91-BYM-2024 - Long term operation of Ekeberg camping

Oslo municipality c/o the Agency for Urban Environment invites tenderers to an open tender contest for a contract for long term operation of Ekeberg camping. The main aim of the competition is to rent out the municipality ́s area, which is currently rented out to the public order. Through renting …

CPV: 55220000 Servicii de cazare în camping, 55000000 Servicii hoteliere, de restaurant şi de vânzare cu amănuntul, 55200000 Campinguri şi alte tipuri de cazare decât cea hotelieră, 55221000 Servicii de cazare în spaţii pentru rulote, 55260000 Servicii de vagoane de dormit, 55300000 Servicii de restaurant şi de servire a mâncării
Termen limită:
9 Iunie 2025, 10:00
Tipul de termen limită:
Depunerea unei oferte
Locul de executare:
91-BYM-2024 - Long term operation of Ekeberg camping
Organismul de alocare:
Oslo kommune v/ Bymiljøetaten
Numărul de atribuire:
24/102112

1. Buyer

1.1 Buyer

Official name : Oslo kommune v/ 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 : 91-BYM-2024 - Long term operation of Ekeberg camping
Description : Oslo municipality c/o the Agency for Urban Environment invites tenderers to an open tender contest for a contract for long term operation of Ekeberg camping. The main aim of the competition is to rent out the municipality ́s area, which is currently rented out to the public order. Through renting there is a desire to offer Oslo's population, guests and visitors a competitive camping offer at Ekeberg in Oslo municipality. Ekeberg camping is one of two sectional sections that are available for visitors in Oslo municipality. The above located place is centrally located at Ekebergsletta. The traffic stop should be serviced and accessible to guests during the defined operational period between 15 May and 15 September each year. The planned contract length is 25 years. A rent price of NOK 1,000,000 is required annually for the rent of area and building, which is regulated in index. In addition tenderers will be able to offer a percentage of turnover as part of their tender offer. See the requirement specifications for further details on the details of the situation, operation requirements and other conditions.
Procedure identifier : 1b8ba5c3-d2ea-485c-ab1a-a024234c1d29
Internal identifier : 24/102112
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 : Services
Main classification ( cpv ): 55220000 Camping-site services
Additional classification ( cpv ): 55000000 Hotel, restaurant and retail trade services
Additional classification ( cpv ): 55200000 Camping sites and other non-hotel accommodation
Additional classification ( cpv ): 55221000 Caravan-site services
Additional classification ( cpv ): 55260000 Sleeping-car services
Additional classification ( cpv ): 55300000 Restaurant and food-serving services

2.1.2 Place of performance

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

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 : 91-BYM-2024 - Long term operation of Ekeberg camping
Description : Oslo municipality c/o the Agency for Urban Environment invites tenderers to an open tender contest for a contract for long term operation of Ekeberg camping. The main aim of the competition is to rent out the municipality ́s area, which is currently rented out to the public order. Through renting there is a desire to offer Oslo's population, guests and visitors a competitive camping offer at Ekeberg in Oslo municipality. Ekeberg camping is one of two sectional sections that are available for visitors in Oslo municipality. The above located place is centrally located at Ekebergsletta. The traffic stop should be serviced and accessible to guests during the defined operational period between 15 May and 15 September each year. The planned contract length is 25 years. A rent price of NOK 1,000,000 is required annually for the rent of area and building, which is regulated in index. In addition tenderers will be able to offer a percentage of turnover as part of their tender offer. See the requirement specifications for further details on the details of the situation, operation requirements and other conditions.
Internal identifier : 24/102112

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 55220000 Camping-site services
Additional classification ( cpv ): 55000000 Hotel, restaurant and retail trade services
Additional classification ( cpv ): 55200000 Camping sites and other non-hotel accommodation
Additional classification ( cpv ): 55221000 Caravan-site services
Additional classification ( cpv ): 55260000 Sleeping-car services
Additional classification ( cpv ): 55300000 Restaurant and food-serving services

5.1.2 Place of performance

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

5.1.3 Estimated duration

Start date : 01/10/2025
Duration end date : 01/10/2050

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 : Other economic or financial requirements
Description : See the tender documentation for the complete qualification requirements.

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 : Danish, Norwegian, Swedish
Electronic catalogue : Required
Deadline for receipt of tenders : 09/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 90 Day
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 : Contact the contracting authority.
Organisation providing more information on the review procedures : Oslo kommune v/ Bymiljøetaten -

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 : Karoline Borthen
Telephone : +47 23482030
Roles of this organisation :
Buyer
Organisation providing more information on the review procedures

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 : 78e2308b-594f-4a08-91aa-dd526371540a - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 05/05/2025 08:22 +00:00
Notice dispatch date (eSender) : 05/05/2025 08:34 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00290185-2025
OJ S issue number : 87/2025
Publication date : 06/05/2025