Payment system for charging private electric cars

The aim of the procurement is to enter into an agreement to establish a payment system for chargers at different locations in REG. More specifically; mark up charging points that do not meet the regulatory requirements for charging, and establish a payment system that shall be structured so that employees …

CPV: 51100000 Elektri- ja mehaaniliste seadmete paigaldusteenused, 09000000 Naftatooted, kütused, elekter ja muud energiaallikad, 09300000 Elekter, küte, päikese- ja tuumaenergia, 09310000 Elekter, 31000000 Elektrimasinad, -aparaadid, -seadmed ja -tarvikud; valgustus, 31100000 Elektrimootorid, generaatorid ja transformaatorid, 31158000 Laadurid, 31158100 Akulaadijad, 31160000 Elektrimootorite, generaatorite ja transformaatorite osad, 31161000 Elektrimootorite ja generaatorite osad, 51000000 Paigaldusteenused (v.a tarkvara), 51110000 Elektriseadmete paigaldusteenused, 51111000 Elektrimootorite, -generaatorite ja -trafode paigaldusteenused, 51111100 Elektrimootorite paigaldusteenused
Tähtaeg:
sept. 12, 2025, 10 e.l.
Tähtaja tüüp:
Pakkumise esitamine
Täitmise koht:
Payment system for charging private electric cars
Auhindade andmise asutus:
Oslo kommune v/ Renovasjons- og gjenvinningsetaten
Auhinna number:
25-4020

1. Buyer

1.1 Buyer

Official name : Oslo kommune v/ Renovasjons- og gjenvinningsetaten
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 : Payment system for charging private electric cars
Description : The aim of the procurement is to enter into an agreement to establish a payment system for chargers at different locations in REG. More specifically; mark up charging points that do not meet the regulatory requirements for charging, and establish a payment system that shall be structured so that employees and others granted permits pay spot prices + mark-up of charging for their private cars. The payment system can affect the demand for the charging offer, therefore we will start by installing a payment system on 52 of the charging boxes (which make up 95% of the charging points in REG of a private character). There will be an option for the remaining 28 charging boxes. The 52 charging boxes included in the first round are selected to ensure an appropriate charging offer based on employees per location. See the requirement specifications that are part of the competition documents, as well as the attached "Detailed Project Description" for further technical details on chargers, location requirements and specifications per location. It is also a priority to start with the most affordable chargers, as regards the existing infrastructure and whether the charging box is compatible with the payment system. The contracting authority would like to reuse the existing chargers and infrastructure where appropriate and technically feasible.
Procedure identifier : 0d12d2ee-f0db-4d0b-a274-5aeedba40ebd
Internal identifier : 25-4020
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : See the tender documentation

2.1.1 Purpose

Main nature of the contract : Services
Additional nature of the contract : Supplies
Main classification ( cpv ): 51100000 Installation services of electrical and mechanical equipment
Additional classification ( cpv ): 09000000 Petroleum products, fuel, electricity and other sources of energy
Additional classification ( cpv ): 09300000 Electricity, heating, solar and nuclear energy
Additional classification ( cpv ): 09310000 Electricity
Additional classification ( cpv ): 31000000 Electrical machinery, apparatus, equipment and consumables; lighting
Additional classification ( cpv ): 31100000 Electric motors, generators and transformers
Additional classification ( cpv ): 31158000 Chargers
Additional classification ( cpv ): 31158100 Battery chargers
Additional classification ( cpv ): 31160000 Parts of electric motors, generators and transformers
Additional classification ( cpv ): 31161000 Parts for electrical motors and generators
Additional classification ( cpv ): 51000000 Installation services (except software)
Additional classification ( cpv ): 51110000 Installation services of electrical equipment
Additional classification ( cpv ): 51111000 Installation services of electric motors, generators and transformers
Additional classification ( cpv ): 51111100 Installation services of electric motors

2.1.2 Place of performance

Postal address : Haraldrudveien 20
Town : Oslo
Postcode : 0581
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Additional information : See the tender documentation

2.1.2 Place of performance

Postal address : Haraldrudveien 26
Town : Oslo
Postcode : 0581
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Additional information : See the tender documentation

2.1.2 Place of performance

Postal address : Brobekkveien 87
Town : Oslo
Postcode : 0582
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Additional information : See the tender documentation

2.1.2 Place of performance

Postal address : Sørliveien 70
Town : Oslo
Postcode : 1279
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Additional information : See the tender documentation

2.1.2 Place of performance

Postal address : Vårveien 87
Town : Oslo
Postcode : 1182
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Additional information : See the tender documentation

2.1.2 Place of performance

Postal address : Verkseier Furulundsveien 47
Town : Oslo
Postcode : 0668
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Additional information : See the tender documentation

2.1.2 Place of performance

Postal address : Ullernchausseen 26
Town : Oslo
Postcode : 0284
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Additional information : See the tender documentation

