 (UTC+00:00) Western European Time, GMT
Languages in which this notice is officially availableEnglish
Notice publication number297065-2026
OJ S issue number84/2026
Publication date30/04/2026