2-BYM-2025 Framework agreement for construction work electro

Oslo kommune v/ Bymiljøetaten

The aim of the procurement is to enter into a Framework agreement for the purchase of construction work in connection with electrical works that can include the entire Urban Environment Agency ́s management area. The electrotechnical installation will be carried out in separate framework agreements/contracts. The framework agreement gives the contracting authority the right to purchase goods or services covered by this framework agreement. The Contracting Authority is not obliged to procure any specific amount of goods or services in the framework agreement period, and the framework agreement is not exclusive. The framework agreement will include construction work for electrotechnical installations within roads and streets, urban areas, park areas, walking paths, at sports facilities, recreation areas and other public and private areas). Typical electrotechnical installations are; traffic lights, electrical outlets for events, charging stations, lighting, vending machines and other electrical installations. This involves excavation works, replacement of matter and filling in street foundations, ditches, parks as well as other public and private areas. This will typically be the establishment of conduits, cable channels and foundations for electrotechnical installations, for example the placement of prefabricated foundations or form work and casts for cast on site. Furthermore, there shall also be re-establishment of roads, pavements and green areas in accordance with prevailing standards from Oslo municipality. In some cases the assignment can also include changes to the current geometry in order to adapt to a more modern and different use of the area. The assignments can also involve temporary traffic changes, securing the work area and taking care of HSE and the outer environment. Tenderers must also reckon on coordination with third parties (this can be, among other things, the network owner, other contractors and/or the contracting authority wishes to take in). Call-offs will be carried out based on a description and overview of amounts in accordance with price posts, necessary maps and sketches, with reference to Oslo municipality ́s norms and templates. The scope is described in more detail in the requirement specification. A parallel framework agreement shall be signed with 2 tenderers. Tenderers shall at all times have the capacity to carry out at least three simultaneous call-offs against the framework agreement. The estimated total need is NOK 100 million excluding VAT in the framework agreement over a four year period. The contracting authority draws attention to the fact that the estimate is based on previous consumption and the expected future need. The need will depend on political guidelines and budget allocations in the period. The maximum value/turnover for the contract is NOK 125 million excluding VAT. A requirement specification (Annex 2.2) has been prepared that describes in more detail what this framework agreement shall cover. Examples of relevant call-offs are in Annex 2.3 Example projects.

Frist
Fristen for mottak av tilbud var 2026-02-23. Anskaffelsen ble publisert 2026-01-14.

Hvem?

Hva?

Hvor?

