1-BYM-2025 Operation and maintenance of the road network in the Area Oslo North.

Oslo municipality c/o the Agency for Urban Environment (henceforth referred to as the Contracting Authority) invites tenderers to a competition with negotiations for the procurement of a contract for the operation and maintenance of the road network in the area north of Oslo. The contracting authority is responsible for the …

CPV: 45233000 Construction, foundation and surface works for highways, roads, 45233100 Construction work for highways, roads, 45233120 Road construction works, 45233129 Crossroad construction work, 45233139 Highway maintenance work, 45233140 Roadworks, 45233141 Road-maintenance works, 45233200 Various surface works, 45233220 Surface work for roads, 45233222 Paving and asphalting works, 45233251 Resurfacing works, 45233252 Surface work for streets, 71631480 Road-inspection services, 90000000 Sewage, refuse, cleaning and environmental services, 90610000 Street-cleaning and sweeping services, 90500000 Refuse and waste related services, 90612000 Street-sweeping services, 90620000 Snow-clearing services
Place of execution:
1-BYM-2025 Operation and maintenance of the road network in the Area Oslo North.
Awarding body:
Oslo Kommune Bymiljøetaten
Award number:
1400

1. Buyer

1.1 Buyer

Official name : Oslo Kommune Bymiljøetaten
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 : 1-BYM-2025 Operation and maintenance of the road network in the Area Oslo North.
Description : Oslo municipality c/o the Agency for Urban Environment (henceforth referred to as the Contracting Authority) invites tenderers to a competition with negotiations for the procurement of a contract for the operation and maintenance of the road network in the area north of Oslo. The contracting authority is responsible for the municipal road network, including the normed county road network. The contracting authority is responsible for following up the requirements for noise and air pollution from roads given in the regulations of the Pollution Act. Furthermore, the Contracting Authority is responsible for long-term transport planning, traffic and street use plans, traffic safety and plans for accessibility measures for public transport as well as management and operation of municipal urban areas in Oslo. The urban space includes common areas such as roads and streets, squares and meeting places, parks and public recreation areas. The area of responsibility also includes municipal sports facilities and outdoor facilities, as well as municipal landscape rooms in the fields and inner Oslofjord. An important part of the management responsibility is connected to the procurement of services in the operation and maintenance of the road network in order to ensure good conditions for all road user groups. The aim of the procurement is to enter into a contract for the execution of operation and maintenance of roads to safeguard traffic safety and the infrastructure of previous investments and maintain the standard of the road network. The procurement shall ensure the provision of services and activities that are necessary out on the road network in order for traffic to arrive in a safe and efficient way. There is a continual need for operation and maintenance of roads, pavements, foot and cycle paths and foot paths within the entire municipality of Oslo. This procurement shall cover operation and maintenance in the area north of Oslo.     The contract work includes, among other things, emptying sand traps, patching asphalt holes, cleaning and sweeping, snow clearing, removal of snow, gritting, emptying waste at stops, as well as cutting grass in central discounts. Minor maintenance work, such as replacing edge stones, repairing damaged or worn speed bumps and replacing damaged drains are a part of the contract work. Minor investment measures can also be included in the contract work. The works can, for example, be crossing tensioning, establishing new speed bumps, pruning along the pavement, upgrading/asphalting/maintaining stretches with footpaths and cycle paths. These work will, in such cases, be carried out as calculation works. The contract is not exclusive in regard to calculation works. For a more detailed description of the contract work and scope, see Annex 1 "Description of the Contract Work" and all annexes to the description. The stated estimated value is the average estimated annual contract value and it is based on historical figures from previous contracts. The actual extent of the assignments will vary. Subject to budget decisions and grants, as well as organisational changes. The amounts can be changed as regards budget adjustments during the contract period and changes to the contract work can occur during the contract period.  The procurement shall contribute to making Oslo an active, green, safe and beautiful city for inhabitants and visitors. The negotiated procedure consists of two stages. The first step means that all interested suppliers can send a request to participate in the competition. The stated tender deadline on the time line is the estimated date. Qualified tenderers are invited to submit a tender in stage two. Tenderers who are invited to submit a tender will have access to the price form. The stated tender deadline is estimated. See the qualification and tender documentation for further information on the implementation of the competition.
Procedure identifier : 36a80020-578e-4094-a2ad-4b239ccead98
Internal identifier : 1400
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45233000 Construction, foundation and surface works for highways, roads
Additional classification ( cpv ): 45233100 Construction work for highways, roads
Additional classification ( cpv ): 45233120 Road construction works
Additional classification ( cpv ): 45233129 Crossroad construction work
Additional classification ( cpv ): 45233139 Highway maintenance work
Additional classification ( cpv ): 45233140 Roadworks
Additional classification ( cpv ): 45233141 Road-maintenance works
Additional classification ( cpv ): 45233200 Various surface works
Additional classification ( cpv ): 45233220 Surface work for roads
Additional classification ( cpv ): 45233222 Paving and asphalting works
Additional classification ( cpv ): 45233251 Resurfacing works
Additional classification ( cpv ): 45233252 Surface work for streets
Additional classification ( cpv ): 71631480 Road-inspection services
Additional classification ( cpv ): 90000000 Sewage, refuse, cleaning and environmental services
Additional classification ( cpv ): 90610000 Street-cleaning and sweeping services
Additional classification ( cpv ): 90500000 Refuse and waste related services
Additional classification ( cpv ): 90612000 Street-sweeping services
Additional classification ( cpv ): 90620000 Snow-clearing services

