The procurement is for Bergen municipality, c/o the Agency for Housing Management (EBF), and comprises a framework agreement for summer and winter operations externally for properties administered by EBF. The procurement consists of snow clearing and gritting, lawn locking, as well as ordering work. The assignment consists of a fixed part for winter maintenance and a fixed part for summer maintenance. The ordering part will mainly be gardening work. The gardening work can i.a. consist of weeding, planting, pruning, cutting, assistance with the design of the outside area. Quantities, locations and frequencies can be adjusted based on the contracting authority ́s needs during the contract period. The contracting authority has organised its portfolio in approx. 700 objects, which in turn consists of approx. 1,750+ street addresses with a total of approx. 5,650+ rental units. See Annex 4A price form and a map for an overview of fixed assignments. See the separate map for the area division. The delivery is divided into three areas from Area 1 to 3. Areas 1 and 3 have been awarded. This competition is for the remaining Area 2. The chosen tenderer for Area 1+3 cannot participate in this competition.
Frist
Fristen for mottak av tilbud var 2025-11-17.
Anskaffelsen ble publisert 2025-10-15.
Kunngjøring av konkurranse (2025-10-15) Gjenstand Anskaffelsens omfang
Tittel: EBF-EEA 060-2025 Framework agreement Operation and maintenance summer and winter, Sub-contract 2 - Area 2.
Referansenummer: 2025/252481
Kort beskrivelse:
“The procurement is for Bergen municipality, c/o the Agency for Housing Management (EBF), and comprises a framework agreement for summer and winter...”
Kort beskrivelse
The procurement is for Bergen municipality, c/o the Agency for Housing Management (EBF), and comprises a framework agreement for summer and winter operations externally for properties administered by EBF. The procurement consists of snow clearing and gritting, lawn locking, as well as ordering work. The assignment consists of a fixed part for winter maintenance and a fixed part for summer maintenance. The ordering part will mainly be gardening work. The gardening work can i.a. consist of weeding, planting, pruning, cutting, assistance with the design of the outside area. Quantities, locations and frequencies can be adjusted based on the contracting authority ́s needs during the contract period. The contracting authority has organised its portfolio in approx. 700 objects, which in turn consists of approx. 1,750+ street addresses with a total of approx. 5,650+ rental units. See Annex 4A price form and a map for an overview of fixed assignments. See the separate map for the area division. The delivery is divided into three areas from Area 1 to 3. Areas 1 and 3 have been awarded. This competition is for the remaining Area 2. The chosen tenderer for Area 1+3 cannot participate in this competition.
Vis mer
Kontrakttype: Tjenester
Produkter/tjenester: Hagebrukstjenester📦
Estimert verdi eksklusive mva: 16 000 000 NOK 💰
Beskrivelse
Beskrivelse av anskaffelsen:
“The procurement is for Bergen municipality, c/o the Agency for Housing Management (EBF), and comprises a framework agreement for summer and winter...”
Beskrivelse av anskaffelsen
The procurement is for Bergen municipality, c/o the Agency for Housing Management (EBF), and comprises a framework agreement for summer and winter operations externally for properties administered by EBF. The procurement consists of snow clearing and gritting, lawn locking, as well as ordering work. The assignment consists of a fixed part for winter maintenance and a fixed part for summer maintenance. The ordering part will mainly be gardening work. The gardening work can i.a. consist of weeding, planting, pruning, cutting, assistance with the design of the outside area. Quantities, locations and frequencies can be adjusted based on the contracting authority ́s needs during the contract period. The contracting authority has organised its portfolio in approx. 700 objects, which in turn consists of approx. 1,750+ street addresses with a total of approx. 5,650+ rental units. See Annex 4A price form and a map for an overview of fixed assignments. See the separate map for the area division. The delivery is divided into three areas from Area 1 to 3. Areas 1 and 3 have been awarded. This competition is for the remaining Area 2. The chosen tenderer for Area 1+3 cannot participate in this competition.
Prosedyre Prosedyretype
Åpen anbudskonkurranse ✅ Administrativ informasjon
Frist for mottak av tilbud eller forespørsler om deltakelse: 2025-11-17 09:00:00 📅
Vilkår for åpning av tilbud: 2025-11-17 09:00:00 📅
Språk som tilbud eller forespørsler om deltakelse kan sendes inn på: norsk 🗣️
Minste tidsramme som tilbyderen må opprettholde tilbudet i: 3
Informasjon om en rammeavtale eller en dynamisk innkjøpsordning
Rammeavtale med flere leverandører ✅
Juridisk, økonomisk, finansiell og teknisk informasjon Vilkår for deltakelse
Liste og kort beskrivelse av regler og kriterier:
“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...”
Liste og kort beskrivelse av regler og kriterier
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
Tenderers shall be a legally registered company.
Documentation: Documentation: Documentation must not be enclosed for tenderers registered in the Norwegian Register of Units. The contracting authority will check the registration by using the organisation number stated in the tenderer ́s Mercell profile.
Tenderers who are not registered in the above register must present a certificate or confirmation (equivalent company registration certificate) for registration in a trade or business register as prescribed by the law of the country where the tenderer is established. Such a certificate shall not be issued more than six months before the tender deadline.
Vis mer
Liste og kort beskrivelse av regler og kriterier:
“Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares...”
