Framework agreement for management and maintenance of green areas.

Oslo municipality, c/o Boligbygg Oslo KF, hereafter called the contracting authority, invites tenderers to an open tender contest for the procurement of a framework agreement for care and maintenance of green areas. The framework agreement has an estimated total value of NOK 8 million per annum. The contracting authority emphasises …

CPV: 16311000 Rasenmäher, 16311100 Mäher für Rasenflächen, Parkanlagen oder Sportplätze, 71421000 Landschaftsgärtnerische Gestaltung, 77211500 Baumpflege, 77312000 Unkrautjäten, 77340000 Baum- und Heckenschnitt, 77341000 Baumschnitt
Frist:
3. März 2025 08:00
Art der Frist:
Angebotsabgabe
Ausführungsort:
Framework agreement for management and maintenance of green areas.
Vergabestelle:
Oslo kommune v/ Boligbygg Oslo KF
Vergabenummer:
24/116521

1. Buyer

1.1 Buyer

Official name : Oslo kommune v/ Boligbygg Oslo KF
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : Housing and community amenities

2. Procedure

2.1 Procedure

Title : Framework agreement for management and maintenance of green areas.
Description : Oslo municipality, c/o Boligbygg Oslo KF, hereafter called the contracting authority, invites tenderers to an open tender contest for the procurement of a framework agreement for care and maintenance of green areas. The framework agreement has an estimated total value of NOK 8 million per annum. The contracting authority emphasises that the figures are estimates and that the actual volume can vary from year to year. The estimated value is not binding for the contracting authority. Call-offs will take place as and when the contracting authority ́s needs materialise and may vary depending on the needs of the different locations. Furthermore, tenderers must be aware that changes in the economic and/or political framework terms can lead to the estimated number of assignments being increased/reduced.
Procedure identifier : deeed622-923b-4009-9270-3979ede95059
Internal identifier : 24/116521
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The competition will be held in accordance with the Act from 17 June 2016 no. 73 on public procurements (LOA) and the public procurement regulations dated 12 August 2016 no. 974 (FOA) parts I and III, as well as the provisions included in this tender documentation. The competition will be held as an open tender contest. All interested tenderers can submit tenders for this type of procedure. Negotiations are not allowed.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71421000 Landscape gardening services
Additional classification ( cpv ): 16311000 Lawnmowers
Additional classification ( cpv ): 16311100 Lawn, park or sports-ground mowers
Additional classification ( cpv ): 77211500 Tree-maintenance services
Additional classification ( cpv ): 77312000 Weed-clearance services
Additional classification ( cpv ): 77340000 Tree pruning and hedge trimming
Additional classification ( cpv ): 77341000 Tree pruning

2.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : Boligbygg ́s locations in Oslo, see the attached property list.

2.1.3 Value

Estimated value excluding VAT : 32 000 000 Norwegian krone
Maximum value of the framework agreement : 32 000 000 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?
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 management and maintenance of green areas.
Description : Oslo municipality, c/o Boligbygg Oslo KF, hereafter called the contracting authority, invites tenderers to an open tender contest for the procurement of a framework agreement for care and maintenance of green areas. The framework agreement has an estimated total value of NOK 8 million per annum. The contracting authority emphasises that the figures are estimates and that the actual volume can vary from year to year. The estimated value is not binding for the contracting authority. Call-offs will take place as and when the contracting authority ́s needs materialise and may vary depending on the needs of the different locations. Furthermore, tenderers must be aware that changes in the economic and/or political framework terms can lead to the estimated number of assignments being increased/reduced.
Internal identifier : 24/116521

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71421000 Landscape gardening services
Additional classification ( cpv ): 16311000 Lawnmowers
Additional classification ( cpv ): 16311100 Lawn, park or sports-ground mowers
Additional classification ( cpv ): 77211500 Tree-maintenance services
Additional classification ( cpv ): 77312000 Weed-clearance services
Additional classification ( cpv ): 77340000 Tree pruning and hedge trimming
Additional classification ( cpv ): 77341000 Tree pruning
Options :
Description of the options : The contracting authority has an option to extend the contract for up to 1+1 year on unchanged terms.

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : Boligbygg ́s locations in Oslo, see the attached property list.

