EBF-EEA 058-2025 Framework agreement Operation and maintenance, summer and winter.

The procurement is for Bergen municipality, c/o the Agency for Housing Management (EBF), and comprises a framework agreement for summer and winter operations externally for properties administered by EBF. The procurement consists of snow clearing and gritting, lawn locking, as well as ordering work. The assignment consists of a fixed …

CPV: 77300000 Услуги по озеленяване, 45112710 Строителни работи по оформяне на зелени площи, 45112712 Строителни работи по оформяне на градини, 77310000 Услуги по създаване и поддържане на зелени площи, 77313000 Услуги по поддържане на паркове, 77314000 Услуги по поддържане на други зелени площи, 77315000 Услуги по засяване с други семена, 77340000 Услуги по декоративно окастряне и подрязване на дървета и храсти, 90612000 Услуги по метене на улици, 90620000 Услуги по почистване на улици от сняг, 90630000 Услуги по почистване на улици от лед
Краен срок:
Окт. 6, 2025, 8 преди обяд
Вид на крайния срок:
Подаване на оферта
Място на изпълнение:
EBF-EEA 058-2025 Framework agreement Operation and maintenance, summer and winter.
Издаващ орган:
Bergen kommune
Номер на наградата:
2025/230066

1. Buyer

1.1 Buyer

Official name : Bergen kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : EBF-EEA 058-2025 Framework agreement Operation and maintenance, summer and winter.
Description : The procurement is for Bergen municipality, c/o the Agency for Housing Management (EBF), and comprises a framework agreement for summer and winter operations externally for properties administered by EBF. The procurement consists of snow clearing and gritting, lawn locking, as well as ordering work. The assignment consists of a fixed part for winter maintenance and a fixed part for summer maintenance. The ordering part will mainly be gardening work. The gardening work can i.a. consist of weeding, planting, pruning, cutting, assistance with the design of the outside area. Quantities, locations and frequencies can be adjusted based on the contracting authority ́s needs during the contract period. The contracting authority has organised its portfolio in approx. 700 objects, which in turn consists of approx. 1,750+ street addresses with a total of approx. 5,650+ rental units. See Annex 4A price form and a map for an overview of fixed assignments.  See the separate map for the area division. The delivery is divided into three areas from Area 1 to 3. Tenders must be submitted for each sub competition you would like to participate in and at least one (1) sub-competition. The assignment will be awarded to at least two tenderers and a maximum of three tenderers. Each supplier can be awarded only one of the 4 sub-contracts. Sub-contract 4 is merging Area 1 and Area 3. The contracting authority will either award parts contracts for areas 1 and 3, or award sub-contract 4. Sub-contracts 1 and 3 will be dropped when awarding sub-contract 4. Order of award is: Sub-contract 4 (expires if Sub-contract 1 and 3 are awarded) Sub-contract 1 (expires when awarding Sub-Contract 4) Sub-contract 2Delkontrakt 3 (expires when awarding Lot 4).
Procedure identifier : ce0f2dfd-d501-4bd7-9c6e-91fe06ade763
Internal identifier : 2025/230066
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 77300000 Horticultural services
Additional classification ( cpv ): 45112710 Landscaping work for green areas
Additional classification ( cpv ): 45112712 Landscaping work for gardens
Additional classification ( cpv ): 77310000 Planting and maintenance services of green areas
Additional classification ( cpv ): 77313000 Parks maintenance services
Additional classification ( cpv ): 77314000 Grounds maintenance services
Additional classification ( cpv ): 77315000 Seeding services
Additional classification ( cpv ): 77340000 Tree pruning and hedge trimming
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) : Vestland ( NO0A2 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 48 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - Part II

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 4
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 1

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : European Single Procurement Document (ESPD)

