Kunngjøring av konkurranse (2025-04-24) Gjenstand Anskaffelsens omfang
Tittel: Co-procurement contract masonry and tiling services
Referansenummer: 25/1063
Kort beskrivelse:
“The cooperative purchasing agreement shall cover Oslo municipality ́s need for masonry and tiling services.”
Kontrakttype: Tjenester
Produkter/tjenester: Reperasjons- og vedlikeholdstjenester📦
Estimert verdi eksklusive mva: 40 000 000 NOK 💰
Beskrivelse
Beskrivelse av anskaffelsen:
“The cooperative purchasing agreement shall cover Oslo municipality ́s need for masonry and tiling services.”
Tilleggsprodukter/-tjenester: Fliser📦
Tilleggsprodukter/-tjenester: Spesialiserte bygge- og anleggsarbeid, unntatt takarbeid📦
Tilleggsprodukter/-tjenester: Betongarbeid📦
Tilleggsprodukter/-tjenester: Murerarbeid📦
Tilleggsprodukter/-tjenester: Utførelse av gulvlegging og veggbekledning📦
Hovedsted eller utførelsessted:
“Oslo municipality”
Varighet: 2 (YEAR)
Tidsrammen nedenfor er uttrykt i antall år.
Tildelingskriterier
Pris ✅
Pris (vekting): 60
Kvalitetskriterium (navn): Case 1
Kvalitetskriterium (vekting): 25
Kvalitetskriterium (navn): Case 2
Kvalitetskriterium (vekting): 15
Kvalitetskriterium (navn): Both climate footprint and environmental impact are considered to be limited in this procurement. The contract is for masonry and tiling work. The greatest climate impact will be assessed as connection to transport. Oslo municipality has implemented a standard requirement for the use of zero emission vehicles from 01.01.2025. As this will be an absolute requirement for the tenderers, and other requirements related to climate and the environment are also set, our assessment is that the use of these requirements actually contributes to reducing environmental risk to a greater extent compared to setting an award criterion on climate and the environment. The contracting authority will, based on the above, use the exclusion provisions in the procurement regulations § 7-9 fourth paragraph. By setting environmental requirements for the delivery and the tenderer, an environmentally friendly tender is ensured as possible within the framework for this service. This is considered to ensure lower climate footprint and environmental impact in the procurement than the use of the award criteria on the environment.
Kvalitetskriterium (vekting): 0
Tittel
Identifikasjonsnummer for delkontrakt: LOT-0000
Prosedyre Prosedyretype
Åpen anbudskonkurranse ✅ Administrativ informasjon
Frist for mottak av tilbud eller forespørsler om deltakelse: 2025-05-26 10:00:00 📅
Vilkår for åpning av tilbud: 2025-05-26 10:00:00 📅
Språk som tilbud eller forespørsler om deltakelse kan sendes inn på: norsk 🗣️ Informasjon om en rammeavtale eller en dynamisk innkjøpsordning
Rammeavtale med én leverandør ✅
Juridisk, økonomisk, finansiell og teknisk informasjon Økonomisk og finansiell stilling
Liste og kort beskrivelse av utvelgelseskriterier:
“Tenderers must have sufficient economic and financial capacity to be able to fulfil the contract.: Documentation requirement: The company's last Annual...”
Liste og kort beskrivelse av utvelgelseskriterier
Tenderers must 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.
Vis mer Vilkår for deltakelse
Liste og kort beskrivelse av vilkår:
“The tenderer shall be a legally established company.: Documentation requirement: Norwegian companies: Company Registration Certificate Foreign companies:...”
Liste og kort beskrivelse av vilkår
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.
Vis mer Teknisk og faglig kapasitet
Liste og kort beskrivelse av utvelgelseskriterier:
“Tenderers shall have good experience from equivalent assignments. Equivalent assignments means a large number of assignments and delivery points.:...”