Liste og kort beskrivelse av regler og kriterier
Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that:
Minimum qualification requirements
The tenderer has sufficient economic and financial capacity to fulfil the contract. The tenderer is required to have a minimum of rating B (moderate risk) in the credit company Proff Forvalt (forvalt.no). Documentation requirement: The contracting authority will check credit rating carried out by the credit company Proff Forvalt. Tenderers do not need to enclose their credit rating. Newly established tenderers can submit a bank statement as proof of credit worthiness. Foreign companies: The contracting authority will check the tenderer ́s financial situation itself from Proff Forvalt. If the tenderer is not registered in Proff Forvalt ́s registers, the company ́s last two auditor approved Annual Financial Statements shall be submitted upon request. If information in the above sources is not correct or supplementary information is needed to highlight the company's economic and financial situation, this can be provided.
Vis mer
Liste og kort beskrivelse av regler og kriterier:
“Only for services: In the reference period, the tenderer has carried out the following important goods deliveries of the requested type, or the following...”
Liste og kort beskrivelse av regler og kriterier
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 and relevant experience. The experience shall include deliveries of equivalent complexity as the delivery requested in this competition.
Documentation requirement:
Relevant experience shall be documented by stating a minimum of three (3) and a maximum of five (5) reference projects from the last three (3) years. The references are to be added directly to Mercell as a response to this point. If more than five reference projects are given, only the first five will be assessed.
Vis mer
Liste og kort beskrivelse av regler og kriterier:
“Tenderers can use the following technical personnel or technical units , particularly those who are responsible for quality control: For technical personnel...”
Liste og kort beskrivelse av regler og kriterier
Tenderers can use the following technical personnel or technical units , particularly those who are responsible for quality control: For technical personnel or technical units that do not directly belong to the tenderer ́s business, but if the capacity the tenderer will use, cf. part II, section C, separate ESPD forms shall be supplemented.
Minimum qualification requirements
Tenderers are required to have sufficient technical resources and the capacity to carry out the assignment in accordance with the contracting authority ́s needs.
Documentation:
Tenderers shall enclose an overview of personnel with technical/professional competence that is relevant for the execution of this delivery. The overview shall include the person ́s professional qualifications, experience and how the person is intended to be used in the relevant delivery. All resources stated shall have sufficient capacity in the contract period to be able to be used as described.
Vis mer
Liste og kort beskrivelse av regler og kriterier:
“The tenderer utilises the following technical facilities and quality assurance measures and the tenderer ́s survey and research facility is as...”
Liste og kort beskrivelse av regler og kriterier
The tenderer utilises the following technical facilities and quality assurance measures and the tenderer ́s survey and research facility is as follows:
Minimum qualification requirements
The contracting authority requires that all tenderers have implemented a quality management system that is satisfactory to ensure the quality of execution in this contract.
Documentation requirement: Description of the company ́s implemented quality management system. A certificate shall be submitted for the company's quality management system issued by independent bodies that confirm that the company fulfils certain quality management standards, for example ISO 9001.
If the company does not have such certificate, other documentation of the company's quality management system shall be provided. In such cases as a minimum the following shall be provided:
+ the name of the system and detailed table of contents
+ general description of the contents of the system, including an overview of control plans and check-lists that are relevant for this contract.
+ an organisation chart showing the responsibilities in the quality management system.
+ a description of routines for internal control and deviation management (work with corrective and preventive measures).
+ a description of how the system will be used in order to ensure the quality of this contract.
All received or obtained documentation will form the basis for an overall assessment of whether the qualification requirement is fulfilled.
Vis mer
Liste og kort beskrivelse av regler og kriterier:
“The following education and professional qualifications are possessed by the tenderer and/or (depending on the requirements set in the notice or in the...”
Liste og kort beskrivelse av regler og kriterier
The following education and professional qualifications are possessed by the tenderer and/or (depending on the requirements set in the notice or in the procurement documents) of the leading employees:
Minimum qualification requirements
Tenderers shall have sufficient competence and professional qualifications to manage and quality assure the delivery.
Documentation:
Tenderers shall enclose an overview of what experience and professional qualifications are possessed by the management group and/or key personnel who will be responsible for the delivery.
Vis mer
Liste og kort beskrivelse av regler og kriterier:
“Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management...”
Liste og kort beskrivelse av regler og kriterier
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
The contracting authority requires that all tenderers have implemented procedures and systems, certified by independent third parties, that ensure that the execution of this contract has a low impact on the environment.
Documentation requirement:
Certificate issued by an independent body approved for certification. The certificate must confirm that the tenderer's environmental management system complies with requirements in a relevant standard. Documentation is required that the tenderer either has an Eco-lighthouse certificate, is EMAS certified, is certified in accordance with ISO 14001, or have a valid certificate from other relevant environmental management schemes or standards.
If a tenderer does not have such a certificate, the tenderer must provide other documentation for environmental management measures that are equivalent to a relevant environmental management scheme or standard. Tenderers must also document that the measures are equivalent to those required in accordance with such an environmental management scheme or standard.
Tenderers who are qualified on the basis of other documentation for environmental management measures than the third-party certification that is awarded the contract, will be obliged to carry out third-party certification of their environmental management system. This is further described in the contractual requirements that are included in the annex for changes to the standard contract.
Utfyllende informasjon Klageinstans
Navn: Bergen kommune
Nasjonalt registreringsnummer: 964338531
Postnummer: 5020
Poststed: Bergen
Region: Vestland🏙️
Land: Norge 🇳🇴 Klageprosedyre
Presis informasjon om frister for klageprosedyrer:
“Ten days” Informasjon om elektroniske arbeidsflyter
Elektronisk fakturering vil bli akseptert
Elektronisk bestilling vil bli brukt
Elektronisk betaling vil bli brukt
Kilde: OJS 2025/S 200-684884 (2025-10-15)