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Sub-contract 1 - Area 1
Description : Area 1 consists of the town districts of Arna, Åsane, Bergenhus and Laksevåg II. Area 1 is estimated to make up approx. 35% of the extent. Limitations: If the sub-contract supplier cannot deliver in accordance with expectations due to capacity etc., The contracting authority reserves the right to make call-offs with the other sub-contract suppliers in order: If there are capacity problems in area 1, the call-off will go to the sub-contract supplier in area 2. If there are capacity problems in area 2, the call-off will go to the sub-contract supplier in area 3. If there are capacity problems in area 3, the call-off will go to the sub-contract supplier in area 1.
Internal identifier : 2025/230066-0

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 77300000 Horticultural services
Additional classification ( cpv ): 45112710 Landscaping work for green areas
Additional classification ( cpv ): 45112712 Landscaping work for gardens
Additional classification ( cpv ): 77310000 Planting and maintenance services of green areas
Additional classification ( cpv ): 77313000 Parks maintenance services
Additional classification ( cpv ): 77314000 Grounds maintenance services
Additional classification ( cpv ): 77315000 Seeding services
Additional classification ( cpv ): 77340000 Tree pruning and hedge trimming
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) : Vestland ( NO0A2 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 14/11/2025
Duration end date : 14/11/2029

5.1.5 Value

Estimated value excluding VAT : 16 000 000 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) : no

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : Tenderers 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. Minimum qualification requirements Tenderers shall be a legally registered company. Documentation: Documentation: Documentation must not be enclosed for tenderers registered in the Norwegian Register of Units. The contracting authority will check the registration by using the organisation number stated in the tenderer ́s Mercell profile. Tenderers who are not registered in the above register must present a certificate or confirmation (equivalent company registration certificate) for registration in a trade or business register as prescribed by the law of the country where the tenderer is established. Such a certificate shall not be issued more than six months before the tender deadline.
Criterion : Other economic or financial requirements
Description : Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that: Minimum qualification requirements The tenderer has sufficient economic and financial capacity to fulfil the contract. The tenderer is required to have a minimum rating B (moderate risk) with at least 50 out of 100 in the credit company Proff Forvalt (forvalt.no). Documentation requirement: The contracting authority will check credit rating carried out by the credit company Proff Forvalt. Tenderers do not need to enclose their credit rating. Newly established tenderers can submit a bank statement as proof of credit worthiness. Foreign companies: The contracting authority will check the tenderer ́s financial situation itself from Proff Forvalt. If the tenderer is not registered in Proff Forvalt ́s registers, the company ́s last two auditor approved Annual Financial Statements shall be submitted upon request. If information in the above sources is not correct or supplementary information is needed to highlight the company's economic and financial situation, this can be provided.
Criterion : References on specified services
Description : Only for services: In the reference period, the tenderer has carried out the following important goods deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three years to be taken into consideration. Minimum qualification requirements Tenderers shall have good and relevant experience. The experience shall include deliveries of equivalent complexity as the delivery requested in this competition. Documentation requirement: Relevant experience shall be documented by stating a minimum of three (3) and a maximum of five (5) reference projects from the last three (3) years. The references are to be added directly to Mercell as a response to this point. If more than five reference projects are given, only the first five will be assessed.
Criterion : Technicians or technical bodies for quality control
Description : Tenderers can use the following technical personnel or technical units , particularly those who are responsible for quality control: For technical personnel or technical units that do not directly belong to the tenderer ́s business, but if the capacity the tenderer will use, cf. part II, section C, separate ESPD forms shall be supplemented. Minimum qualification requirements Tenderers are required to have sufficient technical resources and the capacity to carry out the assignment in accordance with the contracting authority ́s needs. Documentation: Tenderers shall enclose an overview of personnel with technical/professional competence that is relevant for the execution of this delivery. The overview shall include the person ́s professional qualifications, experience and how the person is intended to be used in the relevant delivery. All resources stated shall have sufficient capacity in the contract period to be able to be used as described.
Criterion : Measures for ensuring quality
Description : The tenderer utilises the following technical facilities and quality assurance measures and the tenderer ́s survey and research facility is as follows: Minimum qualification requirements The contracting authority requires that all tenderers have implemented a quality management system that is satisfactory to ensure the quality of execution in this contract. Documentation requirement: Description of the company ́s implemented quality management system. A certificate shall be submitted for the company's quality management system issued by independent bodies that confirm that the company fulfils certain quality management standards, for example ISO 9001. If the company does not have such certificate, other documentation of the company's quality management system shall be provided. In such cases as a minimum the following shall be provided: + the name of the system and detailed table of contents + general description of the contents of the system, including an overview of control plans and check-lists that are relevant for this contract. + an organisation chart showing the responsibilities in the quality management system. + a description of routines for internal control and deviation management (work with corrective and preventive measures). + a description of how the system will be used in order to ensure the quality of this contract. All received or obtained documentation will form the basis for an overall assessment of whether the qualification requirement is fulfilled.
Criterion : Relevant educational and professional qualifications
Description : The following education and professional qualifications are possessed by the tenderer and/or (depending on the requirements set in the notice or in the procurement documents) of the leading employees: Minimum qualification requirements Tenderers shall have sufficient competence and professional qualifications to manage and quality assure the delivery. Documentation: Tenderers shall enclose an overview of what experience and professional qualifications are possessed by the management group and/or key personnel who will be responsible for the delivery.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards? Minimum qualification requirements The contracting authority requires that all tenderers have implemented procedures and systems, certified by independent third parties, that ensure that the execution of this contract has a low impact on the environment. Documentation requirement: Certificate issued by an independent body approved for certification. The certificate must confirm that the tenderer's environmental management system complies with requirements in a relevant standard. Documentation is required that the tenderer either has an Eco-lighthouse certificate, is EMAS certified, is certified in accordance with ISO 14001, or have a valid certificate from other relevant environmental management schemes or standards. If a tenderer does not have such a certificate, the tenderer must provide other documentation for environmental management measures that are equivalent to a relevant environmental management scheme or standard. Tenderers must also document that the measures are equivalent to those required in accordance with such an environmental management scheme or standard. Tenderers who are qualified on the basis of other documentation for environmental management measures than the third-party certification that is awarded the contract, will be obliged to carry out third-party certification of their environmental management system. This is further described in the contractual requirements that are included in the annex for changes to the standard contract.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 26/09/2025 08:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/264317014.aspx