Liste og kort beskrivelse av utvelgelseskriterier
Tenderers shall have good experience from equivalent assignments. Equivalent assignments means a large number of assignments and delivery points.: 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, number of delivery points as well as the name of the contracting authority and a description of the assignment ́s content.
Vis mer
Liste og kort beskrivelse av utvelgelseskriterier:
“Tenderers must have sufficient capacity to fulfil the contract.: Documentation requirement: A description of the tenderer's overall organisation and the...”
Liste og kort beskrivelse av utvelgelseskriterier
Tenderers must have sufficient capacity to fulfil the contract.: Documentation requirement: A description of the tenderer's overall organisation and the number of employees with core competence with connection to the delivery.
Vis mer
Liste og kort beskrivelse av utvelgelseskriterier:
“Tenderers shall have a relevant quality assurance system for the content of the contract.: Documentation requirement: A description of the tenderer's...”
Liste og kort beskrivelse av utvelgelseskriterier
Tenderers shall have a relevant quality assurance system for the content of the contract.: Documentation requirement: A description of the tenderer's quality assurance system. 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.
Vis mer
Liste og kort beskrivelse av utvelgelseskriterier:
“Tenderers are required to have implemented environmental management measures that ensure that the tenderer is suitable to fulfil the contract ́s...”
Liste og kort beskrivelse av utvelgelseskriterier
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 18. 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.
Vis mer
Liste og kort beskrivelse av utvelgelseskriterier:
“Tenderers shall be suitable to fulfil contract requirements for due diligence assessments for responsible businesses, cf. Point 16 of the contract. This...”
Liste og kort beskrivelse av utvelgelseskriterier
Tenderers shall be suitable to fulfil contract requirements for due diligence assessments for responsible businesses, cf. Point 16 of the contract. 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.: 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 businesses. • Formal policy/guidelines for accountability for sub-suppliers/the supplier chain, (Supplier Code of Conduct). This shall only be provided if sub-suppliers are used. • Descriptions of the tenderer ́s processes and routines for how the company works with due diligence assessments. • Description of how the tenderer will obtain and maintain an overview of the country of origin and production locations for the products that the tenderer offers. [This shall only be delivered if the procurement is for goods.] • Annex 4 (replies can be delivered in English).
Utfyllende informasjon Klageinstans
Navn: Oslo Tingrett
Nasjonalt registreringsnummer: 926 725 939
Postadresse: C. J. Hambros plass 4
Postnummer: 0164
Poststed: Oslo
Land: Norge 🇳🇴
E-post: oslo.tingrett@domstol.no📧
Telefon: +47 22035200📞
URL: https://www.domstol.no/no/domstoler/tingrett/oslo-tingrett/🌏 Informasjon om elektroniske arbeidsflyter
Elektronisk fakturering vil bli akseptert
Elektronisk betaling vil bli brukt
Kilde: OJS 2025/S 081-269813 (2025-04-24)
Kunngjøring om tildeling av kontrakt (2025-09-25) Gjenstand Anskaffelsens omfang
Estimert verdi eksklusive mva: 40 000 000 NOK 💰
Totalverdi for anskaffelsen (eksklusive mva): 40 000 000 NOK 💰
Tildeling av kontrakt
Kontrakt/delkontrakt tildeles ✅
Identifikasjonsnummer for delkontrakt: LOT-0000
Kontraktnummer: Samkjøpsavtale mur- og flistjenester - AGS-Bygg AS
Dato for inngåelse av kontrakten: 2025-09-24 📅
Informasjon om tilbud
Antall mottatte tilbud: 6
Informasjon om kontraktens/delkontraktens verdi (eksklusive mva)
Totalverdi for kontrakten/delkontrakten: 20 000 000 NOK 💰
Navn og adresse på kontraktør
Navn: AGS-Bygg AS
Nasjonalt registreringsnummer: 998736226
Postadresse: Østensjøveien 15 B
Postnummer: 0661
Poststed: Oslo
Region: Oslo🏙️
Land: Norge 🇳🇴
E-post: abedin@agsbygg.no📧
Telefon: +47 41241581📞