2.1.2 Place of performance

Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 110 000 000 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
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national law : 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.
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 combating organised crime (EUT L 300 of 11.11.2008, p. 42).
Agreements with other economic operators aimed at distorting competition : Has the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition?
Breaching of obligations in the fields of environmental law : Is the tenderer aware of breaches of environmental provisions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Money laundering or terrorist financing : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of money laundering or financing terrorism by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Money laundering or financing terrorism As defined in Article 1 of the European Parliament and Council Directive 2005/60/EF of 26 October 2005 on preventive measures against the use of the financial system for money laundering and financing terrorism (EUT L 309 of 25.11.2005, p. 15).
Fraud : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted of fraud has been convicted of fraud by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Fraud included in Article 1 of the Convention on protection of the Financial Interests of the European Communities (EFT C 316 of 27.11.1995, p. 48).
Child labour and 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).
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.
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?
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.
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?
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 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 obligation relating to 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.
Offence concerning its professional conduct in the domain of defence procurement : 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, have been legally convicted of offences regarding professional behaviour in defence procurements?
Lack of reliability to exclude risks to the security of the country : Is the tenderer assessed to lack reliability that is necessary to exclude the risk of national security?
Breaching of obligations set under purely national exclusion grounds : The contracting authority shall state that in Norway there are national rejection reasons. These shall be described in the procurement documents. Tenderers must respond to whether they are in one or more of the situations described in the national rejection reasons.

5. Lot

5.1 Lot technical ID : LOT-0001

Title : 1-BYM-2025 Operation and maintenance of the road network in the Area Oslo North.
Description : Oslo municipality c/o the Agency for Urban Environment (henceforth referred to as the Contracting Authority) invites tenderers to a competition with negotiations for the procurement of a contract for the operation and maintenance of the road network in the area north of Oslo. The contracting authority is responsible for the municipal road network, including the normed county road network. The contracting authority is responsible for following up the requirements for noise and air pollution from roads given in the regulations of the Pollution Act. Furthermore, the Contracting Authority is responsible for long-term transport planning, traffic and street use plans, traffic safety and plans for accessibility measures for public transport as well as management and operation of municipal urban areas in Oslo. The urban space includes common areas such as roads and streets, squares and meeting places, parks and public recreation areas. The area of responsibility also includes municipal sports facilities and outdoor facilities, as well as municipal landscape rooms in the fields and inner Oslofjord. An important part of the management responsibility is connected to the procurement of services in the operation and maintenance of the road network in order to ensure good conditions for all road user groups. The aim of the procurement is to enter into a contract for the execution of operation and maintenance of roads to safeguard traffic safety and the infrastructure of previous investments and maintain the standard of the road network. The procurement shall ensure the provision of services and activities that are necessary out on the road network in order for traffic to arrive in a safe and efficient way. There is a continual need for operation and maintenance of roads, pavements, foot and cycle paths and foot paths within the entire municipality of Oslo. This procurement shall cover operation and maintenance in the area north of Oslo.     The contract work includes, among other things, emptying sand traps, patching asphalt holes, cleaning and sweeping, snow clearing, removal of snow, gritting, emptying waste at stops, as well as cutting grass in central discounts. Minor maintenance work, such as replacing edge stones, repairing damaged or worn speed bumps and replacing damaged drains are a part of the contract work. Minor investment measures can also be included in the contract work. The works can, for example, be crossing tensioning, establishing new speed bumps, pruning along the pavement, upgrading/asphalting/maintaining stretches with footpaths and cycle paths. These work will, in such cases, be carried out as calculation works. The contract is not exclusive in regard to calculation works. For a more detailed description of the contract work and scope, see Annex 1 "Description of the Contract Work" and all annexes to the description. The stated estimated value is the average estimated annual contract value and it is based on historical figures from previous contracts. The actual extent of the assignments will vary. Subject to budget decisions and grants, as well as organisational changes. The amounts can be changed as regards budget adjustments during the contract period and changes to the contract work can occur during the contract period.  The procurement shall contribute to making Oslo an active, green, safe and beautiful city for inhabitants and visitors. The negotiated procedure consists of two stages. The first step means that all interested suppliers can send a request to participate in the competition. The stated tender deadline on the time line is the estimated date. Qualified tenderers are invited to submit a tender in stage two. Tenderers who are invited to submit a tender will have access to the price form. The stated tender deadline is estimated. See the qualification and tender documentation for further information on the implementation of the competition.
Internal identifier : 2009