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 : Not allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Deadline for receipt of tenders : 06/10/2025 08:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 06/10/2025 08:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 10
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Bergen kommune
Information about review deadlines : Ten days waiting period
Organisation providing additional information about the procurement procedure : Bergen kommune
Organisation providing offline access to the procurement documents : Bergen kommune
Organisation providing more information on the review procedures : Bergen kommune
Organisation receiving requests to participate : Bergen kommune
Organisation processing tenders : Bergen kommune

5.1 Lot technical ID : LOT-0002

Title : Sub-contract 2 - Area 2
Description : Area 2 consists of Årstad II, Fyllingsdalen, Laksevåg I Area 2 is estimated to make up approx. 35% of the extent. Limitations: If the sub-contract supplier cannot deliver in accordance with expectations due to capacity etc., The contracting authority reserves the right to make call-offs with the other sub-contract suppliers in order: If there are capacity problems in area 1, the call-off will go to the sub-contract supplier in area 2. If there are capacity problems in area 2, the call-off will go to the sub-contract supplier in area 3. If there are capacity problems in area 3, the call-off will go to the sub-contract supplier in area 1.
Internal identifier : 2025/230066-1

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 77300000 Horticultural services
Additional classification ( cpv ): 45112710 Landscaping work for green areas
Additional classification ( cpv ): 45112712 Landscaping work for gardens
Additional classification ( cpv ): 77310000 Planting and maintenance services of green areas
Additional classification ( cpv ): 77313000 Parks maintenance services
Additional classification ( cpv ): 77314000 Grounds maintenance services
Additional classification ( cpv ): 77315000 Seeding services
Additional classification ( cpv ): 77340000 Tree pruning and hedge trimming
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) : Vestland ( NO0A2 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 14/11/2025
Duration end date : 14/11/2029

