Work with gartnar - management of greenery and park areas in Øygarden municipality.

The contracting authority would like to enter into a contract with one tenderer for gardening work at several locations at Straume, Sundheimen and Tednebakkane, including, among other things, maintenance of green areas, planting, pruning, lawn cutting and other garden related assignments. The contract is a fixed price contract for a …

CPV: 03121000 Dārzkopības produkti, 03451000 Stādi, 71420000 Ainavu arhitektūras pakalpojumi, 71421000 Dārza ainavu pakalpojumi, 77000000 Lauksaimniecības, mežsaimniecības, dārzkopības, akvakultūras un biškopības pakalpojumi, 77300000 Dārzkopības pakalpojumi, 77310000 Zaļo platību apzaļumošanas un kopšanas pakalpojumi, 77313000 Parku apsaimniekošanas pakalpojumi
Termiņš:
2025. gada 12. jūnijs, 10:00
Termiņa veids:
Piedāvājuma iesniegšana
Izpildes vieta:
Work with gartnar - management of greenery and park areas in Øygarden municipality.
Piešķīrēja iestāde:
Øygarden kommune
Piešķīruma numurs:
2025/11817

1. Buyer

1.1 Buyer

Official name : Øygarden kommune
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 : Work with gartnar - management of greenery and park areas in Øygarden municipality.
Description : The contracting authority would like to enter into a contract with one tenderer for gardening work at several locations at Straume, Sundheimen and Tednebakkane, including, among other things, maintenance of green areas, planting, pruning, lawn cutting and other garden related assignments. The contract is a fixed price contract for a fixed defined scope of gardening work at Straume, as well as Sundheimen (Skogsvåg) and Tednebakkane (Rong) (the "fixed price area") in the period from 1 August 2025 to and including 31 December 2027.   The contracting authority reserves the right, through an option, to extend the contract to also include equivalent works in the following areas: Option for the execution of work on Rong ("option area 1"). The options can be taken up completely or partly and will involve an addition to the original contract work. The terms and prices for these option works shall be stated in the tender and agreed in the contract. Option for the execution of work at Skogsvåg ("option area 2"). The options can be taken up completely or partly and will involve an addition to the original contract work. The terms and prices for these option works shall be stated in the tender and agreed in the contract.  The contracting authority reserves the right, through an option, to extend the contract for up to two (2) years, divided between one (1) year at a time (1+1). The contract means both the part of the contract that concerns the fixed price area (Straume) and the option areas (Rong and/or Skogsvåg) as well as the item in the price form for "Hourly rates for extra work". The options are voluntary for the contracting authority and can be taken up completely or partly. Options may be exercised upon written notification to the tenderer at the latest two months before the start-up. The total maximum contract period, including any extension, will be four years and five months. The work will start 1 August 2025. Tenderers must calculate to participate in the start-up meeting(s) before the start-up. All tenderers shall give a short presentation of their tender after the tender deadline has expired. This will occur when the physical attendance is held in a premise in Øygarden municipality. The presentation shall be at a maximum of 45 minutes. Physical attendance is a prerequisite for participation in the competition.
Procedure identifier : 30d429f1-b2b8-4715-8b5a-8bc0a5939fb6
Internal identifier : 2025/11817
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The procurement will be carried out in accordance with the Public Procurement Act dated 17 June 2016 (LOA) and the public procurement regulations (FOA) parts I and part III. The contract will be awarded in accordance with the open tender competition procedure, cf. FOA § 13-1 (1). Negotiations are not allowed in this competition. Tenders cannot, therefore, be changed after the tender deadline has expired. Furthermore, attention is agreed that tenders that include significant deviations from the procurement documents shall be rejected in accordance with the Public Procurement Regulations § 24-8 (1) b. The contracting authority can reject tenders that include deviations from the procurement documents, uncertainties etc., which must not be considered insignificant, cf. Regulations § 24-8 (2) a. All tenderers shall give a short presentation of their tender after the tender deadline has expired. This will occur when the physical attendance is held in a premise in Øygarden municipality. The presentation shall be at a maximum of 45 minutes. Physical attendance is a prerequisite for participation in the competition.   The presentation shall not include new information or changes to the tender, Only be a deepening or review of what is already in the tender offer, Give the Contracting Authority the option to get an overall impression of the tender the presentation will not be used for negotiations or affect the evaluation of the tenders beyond what has already been documented in writing. The presentation will therefore not be able to be used to improve or complete the tender offer. The date and further information about the presentation will be communicated to the tenderers after the tender deadline. Tenderers are therefore strongly encouraged to read the procurement documents and ask questions to the Contracting Authority via Mercell as early as possible if information in the specifications or the enquiry is otherwise unclear.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71421000 Landscape gardening services
Additional classification ( cpv ): 03121000 Horticultural products
Additional classification ( cpv ): 03451000 Plants
Additional classification ( cpv ): 71420000 Landscape architectural services
Additional classification ( cpv ): 77000000 Agricultural, forestry, horticultural, aquacultural and apicultural services
Additional classification ( cpv ): 77300000 Horticultural services
Additional classification ( cpv ): 77310000 Planting and maintenance services of green areas
Additional classification ( cpv ): 77313000 Parks maintenance services

