Summer and winter maintenance as well as cleaning on the underground and tram ́s external stations and other properties.

The competition is for summer and winter maintenance as well as cleaning on the underground and tram ́s external stations and other properties. The procurement is divided into 4 service areas: Underground West Underground Eastern Bases underground car park (see the tender documentation for further information). The competition is for …

CPV: 90600000 Reinigung und Sanierung des städtischen und ländlichen Raumes, und zugehörige Dienstleistungen, 90000000 Abwasser- und Abfallbeseitigungs-, Reinigungs- und Umweltschutzdienste, 90510000 Beseitigung und Behandlung von Siedlungsabfällen, 90610000 Straßenreinigung und Straßenkehrdienste, 90612000 Straßenkehrdienste, 90620000 Schneeräumung, 90630000 Glatteisbeseitigung
Ausführungsort:
Summer and winter maintenance as well as cleaning on the underground and tram ́s external stations and other properties.
Vergabestelle:
Sporveien AS
Vergabenummer:
SPV-2521

1. Buyer

1.1 Buyer

Official name : Sporveien AS
Activity of the contracting entity : Urban railway, tramway, trolleybus or bus services

2. Procedure

2.1 Procedure

Title : Summer and winter maintenance as well as cleaning on the underground and tram ́s external stations and other properties.
Description : The competition is for summer and winter maintenance as well as cleaning on the underground and tram ́s external stations and other properties. The procurement is divided into 4 service areas: Underground West Underground Eastern Bases underground car park (see the tender documentation for further information).
Procedure identifier : 81425d99-a261-424d-8b69-b1c7c1f310dd
Internal identifier : SPV-2521
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
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 ): 90600000 Cleaning and sanitation services in urban or rural areas, and related services
Additional classification ( cpv ): 90000000 Sewage, refuse, cleaning and environmental services
Additional classification ( cpv ): 90510000 Refuse disposal and treatment
Additional classification ( cpv ): 90610000 Street-cleaning and sweeping services
Additional classification ( cpv ): 90612000 Street-sweeping services
Additional classification ( cpv ): 90620000 Snow-clearing services
Additional classification ( cpv ): 90630000 Ice-clearing services

2.1.2 Place of performance

Country subdivision (NUTS) : Oslo ( NO081 )
Additional information : Mainly in Oslo, but some of Sporveien's lines go out into Bærum

2.1.4 General information

Legal basis :
Directive 2014/25/EU

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy under national law : Is 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.
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 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.
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 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.
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?
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?
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 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.
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 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.
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 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 procedure : Is 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 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 : Has the tenderer's business conduct been stopped?
Payment of taxes : Has 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?
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 : Summer and winter maintenance as well as cleaning on the underground and tram ́s external stations and other properties.
Description : The competition is for summer and winter maintenance as well as cleaning on the underground and tram ́s external stations and other properties. The procurement is divided into 4 service areas: Underground West Underground Eastern Bases underground car park (see the tender documentation for further information).
Internal identifier : SPV-2521

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90600000 Cleaning and sanitation services in urban or rural areas, and related services
Additional classification ( cpv ): 90000000 Sewage, refuse, cleaning and environmental services
Additional classification ( cpv ): 90510000 Refuse disposal and treatment
Additional classification ( cpv ): 90610000 Street-cleaning and sweeping services
Additional classification ( cpv ): 90612000 Street-sweeping services
Additional classification ( cpv ): 90620000 Snow-clearing services
Additional classification ( cpv ): 90630000 Ice-clearing services

5.1.2 Place of performance

Country subdivision (NUTS) : Oslo ( NO081 )
Additional information : Mainly in Oslo, but some of Sporveien's lines go out into Bærum