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 criteria : Notice
Criterion : Enrolment in a trade register
Description : Tenderers 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. Minimum qualification requirements Tenderers shall be a legally registered company. Documentation: Documentation: Documentation must not be enclosed for tenderers registered in the Norwegian Register of Units. The contracting authority will check the registration by using the organisation number stated in the tenderer ́s Mercell profile. Tenderers who are not registered in the above register must present a certificate or confirmation (equivalent company registration certificate) for registration in a trade or business register as prescribed by the law of the country where the tenderer is established. Such a certificate shall not be issued more than six months before the tender deadline.
Criterion : Other economic or financial requirements
Description : Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that: Minimum qualification requirements The tenderer has sufficient economic and financial capacity to fulfil the contract. The tenderer is required to have a minimum rating B (moderate risk) with at least 50 out of 100 in the credit company Proff Forvalt (forvalt.no). Documentation requirement: The contracting authority will check credit rating carried out by the credit company Proff Forvalt. Tenderers do not need to enclose their credit rating. Newly established tenderers can submit a bank statement as proof of credit worthiness. Foreign companies: The contracting authority will check the tenderer ́s financial situation itself from Proff Forvalt. If the tenderer is not registered in Proff Forvalt ́s registers, the company ́s last two auditor approved Annual Financial Statements shall be submitted upon request. If information in the above sources is not correct or supplementary information is needed to highlight the company's economic and financial situation, this can be provided.
Criterion : References on specified services
Description : Only for services: In the reference period, the tenderer has carried out the following important goods deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three years to be taken into consideration. Minimum qualification requirements Tenderers shall have good and relevant experience. The experience shall include deliveries of equivalent complexity as the delivery requested in this competition. Documentation requirement: Relevant experience shall be documented by stating a minimum of three (3) and a maximum of five (5) reference projects from the last three (3) years. The references are to be added directly to Mercell as a response to this point. If more than five reference projects are given, only the first five will be assessed.
Criterion : Technicians or technical bodies for quality control
Description : Tenderers can use the following technical personnel or technical units , particularly those who are responsible for quality control: For technical personnel or technical units that do not directly belong to the tenderer ́s business, but if the capacity the tenderer will use, cf. part II, section C, separate ESPD forms shall be supplemented. Minimum qualification requirements Tenderers are required to have sufficient technical resources and the capacity to carry out the assignment in accordance with the contracting authority ́s needs. Documentation: Tenderers shall enclose an overview of personnel with technical/professional competence that is relevant for the execution of this delivery. The overview shall include the person ́s professional qualifications, experience and how the person is intended to be used in the relevant delivery. All resources stated shall have sufficient capacity in the contract period to be able to be used as described.
Criterion : Measures for ensuring quality
Description : The tenderer utilises the following technical facilities and quality assurance measures and the tenderer ́s survey and research facility is as follows: Minimum qualification requirements The contracting authority requires that all tenderers have implemented a quality management system that is satisfactory to ensure the quality of execution in this contract. Documentation requirement: Description of the company ́s implemented quality management system. A certificate shall be submitted for the company's quality management system issued by independent bodies that confirm that the company fulfils certain quality management standards, for example ISO 9001. If the company does not have such certificate, other documentation of the company's quality management system shall be provided. In such cases as a minimum the following shall be provided: + the name of the system and detailed table of contents + general description of the contents of the system, including an overview of control plans and check-lists that are relevant for this contract. + an organisation chart showing the responsibilities in the quality management system. + a description of routines for internal control and deviation management (work with corrective and preventive measures). + a description of how the system will be used in order to ensure the quality of this contract. All received or obtained documentation will form the basis for an overall assessment of whether the qualification requirement is fulfilled.
Criterion : Relevant educational and professional qualifications
Description : The following education and professional qualifications are possessed by the tenderer and/or (depending on the requirements set in the notice or in the procurement documents) of the leading employees: Minimum qualification requirements Tenderers shall have sufficient competence and professional qualifications to manage and quality assure the delivery. Documentation: Tenderers shall enclose an overview of what experience and professional qualifications are possessed by the management group and/or key personnel who will be responsible for the delivery.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards? Minimum qualification requirements The contracting authority requires that all tenderers have implemented procedures and systems, certified by independent third parties, that ensure that the execution of this contract has a low impact on the environment. Documentation requirement: Certificate issued by an independent body approved for certification. The certificate must confirm that the tenderer's environmental management system complies with requirements in a relevant standard. Documentation is required that the tenderer either has an Eco-lighthouse certificate, is EMAS certified, is certified in accordance with ISO 14001, or have a valid certificate from other relevant environmental management schemes or standards. If a tenderer does not have such a certificate, the tenderer must provide other documentation for environmental management measures that are equivalent to a relevant environmental management scheme or standard. Tenderers must also document that the measures are equivalent to those required in accordance with such an environmental management scheme or standard. Tenderers who are qualified on the basis of other documentation for environmental management measures than the third-party certification that is awarded the contract, will be obliged to carry out third-party certification of their environmental management system. This is further described in the contractual requirements that are included in the annex for changes to the standard contract.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 26/09/2025 08:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/264317014.aspx