2.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - https://lovdata.no/pro/#document/SF/forskrift/2016-08-12-974?searchResultContext=3123&rowNumber=1&totalHits=4197 The Public Procurement Regulations (the Procurement Regulations)

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 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. Will the purely national rejection reasons, as stated in the relevant notice or in the procurement documents, apply?
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?
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.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Work with gartnar - management of greenery and park areas in Øygarden municipality.
Description : The contracting authority would like to enter into a contract with one tenderer for gardening work at several locations at Straume, Sundheimen and Tednebakkane, including, among other things, maintenance of green areas, planting, pruning, lawn cutting and other garden related assignments. The contract is a fixed price contract for a fixed defined scope of gardening work at Straume, as well as Sundheimen (Skogsvåg) and Tednebakkane (Rong) (the "fixed price area") in the period from 1 August 2025 to and including 31 December 2027.   The contracting authority reserves the right, through an option, to extend the contract to also include equivalent works in the following areas: Option for the execution of work on Rong ("option area 1"). The options can be taken up completely or partly and will involve an addition to the original contract work. The terms and prices for these option works shall be stated in the tender and agreed in the contract. Option for the execution of work at Skogsvåg ("option area 2"). The options can be taken up completely or partly and will involve an addition to the original contract work. The terms and prices for these option works shall be stated in the tender and agreed in the contract.  The contracting authority reserves the right, through an option, to extend the contract for up to two (2) years, divided between one (1) year at a time (1+1). The contract means both the part of the contract that concerns the fixed price area (Straume) and the option areas (Rong and/or Skogsvåg) as well as the item in the price form for "Hourly rates for extra work". The options are voluntary for the contracting authority and can be taken up completely or partly. Options may be exercised upon written notification to the tenderer at the latest two months before the start-up. The total maximum contract period, including any extension, will be four years and five months. The work will start 1 August 2025. Tenderers must calculate to participate in the start-up meeting(s) before the start-up. All tenderers shall give a short presentation of their tender after the tender deadline has expired. This will occur when the physical attendance is held in a premise in Øygarden municipality. The presentation shall be at a maximum of 45 minutes. Physical attendance is a prerequisite for participation in the competition.
Internal identifier : 2025/11817

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71421000 Landscape gardening services
Additional classification ( cpv ): 03121000 Horticultural products
Additional classification ( cpv ): 03451000 Plants
Additional classification ( cpv ): 71420000 Landscape architectural services
Additional classification ( cpv ): 77000000 Agricultural, forestry, horticultural, aquacultural and apicultural services
Additional classification ( cpv ): 77300000 Horticultural services
Additional classification ( cpv ): 77310000 Planting and maintenance services of green areas
Additional classification ( cpv ): 77313000 Parks maintenance services

