298139-2026 - Competition
Norway – Repair and maintenance services – Framework agreement, periodical inspection of lifts and lifting platforms.
OJ S 84/2026 30/04/2026
Contract or concession notice – standard regime - Change notice
Services
1. Buyer
1.1.
Buyer
Official nameKRISTIANSAND KOMMUNE
Emailjakob.bruun.tornby@kristiansand.kommune.no
Legal type of the buyerBody governed by public law, controlled by a local authority
Activity of the contracting authorityGeneral public services
2. Procedure
2.1.
Procedure
TitleFramework agreement, periodical inspection of lifts and lifting platforms.
DescriptionKristiansand municipality (hereafter called the contracting authority) plans to enter into a framework agreement with a tenderer for periodic inspections, service, maintenance and alarm transfer of lifts and lifting platforms in municipal buildings.
Procedure identifier9776f88a-8a03-4a08-be40-18c0e0f9604c
Internal identifier2026002309
Type of procedureOpen
The procedure is acceleratedno
Main features of the procedureSee Annex 01 - Description of the content of the framework agreement for further information.
2.1.1.
Purpose
Main nature of the contractServices
Main classification (cpv): 50000000 Repair and maintenance services
Additional classification (cpv): 42416000 Lifts, skip hoists, hoists, escalators and moving walkways, 42416100 Lifts, 42416120 Goods lifts, 45313100 Lift installation work, 50750000 Lift-maintenance services
2.1.2.
Place of performance
Country subdivision (NUTS)Agder (NO092)
CountryNorway
2.1.4.
General information
Additional informationRegarding the procurement regulations § 7-9. The contracting authority ́s assessment is that the requirements in this procurement, particularly the use of zero emission vehicles, take care of the most central climate and environmental considerations in connection with the services to be provided and that the relevant requirements provide the best climate and environmental effect in connection with this procurement. Based on the above, climate and environment evaluations are not evaluated in this procurement, cf. the Public Procurement Regulations § 7-9 (4).
Legal basis
Directive 2014/24/EU
Anskaffelsesforskriften - The procurement will be made in accordance with the Public Procurement Act of 17 June 2016 (LOA) and the public procurement regulations dated 12 August 2016 (FOA) parts I and part III. The contract will be awarded in accordance with the 'Open Tender Contest' procedure, cf. FOA § 13-1 (1). Negotiations are not allowed in this competition.
Anskaffelsesforskriften - Amendment in accordance with the Public Procurement Regulations § 14-2.
2.1.6.
Grounds for exclusion
Sources of grounds for exclusionEuropean Single Procurement Document (ESPD)NoticeProcurement Document
CorruptionIs 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.
FraudIs 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 financingIs 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 organisationIs 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 activitiesIs 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 beingsIs 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 lawIs 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 lawIs 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 lawIs 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 competitionHas the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition?
Grave professional misconductHas 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 or obtained confidential information of this procedureHave 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 procedureAre 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 procedureHas 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 sanctionsHas 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 of obligations set under purely national exclusion groundsThe 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 contributionsHave 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 taxesHas 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 suspendedSpecify 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.
BankruptcyIs 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 creditorsIs 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.
InsolvencyIs 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 liquidatorSpecify 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 lawIs 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.
LotLOT-0000
TitleFramework agreement, periodical inspection of lifts and lifting platforms.
DescriptionKristiansand municipality (hereafter called the contracting authority) plans to enter into a framework agreement with a tenderer for periodic inspections, service, maintenance and alarm transfer of lifts and lifting platforms in municipal buildings.
Internal identifier2026002309
5.1.1.
Purpose
Main nature of the contractServices
Main classification (cpv): 50000000 Repair and maintenance services
Additional classification (cpv): 42416000 Lifts, skip hoists, hoists, escalators and moving walkways, 42416100 Lifts, 42416120 Goods lifts, 45313100 Lift installation work, 50750000 Lift-maintenance services
5.1.2.
Place of performance
Country subdivision (NUTS)Agder (NO092)
CountryNorway
5.1.3.
Estimated duration
Duration48 Months
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
Additional informationRegarding the procurement regulations § 7-9. The contracting authority ́s assessment is that the requirements in this procurement, particularly the use of zero emission vehicles, take care of the most central climate and environmental considerations in connection with the services to be provided and that the relevant requirements provide the best climate and environmental effect in connection with this procurement. Based on the above, climate and environment evaluations are not evaluated in this procurement, cf. the Public Procurement Regulations § 7-9 (4).
5.1.9.
Selection criteria
Sources of selection criteriaEuropean Single Procurement Document (ESPD)NoticeProcurement Document
CriterionEnrolment in a trade register
Description of selection criterionThe organisational and legal position of the tenderer. Requirement: The tenderer shall be a legally established company. Documentation: Norwegian companies shall enclose a Company Registration Certificate. Foreign companies shall enclose equivalent certificates from the country where the tenderer is established.

