Procurement of contractor services for the execution of Refstadparken.

Økern will get its own 40-acre district park where Refstadbekken will again rise in the day. As of now, the park has the work title "Refstadparken". It is the Bjerke District Committee that finally decides the name of the park. The park shall be an attractive destination with large, green …

CPV: 45000000 Lavori di costruzione, 45112710 Lavori di architettura paesaggistica per aree verdi, 45112711 Lavori di architettura paesaggistica per parchi, 45236250 Lavori di superficie per parchi
Scadenza:
Giovedì 21 Agosto 2025 10:00
Tipo di scadenza:
Presentazione di un'offerta
Luogo di esecuzione:
Procurement of contractor services for the execution of Refstadparken.
Ente di assegnazione:
Oslo kommune v/ Bymiljøetaten
Numero di premio:
24/115624

1. Buyer

1.1 Buyer

Official name : Oslo kommune v/ Bymiljøetaten
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Procurement of contractor services for the execution of Refstadparken.
Description : Økern will get its own 40-acre district park where Refstadbekken will again rise in the day. As of now, the park has the work title "Refstadparken". It is the Bjerke District Committee that finally decides the name of the park.  The park shall be an attractive destination with large, green landscape areas. Refstadparken is an important contribution for preserving and building the green structure in an area that is characterised by many grey and hard surfaces. The park is intended as a place for recreation and activity, and shall also function as an attractive route to, and through Løren/Økern for soft road users. The park at Økern will contribute to beautifying the neighbourhood and improved surface water management. Re-opening closed streams and rivers is an effective measure to deal with climate change and more and rain, and make Oslo an attractive, blue-green city. Together with the green areas already at Økern today, the new park will have a flood-damping function.
Procedure identifier : 09fc8fa7-9287-47b4-a27e-ceec376f08d9
Internal identifier : 24/115624
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45112710 Landscaping work for green areas
Additional classification ( cpv ): 45112711 Landscaping work for parks
Additional classification ( cpv ): 45236250 Flatwork for parks

2.1.2 Place of performance

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

2.1.3 Value

Estimated value excluding VAT : 150 000 000 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 : Procurement of contractor services for the execution of Refstadparken.
Description : Økern will get its own 40-acre district park where Refstadbekken will again rise in the day. As of now, the park has the work title "Refstadparken". It is the Bjerke District Committee that finally decides the name of the park.  The park shall be an attractive destination with large, green landscape areas. Refstadparken is an important contribution for preserving and building the green structure in an area that is characterised by many grey and hard surfaces. The park is intended as a place for recreation and activity, and shall also function as an attractive route to, and through Løren/Økern for soft road users. The park at Økern will contribute to beautifying the neighbourhood and improved surface water management. Re-opening closed streams and rivers is an effective measure to deal with climate change and more and rain, and make Oslo an attractive, blue-green city. Together with the green areas already at Økern today, the new park will have a flood-damping function.
Internal identifier : 24/115624

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45112710 Landscaping work for green areas
Additional classification ( cpv ): 45112711 Landscaping work for parks
Additional classification ( cpv ): 45236250 Flatwork for parks

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 21 Month

5.1.5 Value

Estimated value excluding VAT : 150 000 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a relevant professional register
Description : Requirement: 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 company is established.
Criterion : Other economic or financial requirements
Description : Requirement: The tenderer shall have sufficient economic and financial capacity to be able to fulfil the contract. Documentation requirement: The company's last Annual Financial Statement including notes, the Board's Annual Reports and Audit Reports, including new information of relevance to the company's fiscal numbers. The contracting authority reserves the right to obtain credit appraisal on its own initiative. (If the tenderer has a justifiable reason (e.g. a recently started company) for not submitting the documentation required by the Contracting Authority, he can document his economic and financial capacity with any other document that the Contracting Authority deems suitable.)
Criterion : Environmental management measures
Description : Requirement: Tenderers are required to have implemented environmental management measures that ensure that the tenderer is suitable to fulfil the contract ́s environmental provisions (see contract point 23). 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 requirement: 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 : Average yearly manpower
Description : Requirement: The tenderer shall have sufficient capacity to fulfil the contract. Documentation requirement: A description of the tenderer's average workforce and the number of employees in the management in the last three years.
Criterion : Certificates by independent bodies about quality assurance standards
Description : Requirement: Tenderers shall have a relevant quality assurance system for the content of the contract. Documentation requirement: A description of the tenderer's quality assurance methods 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 : References on specified works
Description : Requirement: The tenderer shall have good experience from similar assignments. Similar assignments mean that the tenderer shall have experience with green areas, water and sewage installations and surface water measures. In addition tenderers shall have experience with contracts of a similar extent or greater. Documentation requirement: A short description of the most important deliveries in the last three years, including 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.
Criterion : Supply chain management
Description : Requirement: Tenderers shall be suitable for fulfilment of contract requirements for due diligence assessments for responsible businesses, see point 21 in the contract formula. 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 requirement: 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.

5.1.11 Procurement documents

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 : 21/08/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 21/08/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

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

5.1.16 Further information, mediation and review

Mediation organisation : Oslo Tingrett -
Review organisation : Oslo Tingrett -
Information about review deadlines : .
Organisation providing more information on the review procedures : Oslo Tingrett -

8. Organisations

8.1 ORG-0001

Official name : Oslo kommune v/ Bymiljøetaten
Registration number : 996 922 766
Postal address : Postboks 636 Løren
Town : Oslo
Postcode : 0507
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Jens Aasmundsen
Telephone : +47 23482030
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
Organisation providing more information on the review procedures
Mediation organisation
Notice information
Notice identifier/version : 44dc8c4e-47ad-48b5-99cb-d7136687545c - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 16/06/2025 14:38 +00:00
Notice dispatch date (eSender) : 16/06/2025 15:00 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00393588-2025
OJ S issue number : 115/2025
Publication date : 18/06/2025