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 : Not allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Deadline for receipt of tenders : 06/10/2025 08:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 06/10/2025 08:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 10
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Bergen kommune
Information about review deadlines : Ten day waiting period
Organisation providing more information on the review procedures : Bergen kommune

5.1 Lot technical ID : LOT-0003

Title : Sub-contract 3 - Area 3
Description : Area 3 consists of fana, ytrebygda, Årstad I area 3 is estimated to make up approx. 35% of the extent. Limitations: If the sub-contract supplier cannot deliver in accordance with expectations due to capacity etc., The contracting authority reserves the right to make call-offs with the other sub-contract suppliers in order: If there are capacity problems in area 1, the call-off will go to the sub-contract supplier in area 2. If there are capacity problems in area 2, the call-off will go to the sub-contract supplier in area 3. If there are capacity problems in area 3, the call-off will go to the sub-contract supplier in area 1.
Internal identifier : 2025/230066-2

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 77300000 Horticultural services
Additional classification ( cpv ): 45112710 Landscaping work for green areas
Additional classification ( cpv ): 45112712 Landscaping work for gardens
Additional classification ( cpv ): 77310000 Planting and maintenance services of green areas
Additional classification ( cpv ): 77313000 Parks maintenance services
Additional classification ( cpv ): 77314000 Grounds maintenance services
Additional classification ( cpv ): 77315000 Seeding services
Additional classification ( cpv ): 77340000 Tree pruning and hedge trimming
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) : Vestland ( NO0A2 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 14/11/2025
Duration end date : 14/11/2029

