Framework agreement for the removal of ice and snow from roofs.

Boligbygg Oslo KF needs, in the winter season, effective and safe removal of snow and ice from roofs and gutters on its properties. The work shall be carried out continuously and in a way that ensures safe transport to the public, while protecting buildings, roofs and other structures from damage …

CPV: 90620000 Услуги по почистване на улици от сняг, 90630000 Услуги по почистване на улици от лед
Краен срок:
Авг. 15, 2025, 10 преди обяд
Вид на крайния срок:
Подаване на оферта
Място на изпълнение:
Framework agreement for the removal of ice and snow from roofs.
Издаващ орган:
Oslo kommune v/ Boligbygg Oslo KF
Номер на наградата:
25/1557

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 the removal of ice and snow from roofs.
Description : Boligbygg Oslo KF needs, in the winter season, effective and safe removal of snow and ice from roofs and gutters on its properties. The work shall be carried out continuously and in a way that ensures safe transport to the public, while protecting buildings, roofs and other structures from damage caused by large or dangerous amounts of snow and ice.  In addition to the snow and ice removal itself, the assignment also includes marking and securing affected areas. There are requirements for regular inspections and risk assessments of exposed properties, in order to implement the necessary preventive or acute measures on time.
Procedure identifier : 690d173c-5c46-49f8-bb5d-881383d2577c
Internal identifier : 25/1557
Type of procedure : Open
The procedure is accelerated : no
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 ): 90630000 Ice-clearing services
Additional classification ( cpv ): 90620000 Snow-clearing services

2.1.2 Place of performance

Town : Oslo
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Additional information : The Municipal Undertaking for Social Housing's properties, cf. 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

Sources of grounds for exclusion : Notice
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.
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).
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).
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)
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.
Child labour and including 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).
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.
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.
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.
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?
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.
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?
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 obligation relating to 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?
Breaching obligation relating to 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?
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.
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.
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.
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.
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.
Analogous situation like bankruptcy, insolvency or arrangement with creditors 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.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Framework agreement for the removal of ice and snow from roofs.
Description : Boligbygg Oslo KF needs, in the winter season, effective and safe removal of snow and ice from roofs and gutters on its properties. The work shall be carried out continuously and in a way that ensures safe transport to the public, while protecting buildings, roofs and other structures from damage caused by large or dangerous amounts of snow and ice.  In addition to the snow and ice removal itself, the assignment also includes marking and securing affected areas. There are requirements for regular inspections and risk assessments of exposed properties, in order to implement the necessary preventive or acute measures on time.
Internal identifier : 25/1557

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90630000 Ice-clearing services
Additional classification ( cpv ): 90620000 Snow-clearing services
Options :
Description of the options : The framework agreement period is 2 years from 01.11.2025. 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

Town : Oslo
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Additional information : The Municipal Undertaking for Social Housing's properties, cf. the attached property list.

5.1.3 Estimated duration

Duration : 2 Year

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : 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) : no

5.1.7 Strategic procurement

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Authorisation or membership of a particular organisation needed for service contracts
Description : The tenderer shall be a legally established company.
Criterion : Average yearly turnover
Description : The tenderer shall have sufficient economic and financial capacity to be able to fulfil the contract.
Criterion : References on specified deliveries
Description : Tenderers shall have experience from similar assignments. 'similar assignments' means experience with work on buildings of an equivalent type and complexity, as well as an equivalent location.
Criterion : Certificates by independent bodies about quality assurance standards
Description : Tenderers shall have a relevant quality assurance system for the content of the contract.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Tenderers are required to have implemented environmental management measures that ensure that the tenderer is suitable to fulfil the contract's environmental provisions. This means that the tenderer has methods for working actively and systematically to reduce negative environmental impact from activities connected to the execution of this contract.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Completed price form in PDF and Excel format. The prices shall be stated in NOK and excluding VAT.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : Assignment comprehension and key personnel
Description : The tenderer shall provide a maximum assignment comprehension of 1,500 words (maximum three pages) in Word format (excluding the front page, any pictures, tables, and figures). Assignment comprehension that exceeds this limit word will get withdrawals in the evaluation.   In the assignment comprehension, the tenderer shall give an account of how they understand and envisage the execution of the assignment in accordance with the requirement specifications and accompanying annexes, including i.a.:    - How the assignment is planned for organised and carried out in order to ensure the correct quality and time spent.    - How the tenderer handles cost follow-up and reporting after work has been carried out.  - Organisation of personnel and equipment.   The tenderer shall offer a project manager/customer responsible who will be responsible for the execution of the assignment.      A description shall be enclosed in the CV of a maximum of 3 reference projects for the offered resources. Experience from equivalent roles in equivalent projects will count positively.   The attached CV template must be completed.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 60
Criterion :
Type : Quality
Name : Exception from environmental weighting requirements
Description : It is considered in this procurement that it is more appropriate to have environmental considerations requirements in the requirement specifications, rather than including it as an award criteria, cf. the Public Procurement Regulations § 7-9 fourth paragraph. This is considered to provide clearly better climate and environmental effects, as the requirements for the use of emission free machines and zero emission vehicles to a much greater degree than the award criteria will ensure a real and measurable reduction of climate gas emissions from transport and the execution of the work in the contract period. By placing requirements in the contract, the tenderer is guaranteed an obligation to contribute to the use of emission-free vehicles throughout the entire contract period. The use of the requirements also signals to the market that Oslo municipality continues to have strict climate and environmental requirements for transport and therefore contributes to predictability for the supplier market as regards investment costs. Tenderers shall report data on fulfilment of the requirement so that the environmental effect of the requirement can be efficiently checked and ensured.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 0

5.1.11 Procurement documents

Deadline for requesting additional information : 12/08/2025 10:00 +00:00

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 : 15/08/2025 10:00 +00:00
Deadline until which the tender must remain valid : 46 Week
Information that can be supplemented after the submission deadline :
At the discretion of the buyer, some missing tenderer-related documents may be submitted later.
Additional information : A concrete assessment will be made of what information is missing and whether there is access to clarification.
Information about public opening :
Opening date : 15/08/2025 10:05 +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 : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 1
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : KOFA
Information about review deadlines : Appeals shall be sent to Boligbygg Oslo KF.
Organisation providing additional information about the procurement procedure : Oslo kommune v/ Boligbygg Oslo KF
Organisation providing offline access to the procurement documents : Oslo kommune v/ Boligbygg Oslo KF
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 subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Andrea Knapstad
Telephone : +47 47806331
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 : KOFA
Registration number : 918 195 548
Postal address : Zander Kaaes gate 7
Town : Bergen
Postcode : 5015
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Telephone : +47 55193000
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : d5210300-195f-4fd9-a0d1-060ae7b069cd - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 01/07/2025 08:53 +00:00
Notice dispatch date (eSender) : 01/07/2025 16:30 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00430987-2025
OJ S issue number : 125/2025
Publication date : 03/07/2025