Anskaffelseshistorikk
Dato Dokument
2026-01-14 Kunngjøring av konkurranse
Kunngjøring av konkurranse (2026-01-14)
Gjenstand
Anskaffelsens omfang
Tittel: 2-BYM-2025 Framework agreement for construction work electro
Referansenummer: 2976
Kort beskrivelse:
“The aim of the procurement is to enter into a Framework agreement for the purchase of construction work in connection with electrical works that can include...”    Vis mer
Kontrakttype: Bygge- og anleggsarbeid
Produkter/tjenester: Bygge- og anleggsvirksomhet 📦
Estimert verdi eksklusive mva: 100 000 000 NOK 💰
Beskrivelse
Beskrivelse av anskaffelsen:
“The aim of the procurement is to enter into a Framework agreement for the purchase of construction work in connection with electrical works that can include...”    Vis mer
Tilleggsprodukter/-tjenester: Installasjon av elektriske ledninger og armaturer 📦
Tilleggsprodukter/-tjenester: Forberedende anleggsarbeid 📦
Tilleggsprodukter/-tjenester: Grunnarbeid i forbindelse med anlegg av veier, gater og gangstier 📦
Tilleggsprodukter/-tjenester: Grunnarbeid i forbindelse med anlegg av gater 📦
Tilleggsprodukter/-tjenester: Grøftegraving 📦
Tilleggsprodukter/-tjenester: Utgravning og fjerning av jord 📦
Tilleggsprodukter/-tjenester: Utformning av grøntområder 📦
Utførelsessted: Oslo 🏙️
Varighet: 48 (MONTH)
Tidsrammen nedenfor er uttrykt i antall måneder.
Tildelingskriterier
Pris
Pris (vekting): 100
Kvalitetskriterium (navn): The contracting authority has a duty in accordance with the Public Procurement Act §5 to adapt its procurement practice so that it contributes to reducing harmful environmental impact and to promote climate-friendly systems when relevant. It follows from the Procurement Regulations §7-9 that the contracting authority shall, as a starting point, weight climate and environment considerations with a minimum of thirty percent where the criteria are given with relative weighting. In this contract the Contracting Authority has instead set climate and environmental requirements that, according to the contracting authority ́s assessment, give a significantly better climate and environmental effect, and have therefore failed to weight climate or environmental considerations by thirty percent. The building and construction company will have a significant part of Oslo municipality ́s direct emissions of climate gases, where the main sources for this type of emission are due to site operation with machinery and equipment at the construction site and road traffic in accordance with. transport of matter, materials, waste and persons. The reduction of direct emissions has therefore been - and continues to be - a focus for the municipality ́s strategy for reducing greenhouse gas emissions and altering emissions free of production in connection with. construction activities in the municipality. The contractor intends to reduce the total negative climate and environmental impact of the implementation of the contract in connection with the implementation of this contract. First of all there are requirements for the use of emission free wheel loaders, excavators, vibroplate under 250 kg, and tandemsvals under 2.5 tons. This means that tenderers for these machines must find and use emission-free systems (i.e. battery electrical, cable electrical or hydrogen) at the construction site from the start of the construction to completion. Furthermore, all tools used at the building/construction site must be emission free. The contracting authority has exempted the rest of the machines that we are currently aware of will be used in the contract as it has not been able to document, among other things, through market surveys, that there are commercially in the market, or where work operations or quality requirements in the process mean that it is not practically possible to use a zero emission alternative. In such a context, there will be no real or acceptable alternatives that could have given a better climate effect through any more fulfilment of the requirements. In all cases the contracting authority has not made exceptions for emission-free machines and equipment with the highest operating time (such as excavators), and of which the largest climate and environmental impact will be in the project. Any machines that are exempted shall, as a minimum, use documented sustainable biofuels beyond the turnover requirements that are not based on palm oil or by-products from palm oil production. This is fuel that is more environmentally friendly fuel than ordinary diesel. Emission free machines and equipment and the advantage is that they are far less noisy in the city picture that reduces local noise pollution. In order to reduce emissions in connection with. Heavy vehicle road traffic requires that contractors for transporting matter to/from the construction site shall use biogas vehicles that as a minimum fulfil Euro Class 6/VI. The requirement applies to the entire stretch of transport from the withdrawal place to the construction site and from the construction site to a legal waste disposal site for the treatment of the masses that are removed. Compared to ordinary diesel that is still very common, there are clear improvements to setting requirements for climate neutral fuel and vehicles (biogas). At the same time Euro class 6/VI is still the latest and highest standard for road vehicles. The contracting authority will also offer a bonus for the use of emission free vehicles when transporting matter.  For vehicles with a permitted total weight of up to 3.5 tons for transport of goods and services, there is a minimum requirement for emission free systems. This includes most forms of passenger transport. For this category there is a developed and mature market, where a criterion will not be suitable to separate the tenders from each other when emission free is the most climate-friendly emission technology. Vehicles for transporting goods and services over 3.5 tonnes shall fulfil Euro Class 6/VI and as a minimum use fossil free fuel.  The contracting authority estimates that the contractor ́s requirements are ambitious compared with most of the construction sites in Norway requirements for low emission implementation. Compared to the use of award criteria where the contracting authority cannot guarantee these effects, there is an inherent risk that an electric machinery and vehicle park cannot offset a head start other suppliers achieve at price points, all time traditional fossile machines and vehicles are less expensive alternatives taken into account investment, operation, infrastructure and uncertainty. The requirements therefore reduce the procurement ́s total climate footprint in a way that clearly gives a better climate effect as regards direct emissions of climate gases.
Kvalitetskriterium (vekting): 0
Tittel
Identifikasjonsnummer for delkontrakt: LOT-0001

