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: 71421000 Servicios de jardinería paisajística, 16311000 Cortadoras de césped, 16311100 Cortadoras de césped para jardines, parques o terrenos de deporte, 77211500 Servicios de mantenimiento de árboles, 77312000 Servicios de desbrozo, 77340000 Poda de árboles y setos, 77341000 Poda de árboles
Lugar de ejecución:
Framework agreement for management and maintenance of green areas.
Organismo adjudicador:
Oslo kommune v/ Boligbygg Oslo KF
Número de premio:
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
Previous notice : 328236c8-a01c-431f-a558-a6ab19111a14-01
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

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

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

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 locations to ensure that fixed requirements are safeguarded - Number of employees who will be involved in the assignment - Use of machines and equipment to ensure minimal wear - Quality assurance of work carried out - 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 :

5.1.15 Techniques

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

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

6. Results

Value of all contracts awarded in this notice : 4 158 200 Norwegian krone

6.1 Result lot ldentifier : LOT-0000

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : Skandinavisk Utemiljø AS
Tender :
Tender identifier : Rammeavtale for skjøtsel og vedlikehold av grøntanlegg - Skandinavisk Utemiljø AS
Identifier of lot or group of lots : LOT-0000
Subcontracting value is known : no
Subcontracting percentage is known : no
Contract information :
Identifier of the contract : Rammeavtale for skjøtsel og vedlikehold av grøntanlegg - Skandinavisk Utemiljø AS
The contract is awarded within a framework agreement : no

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 4

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 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

8.1 ORG-0003

Official name : Skandinavisk Utemiljø AS
Registration number : 912019438
Postal address : Verkseier Furulunds vei 12
Town : Oslo
Postcode : 0668
Country : Norway
Telephone : +47 91759582
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0000

11. Notice information

11.1 Notice information

Notice identifier/version : 5fc061e8-6ca5-4e62-a63d-1770ae52206c - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 07/04/2025 09:11 +00:00
Notice dispatch date (eSender) : 07/04/2025 09:31 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00227553-2025
OJ S issue number : 69/2025
Publication date : 08/04/2025