CriterionReferences on specified services
Description of selection criterionThe tenderer's experience Requirement: Tenderers shall have experience from comparable contracts. Documentation: Description of the tenderer's most relevant assignments during the last three (3) years. The description must include a statement of the contracting authority, name of reference at the contracting authority with a statement of telephone number and email address, name of the assignment, the assignment ́s value/project cost/contract value of the tenderer and the relevance of the assignment as seen in connection with what is stated in this qualification requirement. The contracting authority reserves the right to contact the references in order to verify these.

CriterionCertificates by independent bodies about quality assurance standards
Description of selection criterionThe tenderer's quality assurance system. Requirement: Tenderers shall have a good and well-functioning quality management system. Documentation: Description of the tenderer's quality management system/quality assurance system. If a tenderer is certified in accordance with ISO 9001 or equivalent certification schemes, it will be sufficient to fulfil the requirement.

CriterionEnvironmental management measures
Description of selection criterionEnvironmental management system Requirement: Tenderers shall have a good and well-functioning environmental management system. Documented by: Description of the tenderer's environment policy and routines/system for following up environments. If the provider is certified in accordance with ISO 14001, Miljøfyrtårnet or equivalent certification schemes, this will be sufficient to fulfil the requirement.
5.1.11.
Procurement documents
Languages in which the procurement documents are officially availableNorwegian
Deadline for requesting additional information27/04/2026 10:00:00 (UTC+00:00) Western European Time, GMT
Address of the procurement documentshttps://permalink.mercell.com/269172480.aspx
5.1.12.
Terms of procurement
Terms of submission
Electronic submissionRequired
Address for submissionhttps://permalink.mercell.com/269172480.aspx
Languages in which tenders or requests to participate may be submittedNorwegian
Electronic catalogueNot allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
VariantsNot allowed
Deadline for receipt of tenders08/05/2026 10:00:00 (UTC+00:00) Western European Time, GMT
Duration during which the tender must remain valid89 Days
Information about public opening
Opening date08/05/2026 10:00:00 (UTC+00:00) Western European Time, GMT
Terms of contract
The execution of the contract must be performed within the framework of sheltered employment programmesNo
Electronic invoicingRequired
Electronic ordering will be usedyes
Electronic payment will be usedyes
5.1.15.
Techniques
Framework agreement
Framework agreement, without reopening of competition
Maximum number of participants1
Information about the dynamic purchasing system
No dynamic purchase system
5.1.16.
Further information, mediation and review
Review organisationAgder tingrett
Information about review deadlines: Appeals to the Appeals Board for Public Procurements (KOFA) must be filed within six months of the contracting authority entering into a contract, or six months after the Contracting Authority has cancelled the tender contest. Temporary injunction must normally be brought before the contract is signed, as the contract will, as a main rule, put an end to legal action. The waiting period (waiting time before the contract is signed) is usually 10 days from when notification of award is sent electronically.
Organisation providing more information on the review proceduresKRISTIANSAND KOMMUNE
8. Organisations
8.1.
ORG-0001
Official nameKRISTIANSAND KOMMUNE
Registration number820852982
Postal addressPostboks 1044
TownSØGNE
Postcode4682
Country subdivision (NUTS)Agder (NO092)
CountryNorway
Contact pointJakob Bruun Tørnby
Emailjakob.bruun.tornby@kristiansand.kommune.no
Telephone94895740
Roles of this organisation
Buyer
Organisation providing more information on the review procedures
8.1.
ORG-0002
Official nameAgder tingrett
Registration number926723480
TownKristiansand S
Postcode4614
Country subdivision (NUTS)Agder (NO092)
CountryNorway
Roles of this organisation
Review organisation
10. Change
Version of the previous notice to be changed15948d57-1d65-41d7-9534-9c3bd80b04f3-01
Main reason for changeInformation updated
DescriptionWe refer to additional information, dated 28.04.2026, regarding questions and answers related to the formulation on control of alarm transfer and two-way speech communication during periodic inspections. The contracting authority extends the tender deadline to 8 May 2026 (12:00).
10.1.
Change
Section identifierPROCEDURE
10.1.
Change
Section identifierLOT-0000
Notice information
Notice identifier/versionb7bb56ac-e183-49a1-a06e-dd722bfbc0da  -  01
Form typeCompetition
Notice typeContract or concession notice – standard regime
Notice subtype16
Notice dispatch date28/04/2026 13:24:17 (UTC+00:00) Western European Time, GMT
Notice dispatch date (eSender)28/04/2026 13:37:22 (UTC+00:00) Western European Time, GMT
Languages in which this notice is officially availableEnglish
Notice publication number298139-2026
OJ S issue number84/2026
Publication date30/04/2026