5.1.3 Estimated duration

Start date : 01/11/2025
Duration end date : 31/10/2029

5.1.4 Renewal

Maximum renewals : 1
The buyer reserves the right for additional purchases from the contractor, as described here : Renewal lenght is 2 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 : Tenderers shall have the financial capacity to fulfil the contract (i.e. good economy).
Description : The annual accounts for the last three (3) available financial years including the balance sheet and the accompanying auditor ́s report. If a tenderer has a justifiable reason for not submitting the documentation that the contracting authority has required, he can document his economic and financial capacity by presenting any other document of relevance to the company's fiscal figures/economy and which the Contracting Authority deems suitable. Tenderers shall justify why they cannot submit the documentation required by the Contracting Authority.
Use of this criterion : Used
Criterion :
Type : Other
Name : Fulfils all the stated qualification requirements.
Description : The tenderer fulfils the stated qualification requirements.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Tenderers shall be registered in the company register or an equivalent register in the country where the tenderer is established.
Description : Company Registration Certificate from the Register of Business Enterprises. Foreign tenderers shall instead submit an equivalent certificate as prescribed by the laws of the country where the tenderer is established.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : The tenderer shall have the organisational capacity to fulfil the contract (i.e. sufficient manpower, competence and vehicles/machines). Tenderers shall have a sufficient number of personnel, competence as well as machines and vehicles for the execution of the contract work.
Description : An overview of competence/disciplines that the tenderer has for the service area for which prequalification is sought (including sub-suppliers). There shall be a clear number of resources with competence within the different disciplines connected to each service area for which prequalification is required. A description of the type and number of vehicles, machines, tools and technical equipment that the tenderer can use for fulfilment of the service area for which prequalification is requested. This also includes equipment at any sub-suppliers. Vehicles, tractors, lorries, sweeping vehicles, excavators and machines that have their own engines, as well as sweeping and flushing equipment used for the different service areas shall be stated. All vehicles and machines that shall be used for the contract work shall be present and it shall be stated what the vehicle/machine shall be used for.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Tenderers shall have sufficient experience with deliveries of equivalent deliveries in the service area for which prequalification is sought. This means that the Tenderer has carried out all or large parts of similar assignments as stated in the description for each service area.
Description : Description of the company's 3 most important deliveries in the last 3 years of relevance for the contract. The list shall include the following for each of the deliveries: o Name of the contracting authority o Comprehensive description of the delivery o Date of the delivery o Contract value o Contact person at the contracting authority with contact data (telephone number and email address). The contracting authority reserves the right to contact the listed contact persons as references.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Tenderers shall have a satisfactory quality assurance system and an environmental management system.
Description : Certificate that shows that the tenderer fulfils the requirements in ISO 9001 and ISO 14001, or equivalent certification based on relevant European standards. Alternatively, tenderers shall document that their quality assurance and environmental management system is satisfactory by filling in the contracting authority ́s self-assessment form for the management system. The self-assessment form is attached in this enquiry as annex 3 and it shall be filled in by all tenderers.
Use of this criterion : Used
Information about the second stage of a two-stage procedure :
The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.10 Award criteria

Criterion :
Type : Quality
Name : Quality
Description : See the tender documentation for more information.
Weight (percentage, exact) : 60
Criterion :
Type : Price
Name : Price
Description : See the tender documentation for more information.
Weight (percentage, exact) : 30
Criterion :
Type : Quality
Name : Environment
Description : See the tender documentation for further information.
Weight (percentage, exact) : 10
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

Deadline for requesting additional information : 30/03/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=48516

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
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Deadline for receipt of requests to participate : 07/04/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : See the tender documentation and contract document for information.
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : Payment terms are in the Contract Document. See the tender documentation for more information.

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 : Oslo tingrett
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed : Oslo tingrett
Organisation providing information concerning the general regulatory framework for environmental protection applicable in the place where the contract is to be performed : Oslo tingrett
Organisation providing additional information about the procurement procedure : Sporveien AS

8. Organisations

8.1 ORG-0001

Official name : Sporveien AS
Registration number : 915070434
Department : Strategisk Innkjøp
Postal address : Økernveien 9
Town : Oslo
Postcode : 0653
Country : Norway
Contact point : Henrik Borrely Bjering
Telephone : 22 08 40 00
Internet address : https://sporveien.com/
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure

8.1 ORG-0002

Official name : Oslo tingrett
Registration number : 926 725 939
Postal address : Postboks 2106 Vika
Town : Oslo
Postcode : 0125
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : 22 03 52 00
Roles of this organisation :
Review organisation
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed
Organisation providing information concerning the general regulatory framework for environmental protection applicable in the place where the contract is to be performed

11. Notice information

11.1 Notice information

Notice identifier/version : 02e808cc-0b1a-41b6-8740-3b272e5e7750 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 07/03/2025 17:01 +00:00
Notice dispatch date (eSender) : 07/03/2025 17:02 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00158231-2025
OJ S issue number : 49/2025
Publication date : 11/03/2025