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 criteria : Notice
Criterion : Enrolment in a trade register
Description : Tenderers 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. Minimum qualification requirements Tenderers shall be a legally registered company. Documentation: Documentation: Documentation must not be enclosed for tenderers registered in the Norwegian Register of Units. The contracting authority will check the registration by using the organisation number stated in the tenderer ́s Mercell profile. Tenderers who are not registered in the above register must present a certificate or confirmation (equivalent company registration certificate) for registration in a trade or business register as prescribed by the law of the country where the tenderer is established. Such a certificate shall not be issued more than six months before the tender deadline.
Criterion : Other economic or financial requirements
Description : Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that: Minimum qualification requirements The tenderer has sufficient economic and financial capacity to fulfil the contract. The tenderer is required to have a minimum rating B (moderate risk) with at least 50 out of 100 in the credit company Proff Forvalt (forvalt.no). Documentation requirement: The contracting authority will check credit rating carried out by the credit company Proff Forvalt. Tenderers do not need to enclose their credit rating. Newly established tenderers can submit a bank statement as proof of credit worthiness. Foreign companies: The contracting authority will check the tenderer ́s financial situation itself from Proff Forvalt. If the tenderer is not registered in Proff Forvalt ́s registers, the company ́s last two auditor approved Annual Financial Statements shall be submitted upon request. If information in the above sources is not correct or supplementary information is needed to highlight the company's economic and financial situation, this can be provided.
Criterion : References on specified services
Description : Only for services: In the reference period, the tenderer has carried out the following important goods deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three years to be taken into consideration. Minimum qualification requirements Tenderers shall have good and relevant experience. The experience shall include deliveries of equivalent complexity as the delivery requested in this competition. Documentation requirement: Relevant experience shall be documented by stating a minimum of three (3) and a maximum of five (5) reference projects from the last three (3) years. The references are to be added directly to Mercell as a response to this point. If more than five reference projects are given, only the first five will be assessed.
Criterion : Technicians or technical bodies for quality control
Description : Tenderers can use the following technical personnel or technical units , particularly those who are responsible for quality control: For technical personnel or technical units that do not directly belong to the tenderer ́s business, but if the capacity the tenderer will use, cf. part II, section C, separate ESPD forms shall be supplemented. Minimum qualification requirements Tenderers are required to have sufficient technical resources and the capacity to carry out the assignment in accordance with the contracting authority ́s needs. Documentation: Tenderers shall enclose an overview of personnel with technical/professional competence that is relevant for the execution of this delivery. The overview shall include the person ́s professional qualifications, experience and how the person is intended to be used in the relevant delivery. All resources stated shall have sufficient capacity in the contract period to be able to be used as described.
Criterion : Measures for ensuring quality
Description : The tenderer utilises the following technical facilities and quality assurance measures and the tenderer ́s survey and research facility is as follows: Minimum qualification requirements The contracting authority requires that all tenderers have implemented a quality management system that is satisfactory to ensure the quality of execution in this contract. Documentation requirement: Description of the company ́s implemented quality management system. A certificate shall be submitted for the company's quality management system issued by independent bodies that confirm that the company fulfils certain quality management standards, for example ISO 9001. If the company does not have such certificate, other documentation of the company's quality management system shall be provided. In such cases as a minimum the following shall be provided: + the name of the system and detailed table of contents + general description of the contents of the system, including an overview of control plans and check-lists that are relevant for this contract. + an organisation chart showing the responsibilities in the quality management system. + a description of routines for internal control and deviation management (work with corrective and preventive measures). + a description of how the system will be used in order to ensure the quality of this contract. All received or obtained documentation will form the basis for an overall assessment of whether the qualification requirement is fulfilled.
Criterion : Relevant educational and professional qualifications
Description : The following education and professional qualifications are possessed by the tenderer and/or (depending on the requirements set in the notice or in the procurement documents) of the leading employees: Minimum qualification requirements Tenderers shall have sufficient competence and professional qualifications to manage and quality assure the delivery. Documentation: Tenderers shall enclose an overview of what experience and professional qualifications are possessed by the management group and/or key personnel who will be responsible for the delivery.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards? Minimum qualification requirements The contracting authority requires that all tenderers have implemented procedures and systems, certified by independent third parties, that ensure that the execution of this contract has a low impact on the environment. Documentation requirement: Certificate issued by an independent body approved for certification. The certificate must confirm that the tenderer's environmental management system complies with requirements in a relevant standard. Documentation is required that the tenderer either has an Eco-lighthouse certificate, is EMAS certified, is certified in accordance with ISO 14001, or have a valid certificate from other relevant environmental management schemes or standards. If a tenderer does not have such a certificate, the tenderer must provide other documentation for environmental management measures that are equivalent to a relevant environmental management scheme or standard. Tenderers must also document that the measures are equivalent to those required in accordance with such an environmental management scheme or standard. Tenderers who are qualified on the basis of other documentation for environmental management measures than the third-party certification that is awarded the contract, will be obliged to carry out third-party certification of their environmental management system. This is further described in the contractual requirements that are included in the annex for changes to the standard contract.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 26/09/2025 08:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/264317014.aspx