Prosedyre
Prosedyretype
Åpen anbudskonkurranse
Administrativ informasjon
Frist for mottak av tilbud eller forespørsler om deltakelse: 2026-02-23 11:00:00.000 📅
Språk som tilbud eller forespørsler om deltakelse kan sendes inn på: engelsk 🗣️
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:
“Requirements connected to the tenderer's registrations, authorisations, etc.: The tenderer shall be a legally established company. ...”    Vis mer
Liste og kort beskrivelse av regler og kriterier:
“Requirements connected to the tenderer's economic and financial capacity.: Tenderers must have the financial capacity to fulfil the contract. ...”    Vis mer
Liste og kort beskrivelse av regler og kriterier:
“Requirements connected to the tenderer's technical and professional qualifications.: Tenderers shall have sufficient experience with the execution of...”    Vis mer
Liste og kort beskrivelse av regler og kriterier:
“Requirements connected to the tenderer's technical and professional qualifications.: Tenderers must have sufficient capacity to fulfil the contract. ...”    Vis mer
Liste og kort beskrivelse av regler og kriterier:
“Requirements connected to the tenderer's technical and professional qualifications.: Tenderers shall have a quality assurance system relevant for content...”    Vis mer
Liste og kort beskrivelse av regler og kriterier:
“Requirements connected to the tenderer's technical and professional qualifications.: Tenderers are required to have implemented environmental management...”    Vis mer
Liste og kort beskrivelse av regler og kriterier:
“Requirements connected to the tenderer's technical and professional qualifications.: Tenderers shall be suitable for fulfilment of contractual requirements...”    Vis mer
Hovedfinansieringsvilkår og betalingsordninger og/eller henvisning til relevante bestemmelser som regulerer dem:
“N/A”
Vilkår knyttet til kontrakten
Vilkår for kontraktoppfyllelse:
“N/A”

Oppdragsgiver
Navn og adresser
Navn: Oslo kommune v/ Bymiljøetaten
Nasjonalt registreringsnummer: 996922766
Postadresse: Karvesvingen 3
Postnummer: 0579
Poststed: Oslo
Region: Oslo 🏙️
Land: Norge 🇳🇴
E-post: postmottak@bym.oslo.kommune.no 📧
Telefon: +47 21802180 📞
URL: https://www.oslo.kommune.no/etater-foretak-og-ombud/bymiljoetaten/ 🌏
Adresse til kjøperprofilen: https://www.oslo.kommune.no/etater-foretak-og-ombud/bymiljoetaten/ 🌏
Type oppdragsgiver
Offentligrettslig organ
Hovedaktivitet
Alminnelige offentlige tjenester
Kommunikasjon
Deltakelses-URL: https://app.artifik.no/procurements/2976 🌏
Tilgang til konkurransegrunnlaget er begrenset

Utfyllende informasjon
Klageinstans
Navn: Oslo tingrett
Nasjonalt registreringsnummer: 926725939
Postadresse: Postboks 2106 Vika
Postnummer: 0125
Poststed: Oslo
Region: Oslo 🏙️
Land: Norge 🇳🇴
E-post: oslo.tingrett@domstol.no 📧
Telefon: +47 22035200 📞
URL: https://www.domstol.no/no/domstoler/tingrett/oslo-tingrett/ 🌏
Tjeneste hvor informasjon om klageprosedyren kan innhentes
Navn: Oslo kommune v/ Bymiljøetaten
Nasjonalt registreringsnummer: 996922766
Postadresse: Karvesvingen 3
Postnummer: 0579
Poststed: Oslo
Region: Oslo 🏙️
Land: Norge 🇳🇴
E-post: postmottak@bym.oslo.kommune.no 📧
Telefon: +47 21802180 📞
URL: https://www.oslo.kommune.no/etater-foretak-og-ombud/bymiljoetaten/ 🌏
Informasjon om elektroniske arbeidsflyter
Elektronisk fakturering vil bli akseptert
Elektronisk bestilling vil bli brukt
Elektronisk betaling vil bli brukt
Kilde: OJS 2026/S 010-028906 (2026-01-14)