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45233000 Construction, foundation and surface works for highways, roads
Additional classification ( cpv ): 45233100 Construction work for highways, roads
Additional classification ( cpv ): 45233120 Road construction works
Additional classification ( cpv ): 45233129 Crossroad construction work
Additional classification ( cpv ): 45233139 Highway maintenance work
Additional classification ( cpv ): 45233140 Roadworks
Additional classification ( cpv ): 45233141 Road-maintenance works
Additional classification ( cpv ): 45233200 Various surface works
Additional classification ( cpv ): 45233220 Surface work for roads
Additional classification ( cpv ): 45233222 Paving and asphalting works
Additional classification ( cpv ): 45233251 Resurfacing works
Additional classification ( cpv ): 45233252 Surface work for streets
Additional classification ( cpv ): 71631480 Road-inspection services
Additional classification ( cpv ): 90000000 Sewage, refuse, cleaning and environmental services
Additional classification ( cpv ): 90610000 Street-cleaning and sweeping services
Additional classification ( cpv ): 90500000 Refuse and waste related services
Additional classification ( cpv ): 90612000 Street-sweeping services
Additional classification ( cpv ): 90620000 Snow-clearing services

5.1.2 Place of performance

Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 01/09/2026
Duration end date : 31/08/2031

5.1.4 Renewal

Maximum renewals : 1
Other information about renewals : One year. Option for a contract extension for 1 year.

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 : The tenderer shall be a legally established company. Documentation requirements: Norwegian companies: Company Registration Certificate. Foreign companies: Proof that the company is registered in a trade or business register as prescribed by the law of the country where the company is established.
Criterion : Other economic or financial requirements
Description : Tenderers must have sufficient economic and financial capacity to be able to fulfil the contract. Tenderers must have a minimum annual turnover of NOK 1,000,000. 30 000 000. Tenderers must have sufficient economic and financial capacity to be able to fulfil the contract. Tenderers must have a minimum annual turnover of NOK 1,000,000. 30,000,000. the director shall have sufficient economic and financial capacity to fulfil the contract. Tenderers must have a minimum annual turnover of NOK 1,000,000. 30 000 000. Documentation requirements: The contracting authority reserves the right to obtain credit appraisal on its own initiative. If needed, the Contracting Authority will request further information, for example, the company's last Annual Financial Statements including notes, the Board's Annual Report and Audit Report, as well as new information of relevance to the company's fiscal figures.
Criterion : References on specified works
Description : a.      Experience requirements Tenderers shall have experience from similar assignments. This means that the tenderer has carried out all or large parts of assignments that are in the description for this assignment. Tenderers shall have experience from work of the same nature and degree of difficulty and complexity (work carried out in large urban areas/town with little space, narrow cross sections and compound traffic picture). This means, among other things, experience from operational contracts for equivalent infrastructure. Hereunder the road network with pavements, separate foot and cycle paths, bicycle lanes, road network with public transport and possibly other installations for soft road users.  Documentation requirements: Description of relevant and most important services that the tenderer has carried out in the last five years. Information on the contract ́s value, date of delivery, as well as the name of the Contracting Authority and a description of the assignment ́s content. Documentation of relevant services that the tenderer has carried out more than five years ago can be considered. The function the tenderer had in the reference projects must be stated. In addition certificates for satisfactory execution of the most important work must be enclosed. Tenderers are advised to use the attached template certificate from the builder, annex 6.
Criterion : Technicians or technical bodies to carry out the work
Description : b. Capacity and implementation ability requirements Capacity to execute the contract work. This means that the tenderer has enough personnel to execute the contract work. For example, 24 hour winter operations over several days within the current legislation and contract requirements. As well as suitable and sufficient number of vehicles and machines to carry out the contract work in accordance with annex 1 requirement specifications/description of the contract work. Documentation requirements: A description of the tenderer's personnel for implementing the contractual works, including any personnel from sub-suppliers. Presentation of an organisation chart with relevant roles for personnel.   A description of the tools, materials and technical equipment that the tenderer has at its disposal for fulfilment of the contract. A description of how much of the contract the tenderer is considering putting away to sub-suppliers. Commitment statement for both personnel and vehicles/machines. The commitment declarations must include crew/drivers for vehicles and/or machines where the vehicle/machine is obligated with crew. In cases where a binding statement is only submitted for only the vehicle/machine, this is to be considered as only for the vehicle/machine. See point 4.1 above.
Criterion : Relevant educational and professional qualifications
Description : c.      Competence requirements Competence of key personnel. The tenderer shall have key personnel, contract manager and work manager(s) with a minimum of the following experience/competence: at least three years experience with following up operations contracts on roads in large urban areas/town (large town municipalities with marked town and town areas). These must together have experience from the disciplines operation and maintenance: e.g. winter operations, spring cleaning, asphalt patching, site work and administrative contract management. Administrative contract management means, among other things, experience with following-up of any sub-suppliers, seriousness requirements in the contract and finances. Documentation requirements: Information on experience, education and professional qualifications for key personnel (contract manager and work manager(s)). The information can be submitted as CVs.
Criterion : Measures for ensuring quality
Description : d.      Quality assurance system Tenderers shall have a relevant quality assurance system for the content of the contract.  Documentation requirements: An account of the tenderer ́s quality assurance system. The account shall contain a short description of routines and methods for execution, self-control and documentation of the work in the field. Alternatively: Certificate for the company's quality assurance system issued by independent bodies that confirms the tenderer fulfils certain quality assurance standards, for example ISO 9001:2015.
Criterion : Environmental management measures
Description : e.      Environmental management measures 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. Documentation requirements: A description of the tenderer's environmental management measures. If a tenderer has certificates from independent bodies that document the environmental management system, they can be presented as documentation. Refer to the EU Scheme for Environmental Management and Environmental Audit (EMAS), other recognised environmental management systems in regulation (EF) no. 1221/2009 article 45, or equivalent, and other environmental management standards based on relevant European or international standards from accredited bodies such as ISO 14001 or equivalent.
Criterion : Supply chain management
Description : f.      Due diligence assessments to responsible businesses. Tenderers shall be suitable for fulfilment of contractual requirements for due diligence assessments for responsible businesses. This means that the Tenderer has implemented measures and systems that are used in the Tenderer's work to safeguard basic human rights and decent working conditions, as well as to prevent environmental degradation and corruption. Documentation requirements: A description of the tenderer's systems for working with due diligence assessments in accordance with the UN ́s guiding principles for business and human rights (UNGP) and OECD ́s guidelines for multinational companies. The documentation shall include:    * Formal policy/policies that cover an obligation to comply with the requirements of responsible businesses.
Information about the second stage of a two-stage procedure :
The buyer reserves the right to award the contract on the basis of the initial tenders without any further negotiations