5.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 54 Month

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 : Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex. Minimum qualification requirements 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.
Criterion : General yearly turnover
Description : The tenderer ́s ("total") annual turnover for the number of financial years requested in the tender notice or in the procurement documents is as follows: Minimum qualification requirements Tenderers shall have sufficient economic and financial capacity to fulfil the contract. Tenderers are required to have annual turnover of minimum NOK 18 million (NOK) in the last financial year. Tenderers are required to be credit worthy and have financial solidity with a minimum credit score of A in accordance with an assessment made in CreditPro from the Credit information agency Bisnode AS or an equivalent approved credit rating agency. Documentation requirement: • A credit rating based on the most recent financial figures that document annual turnover and provide a credit rating. The credit rating shall not be issued more than 3 months before the tender deadline. The contracting authority reserves the right to obtain credit ratings or other financial information that, but not limited to, annual accounts including notes, the board's annual reports and auditor's reports.
Criterion : References on specified services
Description : Only for services: In the reference period, the tenderer has carried out the following important goods deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three years to be taken into consideration. Minimum qualification requirements Tenderers shall have good competence and experience from assignments of an equivalent nature, size and complexity. Documentation requirement: • A reference form (Part I Annex 3 Reference Form) with three (3) relevant assignments that the tenderer has carried out in the last three (3) years. The overview shall include information on the contracting authority, contact information of a reference person at the contracting authority, the value of the assignment, date of execution of assignment and description of the scope and content of the assignment. It is the tenderer ́s responsibility to document relevance through the overview. The reference form shall have a maximum of 2 A4 pages. Øygarden municipality reserves the right to contact the contracting authorities for the reference assignments in order to verify the information.
Criterion : Certificates by independent bodies about quality assurance standards
Description : Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements? Minimum qualification requirements Tenderers shall have a satisfactory quality management system. Documentation requirement: • A description of the tenderer's procedures and measures for quality assurance. If a tenderer is certified in accordance with ISO 9001:2015 or equivalent, it is sufficient to enclose a copy of a valid certificate.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards? Minimum qualification requirements Tenderers shall have a suitable control system for health, safety and the environment (HSE). Documentation requirement: • A description of the tenderer's health, safety and environment (HSE) system, including how the safety of persons, material and surrounding infrastructure is safeguarded in an equivalent manner as well as how registered events are followed up. Please note that the HSE self-declaration is not sufficient documentation to prove that the requirement is met. If a tenderer is certified in accordance with ISO 45001:2018 or equivalent, it is sufficient to enclose a copy of a valid certificate.

5.1.11 Procurement documents

Deadline for requesting additional information : 28/05/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/256450576.aspx

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
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Deadline for receipt of tenders : 12/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 2 Month
Information about public opening :
Opening date : 12/06/2025 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 : no
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 : Hordaland Tingrett -
Information about review deadlines : In accordance with good administration practice.
Organisation providing more information on the review procedures : Øygarden kommune -
Organisation receiving requests to participate : Øygarden kommune -

8. Organisations

8.1 ORG-0001

Official name : Øygarden kommune
Registration number : 922530890
Postal address : Foldnesvegen 1
Town : Straume
Postcode : 5354
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Contact point : Marte Helland Garmann
Telephone : +47 48400203
Fax : +47 48400203
Internet address : https://www.hrpas.no
Roles of this organisation :
Buyer
Organisation receiving requests to participate
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Hordaland Tingrett
Registration number : 926 723 367
Town : Bergen
Postcode : 5020
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : 19ea5587-6484-44e2-8f2c-91bcc56b0c42 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 08/05/2025 13:18 +00:00
Notice dispatch date (eSender) : 08/05/2025 14:12 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00306796-2025
OJ S issue number : 91/2025
Publication date : 13/05/2025