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 : Not allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Deadline for receipt of tenders : 06/10/2025 08:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 06/10/2025 08:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 10
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Bergen kommune
Information about review deadlines : Ten day waiting period
Organisation providing more information on the review procedures : Bergen kommune

5.1 Lot technical ID : LOT-0004

Title : Sub-contract 4 - Total contract for areas 1 and 3
Description : Area 1 consists of the districts of Arna, Åsane, Bergenhus and Laksevåg II.Area 3 consists of fana, ytrebygda, Årstad I. Areas 1+3 are estimated to make up approx. 70% of the extent. Limitations: If the sub-contract supplier cannot deliver in accordance with expectations due to capacity etc., The contracting authority reserves the right to make call-offs with the other sub-contract suppliers in order: If there are capacity problems in area 1, the call-off will go to the sub-contract supplier in area 2. If there are capacity problems in area 2, the call-off will go to the sub-contract supplier in area 3. If there are capacity problems in area 3, the call-off will go to the sub-contract supplier in area 1.
Internal identifier : 2025/230066-3

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 77300000 Horticultural services
Additional classification ( cpv ): 45112710 Landscaping work for green areas
Additional classification ( cpv ): 45112712 Landscaping work for gardens
Additional classification ( cpv ): 77310000 Planting and maintenance services of green areas
Additional classification ( cpv ): 77313000 Parks maintenance services
Additional classification ( cpv ): 77314000 Grounds maintenance services
Additional classification ( cpv ): 77315000 Seeding services
Additional classification ( cpv ): 77340000 Tree pruning and hedge trimming
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) : Vestland ( NO0A2 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 14/11/2025
Duration end date : 14/11/2029