5.1.10 Award criteria

Criterion :
Type : Price
Description : The prices stated in the price form will form the basis.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 70
Criterion :
Type : Quality
Description : Quality/assignment comprehension of contract works. The tenderer ́s execution of the contractual works snow clearing (B.2), gritting (B.4) as well as clearing and removal of snow (B.5) and the execution of cleaning for spring cleaning (C.3).
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Description : It is considered in this procurement that a clearly better environmental effect is achieved by setting climate and environmental requirements for transport as requirements in the requirement specification with reference to the contract than as the award criteria. In this procurement there are contract requirements for the use of zero emission or biogas vehicles that, to a greater degree than the award criteria, will ensure a reduction of greenhouse gas emissions from transport in the contract period. Obligatory requirements will, to a greater degree, ensure that the desired environmental effect is achieved in contrast to the award criteria, which are not a guarantee that the tender with the best environmental gain will win.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 0

5.1.11 Procurement documents

Access to certain procurement documents is restricted
Information about restricted documents is available at : https://app.artifik.no/procurements/1400
Ad hoc communication channel :
Name : e-Tendering

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English, Norwegian
Electronic catalogue : Not allowed
Deadline for receipt of requests to participate : 20/11/2025 11:00 +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 : N/A
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : N/A

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Oslo tingrett
Organisation providing additional information about the procurement procedure : Oslo Kommune Bymiljøetaten
Organisation providing more information on the review procedures : Oslo Kommune Bymiljøetaten
Organisation receiving requests to participate : Artifik AS

8. Organisations

8.1 ORG-0001

Official name : Oslo Kommune Bymiljøetaten
Registration number : 996922766
Postal address : Karvesvingen 3
Town : Oslo
Postcode : 0579
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Jannicke Andersen
Telephone : +47 23482030
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Oslo tingrett
Registration number : 926725939
Postal address : Postboks 2106 Vika
Town : Oslo
Postcode : 0125
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : +47 22035200
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Artifik AS
Registration number : 925364967
Postal address : Stortingsgata 12
Town : Oslo
Postcode : 0161
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : +47 46630107
Internet address : https://artifik.no
Roles of this organisation :
Procurement service provider
Organisation receiving requests to participate

Notice information

Notice identifier/version : 9d89b554-5723-461b-80b8-694d750e796d - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 16/10/2025 06:44 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00684607-2025
OJ S issue number : 200/2025
Publication date : 17/10/2025