5.1.3 Estimated duration

Start date : 01/05/2025
Duration end date : 30/04/2027

5.1.4 Renewal

Maximum renewals : 2
The buyer reserves the right for additional purchases from the contractor, as described here : 1+1

5.1.5 Value

Estimated value excluding VAT : 32 000 000 Norwegian krone
Maximum value of the framework agreement : 32 000 000 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

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Economic and financial capacity
Description : The contracting authority will obtain a credit rating. The contracting authority reserves the right to request other financial information if needed.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Legally established company
Description : 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 company is established.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Experience from equivalent assignments
Description : Short description of the most important deliveries in the last three years, including information on the contract ́s value, date of delivery, as well as the name of the Contracting Authority and a description of the assignment ́s content. The attached reference form can be used. The contracting authority reserves the right to contact the references.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Sufficient capacity
Description : A description of the tenderer's average workforce and the number of employees in the management during the last three years. The attached competence matrix is to be completed.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Quality assurance system
Description : A description of the tenderer ́s quality assurance methods. Alternatively: Certificate for the company's quality assurance system issued by independent bodies that confirms the tenderer fulfils certain quality assurance standards, for example ISO 9001:2015.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Environmental management measures
Description : 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 : Due diligence assessments for responsible businesses
Description : Tenderers shall be suitable for fulfilment of contractual requirements for due diligence assessments for responsible businesses (see contract point 12). 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.
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Tenderers shall submit a completed price form.
Weight (percentage, exact) : 45
Criterion :
Type : Quality
Name : Assignment comprehension
Description : Tenderers shall provide a written assignment comprehension of maximum 3,000 words that explains how the requirement specifications shall be safeguarded. The assignment comprehension shall give a description of the organisation of the assignment, including: - Follow-up of the location in order to ensure that fixed requirements are met. - Number of employees who will be involved in the assignment. - Use of machines and equipment to ensure minimal wear and tear. - Quality assurance of completed work. - Responsibility assignments for the offered key personnel. - Reporting and handling deviations.
Weight (percentage, exact) : 50
Criterion :
Type : Quality
Name : Competence
Description : Tenderers shall provide CVs for one permanent assignment/contract manager with information on education and work experience. The attached CV template shall be used.
Weight (percentage, exact) : 5
Criterion :
Type : Quality
Name : Exceptions from environmental requirements
Description : It has been identified that the most important climate drivers in this contract are the transport of, and the use of machines and equipment to carry out the assignment. A market survey has therefore been carried out, where it became clear that at the current time it will not be allowed to make requirements for emission-free machines. This is because at the current time the supplier market has not yet invested in fossil free sitting mowers and tractors to carry out the largest part of the contract, as these systems are completely in the starting phase and not suitable for being used on an assignment of this size. The market is considered mature to make requirements for fossil free transport. This means that there is clearly a higher share that will use environmentally friendly transport through requirements than if it should have been competed through the award criteria, as what can be competed on is something that market surveys already show the suppliers have invested in. The requirements that are set reduce the most significant climate and environmental impact and are in the upper layer of what the market can deliver. If the requirements for transport and systems are altered to award criteria, it is likely that systems with greater climate and environmental impact will be used. Market surveys show that the market is ripe for minimum requirements for the use of zero emission vehicles for parts of the execution of the contract. Consideration is made that it gives a clearly better climate and environmental effect to include requirements in the requirement specifications than the award criteria. This is to be carried out by presenting a referral from the requirement specifications to the relevant provisions in the contract.
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

Languages in which the procurement documents are officially available : Norwegian

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
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 03/03/2025 08:00 +00:00
Deadline until which the tender must remain valid : 23 Week
Information about public opening :
Opening date : 03/03/2025 08:05 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : no
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Mediation organisation : Oslo tingrett
Review organisation : Oslo tingrett
Organisation providing more information on the review procedures : Oslo kommune v/ Boligbygg Oslo KF
Organisation receiving requests to participate : Oslo kommune v/ Boligbygg Oslo KF
Organisation processing tenders : Oslo kommune v/ Boligbygg Oslo KF

8. Organisations

8.1 ORG-0001

Official name : Oslo kommune v/ Boligbygg Oslo KF
Registration number : 974 780 747
Postal address : Postboks 1192 Sentrum
Town : Oslo
Postcode : 0107
Country : Norway
Contact point : Andrea Knapstad
Telephone : +47 47806331
Roles of this organisation :
Buyer
Organisation receiving requests to participate
Organisation processing tenders
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Oslo tingrett
Registration number : 926 725 939
Postal address : Postboks 2106 Vika
Town : Oslo
Postcode : 0125
Country : Norway
Telephone : +47 22035200
Roles of this organisation :
Review organisation
Mediation organisation

11. Notice information

11.1 Notice information

Notice identifier/version : 328236c8-a01c-431f-a558-a6ab19111a14 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 31/01/2025 16:30 +00:00
Notice dispatch date (eSender) : 31/01/2025 16:30 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00075806-2025
OJ S issue number : 24/2025
Publication date : 04/02/2025