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 criteria : Notice
Criterion : Enrolment in a trade register
Description : Tenderers 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. Minimum qualification requirements Tenderers shall be a legally registered company. Documentation: Documentation: Documentation must not be enclosed for tenderers registered in the Norwegian Register of Units. The contracting authority will check the registration by using the organisation number stated in the tenderer ́s Mercell profile. Tenderers who are not registered in the above register must present a certificate or confirmation (equivalent company registration certificate) for registration in a trade or business register as prescribed by the law of the country where the tenderer is established. Such a certificate shall not be issued more than six months before the tender deadline.
Criterion : Other economic or financial requirements
Description : Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that: Minimum qualification requirements The tenderer has sufficient economic and financial capacity to fulfil the contract. The tenderer is required to have a minimum rating B (moderate risk) with at least 50 out of 100 in the credit company Proff Forvalt (forvalt.no). Documentation requirement: The contracting authority will check credit rating carried out by the credit company Proff Forvalt. Tenderers do not need to enclose their credit rating. Newly established tenderers can submit a bank statement as proof of credit worthiness. Foreign companies: The contracting authority will check the tenderer ́s financial situation itself from Proff Forvalt. If the tenderer is not registered in Proff Forvalt ́s registers, the company ́s last two auditor approved Annual Financial Statements shall be submitted upon request. If information in the above sources is not correct or supplementary information is needed to highlight the company's economic and financial situation, this can be provided.
Criterion : References on specified services
Description : Only for services: In the reference period, the tenderer has carried out the following important goods deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three years to be taken into consideration. Minimum qualification requirements Tenderers shall have good and relevant experience. The experience shall include deliveries of equivalent complexity as the delivery requested in this competition. Documentation requirement: Relevant experience shall be documented by stating a minimum of three (3) and a maximum of five (5) reference projects from the last three (3) years. The references are to be added directly to Mercell as a response to this point. If more than five reference projects are given, only the first five will be assessed.
Criterion : Technicians or technical bodies for quality control
Description : Tenderers can use the following technical personnel or technical units , particularly those who are responsible for quality control: For technical personnel or technical units that do not directly belong to the tenderer ́s business, but if the capacity the tenderer will use, cf. part II, section C, separate ESPD forms shall be supplemented. Minimum qualification requirements Tenderers are required to have sufficient technical resources and the capacity to carry out the assignment in accordance with the contracting authority ́s needs. Documentation: Tenderers shall enclose an overview of personnel with technical/professional competence that is relevant for the execution of this delivery. The overview shall include the person ́s professional qualifications, experience and how the person is intended to be used in the relevant delivery. All resources stated shall have sufficient capacity in the contract period to be able to be used as described.
Criterion : Measures for ensuring quality
Description : The tenderer utilises the following technical facilities and quality assurance measures and the tenderer ́s survey and research facility is as follows: Minimum qualification requirements The contracting authority requires that all tenderers have implemented a quality management system that is satisfactory to ensure the quality of execution in this contract. Documentation requirement: Description of the company ́s implemented quality management system. A certificate shall be submitted for the company's quality management system issued by independent bodies that confirm that the company fulfils certain quality management standards, for example ISO 9001. If the company does not have such certificate, other documentation of the company's quality management system shall be provided. In such cases as a minimum the following shall be provided: + the name of the system and detailed table of contents + general description of the contents of the system, including an overview of control plans and check-lists that are relevant for this contract. + an organisation chart showing the responsibilities in the quality management system. + a description of routines for internal control and deviation management (work with corrective and preventive measures). + a description of how the system will be used in order to ensure the quality of this contract. All received or obtained documentation will form the basis for an overall assessment of whether the qualification requirement is fulfilled.
Criterion : Relevant educational and professional qualifications
Description : The following education and professional qualifications are possessed by the tenderer and/or (depending on the requirements set in the notice or in the procurement documents) of the leading employees: Minimum qualification requirements Tenderers shall have sufficient competence and professional qualifications to manage and quality assure the delivery. Documentation: Tenderers shall enclose an overview of what experience and professional qualifications are possessed by the management group and/or key personnel who will be responsible for the delivery.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards? Minimum qualification requirements The contracting authority requires that all tenderers have implemented procedures and systems, certified by independent third parties, that ensure that the execution of this contract has a low impact on the environment. Documentation requirement: Certificate issued by an independent body approved for certification. The certificate must confirm that the tenderer's environmental management system complies with requirements in a relevant standard. Documentation is required that the tenderer either has an Eco-lighthouse certificate, is EMAS certified, is certified in accordance with ISO 14001, or have a valid certificate from other relevant environmental management schemes or standards. If a tenderer does not have such a certificate, the tenderer must provide other documentation for environmental management measures that are equivalent to a relevant environmental management scheme or standard. Tenderers must also document that the measures are equivalent to those required in accordance with such an environmental management scheme or standard. Tenderers who are qualified on the basis of other documentation for environmental management measures than the third-party certification that is awarded the contract, will be obliged to carry out third-party certification of their environmental management system. This is further described in the contractual requirements that are included in the annex for changes to the standard contract.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 26/09/2025 08:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/264317014.aspx

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 : Not allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Deadline for receipt of tenders : 06/10/2025 08:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 06/10/2025 08:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 20
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Bergen kommune
Information about review deadlines : Ten day waiting period
Organisation providing additional information about the procurement procedure : Bergen kommune
Organisation providing more information on the review procedures : Bergen kommune
Organisation receiving requests to participate : Bergen kommune
Organisation processing tenders : Bergen kommune

8. Organisations

8.1 ORG-0001

Official name : Bergen kommune
Registration number : 964338531
Department : Etat for boligforvaltning
Postal address : Postboks 7700
Town : BERGEN
Postcode : 5020
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Contact point : Natalia Dalane
Telephone : +47 05556
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Bergen kommune
Registration number : 964338531
Town : Bergen
Postcode : 5020
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : 9f79ff1b-813d-41f9-bb1d-8f0524cd40cf - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 02/09/2025 13:21 +00:00
Notice dispatch date (eSender) : 02/09/2025 13:25 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00578817-2025
OJ S issue number : 169/2025
Publication date : 04/09/2025