Purchase of service in connection with upgrading the lower part Framneshaven (Tinker))

Oslo municipality c/o the Frogner District (henceforth referred to as the Contracting Authority), invites tenderers to an open tender contest for the procurement of services in connection with upgrading the lower part Framneshaven, hereafter called Tinker'n. Oslo municipality c/o the Frogner District (henceforth referred to as the Contracting Authority), invites …

CPV: 45000000 Construction work, 45236000 Flatwork, 45236250 Flatwork for parks, 71421000 Landscape gardening services
Deadline:
Aug. 1, 2025, 10 a.m.
Deadline type:
Submitting a bid
Place of execution:
Purchase of service in connection with upgrading the lower part Framneshaven (Tinker))
Awarding body:
Oslo kommune v/ Bydel Frogner
Award number:
24/7195

1. Buyer

1.1 Buyer

Official name : Oslo kommune v/ Bydel Frogner
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Oslo Kommune - Bydel Frogner
Legal type of the buyer : Regional authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Purchase of service in connection with upgrading the lower part Framneshaven (Tinker))
Description : Oslo municipality c/o the Frogner District (henceforth referred to as the Contracting Authority), invites tenderers to an open tender contest for the procurement of services in connection with upgrading the lower part Framneshaven, hereafter called Tinker'n.
Procedure identifier : 97c8c52d-ded0-49c4-a472-fd224d7559c3
Internal identifier : 24/7195
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Works
Additional nature of the contract : Services
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45236000 Flatwork
Additional classification ( cpv ): 45236250 Flatwork for parks
Additional classification ( cpv ): 71421000 Landscape gardening services

2.1.2 Place of performance

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

2.1.3 Value

Estimated value excluding VAT : 2 800 000 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 : Purchase of service in connection with upgrading the lower part Framneshaven (Tinker))
Description : Oslo municipality c/o the Frogner District (henceforth referred to as the Contracting Authority), invites tenderers to an open tender contest for the procurement of services in connection with upgrading the lower part Framneshaven, hereafter called Tinker'n.
Internal identifier : 24/7195

5.1.1 Purpose

Main nature of the contract : Works
Additional nature of the contract : Services
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45236000 Flatwork
Additional classification ( cpv ): 45236250 Flatwork for parks
Additional classification ( cpv ): 71421000 Landscape gardening services

5.1.2 Place of performance

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

5.1.3 Estimated duration

Start date : 01/09/2025
Duration end date : 31/12/2025

5.1.5 Value

Estimated value excluding VAT : 2 800 000 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

The procurement falls within the scope of the European Parliament and Council 2009/33/EC (Clean Vehicles Directive – CVD)
The CVD legal basis to establish which category of procurement procedure applies Other service contract, Vehicle purchase, lease or rent, Passenger road transport services

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Authorisation or membership of a particular organisation needed for service contracts
Description : Requirements connected to the tenderer ́s registrations, authorisations, etc. Demand: The tenderer shall be a legally established company. Documentation requirement: 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 tenderer is established. Tax and duty requirements Demand: Tenderers shall have their tax and VAT payments in order. Documentation requirement: Tax Certificate for respectively tax and VAT, not older than 6 months. The certificate can be ordered and downloaded from Altinn. If this is not possible, it can be ordered from the tax collector or the Norwegian Tax Administration. Requirements connected to the tenderer ́s economic and financial capacity. Demand Documentation requirement The tenderer shall have sufficient economic and financial capacity to be able to fulfil the contract. Documentation requirement: Tenderers shall present a credit rating based on the most recent financial figures. Requirements connected to the tenderer ́s technical and professional qualifications. Demand: Tenderers shall have experience from similar assignments. Short description of the three most important assignments in the last three years, including who was the contracting authority, name of a gender neutral preferred, the nature, scope and value of the work, as well as the date and place of execution. The contracting authority reserves the right to contact the reference persons for the stated reference assignments. Tenderers shall have sufficient technical, personnel and organisational capacity to fulfil the assignment. A statement of available workforce (administrative management and other employees), machinery, materials and technical equipment at the disposal of the tenderer for the execution of this contract. Tenderers shall have a relevant quality assurance system for the content of the contract. Documentation of the tenderer's quality assurance system. If a tenderer is certified, it is sufficient to enclose a copy of a certificate issued from independent bodies. If a tenderer is not certified, it is sufficient to enclose the table of contents for the quality assurance system. Tenderers shall have an environmental management system. Documentation of the tenderer's environmental management system Page 10 of 14 If the tenderer is certified, it is sufficient to enclose a copy of a certificate issued by independent bodies that confirms that the tenderer fulfils certain environmental management standards. If a tenderer is not certified, it is sufficient to enclose the table of contents for the environmental management system. Tenderers shall be suited to fulfil contract requirements for due diligence assessments for responsible businesses [Point 15]. 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 prevent environmental degradation and corruption. 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/guidelines that cover an obligation to comply with the requirements of responsible business.

5.1.10 Award criteria

Criterion :
Type : Price
Description : Total price. Completed price form
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Description : Assignment comprehension. Progress plan, including a brief description of how the plan will be followed-up (max. 1 page).
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 60

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian

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
Deadline for receipt of tenders : 01/08/2025 10:00 +00:00
Deadline until which the tender must remain valid : 2025 Year
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 :
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
Information about review deadlines : 07.08 -22.08.2025

8. Organisations

8.1 ORG-0001

Official name : Oslo kommune v/ Bydel Frogner
Registration number : 874778702
Postal address : Sommerrogata 1
Town : Oslo
Postcode : 0201
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Nammam Mustafa
Telephone : +47 41776286
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Oslo Tingrett
Registration number : 926 725 939
Postal address : Postboks 2106 Vika
Town : Oslo
Postcode : 0125
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : +47 22035200
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Oslo Kommune - Bydel Frogner
Registration number : 874 778 702
Department : Samfunn og samskaping
Postal address : Drammensveien 60
Town : Oslo
Postcode : 0271
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : 2180 2180
Roles of this organisation :
Buyer
Group leader

Notice information

Notice identifier/version : 40b4c495-f8cc-4986-8246-b320b7b6ec96 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 25/06/2025 09:48 +00:00
Notice dispatch date (eSender) : 25/06/2025 12:00 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00413380-2025
OJ S issue number : 120/2025
Publication date : 26/06/2025