2.1.2 Place of performance

Postal address : Kapellveien 118
Town : Oslo
Postcode : 0493
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Additional information : See the tender documentation

2.1.3 Value

Estimated value excluding VAT : 3 500 000 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 : Payment system for charging private electric cars
Description : The aim of the procurement is to enter into an agreement to establish a payment system for chargers at different locations in REG. More specifically; mark up charging points that do not meet the regulatory requirements for charging, and establish a payment system that shall be structured so that employees and others granted permits pay spot prices + mark-up of charging for their private cars. The payment system can affect the demand for the charging offer, therefore we will start by installing a payment system on 52 of the charging boxes (which make up 95% of the charging points in REG of a private character). There will be an option for the remaining 28 charging boxes. The 52 charging boxes included in the first round are selected to ensure an appropriate charging offer based on employees per location. See the requirement specifications that are part of the competition documents, as well as the attached "Detailed Project Description" for further technical details on chargers, location requirements and specifications per location. It is also a priority to start with the most affordable chargers, as regards the existing infrastructure and whether the charging box is compatible with the payment system. The contracting authority would like to reuse the existing chargers and infrastructure where appropriate and technically feasible.
Internal identifier : 25-4020

5.1.1 Purpose

Main nature of the contract : Services
Additional nature of the contract : Supplies
Main classification ( cpv ): 51100000 Installation services of electrical and mechanical equipment
Additional classification ( cpv ): 09000000 Petroleum products, fuel, electricity and other sources of energy
Additional classification ( cpv ): 09300000 Electricity, heating, solar and nuclear energy
Additional classification ( cpv ): 09310000 Electricity
Additional classification ( cpv ): 31000000 Electrical machinery, apparatus, equipment and consumables; lighting
Additional classification ( cpv ): 31100000 Electric motors, generators and transformers
Additional classification ( cpv ): 31158000 Chargers
Additional classification ( cpv ): 31158100 Battery chargers
Additional classification ( cpv ): 31160000 Parts of electric motors, generators and transformers
Additional classification ( cpv ): 31161000 Parts for electrical motors and generators
Additional classification ( cpv ): 51000000 Installation services (except software)
Additional classification ( cpv ): 51110000 Installation services of electrical equipment
Additional classification ( cpv ): 51111000 Installation services of electric motors, generators and transformers
Additional classification ( cpv ): 51111100 Installation services of electric motors
Options :
Description of the options : There will be an option for the remaining 28 charging boxes. The 52 charging boxes included in the first round are selected to ensure an appropriate charging offer based on employees per location.

5.1.2 Place of performance

Postal address : Haraldrudveien 20
Town : Oslo
Postcode : 0581
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Additional information : See the tender documentation

5.1.2 Place of performance

Postal address : Haraldrudveien 26
Town : Oslo
Postcode : 0581
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Additional information : See the tender documentation

5.1.2 Place of performance

Postal address : Brobekkveien 87
Town : Oslo
Postcode : 0582
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Additional information : See the tender documentation

5.1.2 Place of performance

Postal address : Sørliveien 70
Town : Oslo
Postcode : 1279
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Additional information : See the tender documentation

5.1.2 Place of performance

Postal address : Vårveien 87
Town : Oslo
Postcode : 1182
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Additional information : See the tender documentation

5.1.2 Place of performance

Postal address : Verkseier Furulundsveien 47
Town : Oslo
Postcode : 0668
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Additional information : See the tender documentation

5.1.2 Place of performance

Postal address : Ullernchausseen 26
Town : Oslo
Postcode : 0284
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Additional information : See the tender documentation

5.1.2 Place of performance

Postal address : Kapellveien 118
Town : Oslo
Postcode : 0493
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Additional information : See the tender documentation

5.1.3 Estimated duration

Duration : 10 Year

5.1.4 Renewal

Maximum renewals : 3
Other information about renewals : 2+2+2 years.

5.1.5 Value

Estimated value excluding VAT : 3 500 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.
The names and professional qualifications of the staff assigned to perform the contract must be given : Not yet known
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no

5.1.7 Strategic procurement

5.1.11 Procurement documents

Deadline for requesting additional information : 05/09/2025 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 : Not allowed
Deadline for receipt of tenders : 12/09/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : Not yet known
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 : See the KGV as well as the tender documentation.

8. Organisations

8.1 ORG-0001

Official name : Oslo kommune v/ Renovasjons- og gjenvinningsetaten
Registration number : 923 954 791
Postal address : Postboks 14 Vollebekk
Town : Oslo
Postcode : 0516
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Didrik Økland
Telephone : +47 90787536
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

Notice information

Notice identifier/version : 132cfa9c-aa2d-4670-a40d-17ea3c2496df - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 14/08/2025 07:49 +00:00
Notice dispatch date (eSender) : 14/08/2025 08:02 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00537650-2025
OJ S issue number : 156/2025
Publication date : 18/08/2025