312261-2026 - Competition
Norway – Repair and maintenance services of electrical building installations – Emergency power
OJ S 88/2026 07/05/2026
Contract or concession notice – standard regime
Services
1. Buyer
1.1.
Buyer
Official namePolitiets fellestjenester
Emailastrid.roer.bjerke@politiet.no
Legal type of the buyerCentral government authority
Activity of the contracting authorityPublic order and safety
2. Procedure
2.1.
Procedure
TitleEmergency power
DescriptionService contract for emergency power installations. See the tender documentation for locations.
Procedure identifiercdc3d7a6-6b5f-4249-bbd0-da7d701a74e6
Internal identifier25/280750
Type of procedureOpen
The procedure is acceleratedno
2.1.1.
Purpose
Main nature of the contractServices
Main classification (cpv): 50711000 Repair and maintenance services of electrical building installations
Additional classification (cpv): 31127000 Emergency generator, 31682510 Emergency power systems, 50532000 Repair and maintenance services of electrical machinery, apparatus and associated equipment, 50532100 Repair and maintenance services of electric motors, 50532300 Repair and maintenance services of generators, 50800000 Miscellaneous repair and maintenance services
2.1.2.
Place of performance
Country subdivision (NUTS)Innlandet (NO020)
CountryNorway
Additional informationSub-contract 1: Inland
2.1.2.
Place of performance
Country subdivision (NUTS)Oslo (NO081)
CountryNorway
Additional informationSub-contract 2: Oslo
2.1.2.
Place of performance
Country subdivision (NUTS)Buskerud (NO085)
CountryNorway
Additional informationSub-contract 3: South-East; Buskerud/Akershus/Vestfold
2.1.2.
Place of performance
Country subdivision (NUTS)Møre og Romsdal (NO0A3)
CountryNorway
Additional informationSub-contract 4: Møre og Romsdal
2.1.3.
Value
Estimated value excluding VAT5 000 000,00 NOK
2.1.4.
General information
Legal basis
Directive 2014/24/EU
2.1.5.
Terms of procurement
Terms of submission
Maximum number of lots for which one tenderer can submit tenders4
Terms of contract
Maximum number of lots for which contracts can be awarded to one tenderer4
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 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-0001
TitleSub-contract 1 - Inland
DescriptionService contract for emergency power installations.
Internal identifier1-0
5.1.1.
Purpose
Main nature of the contractServices
Main classification (cpv): 50711000 Repair and maintenance services of electrical building installations
Additional classification (cpv): 31127000 Emergency generator, 31682510 Emergency power systems, 50532000 Repair and maintenance services of electrical machinery, apparatus and associated equipment, 50532100 Repair and maintenance services of electric motors, 50532300 Repair and maintenance services of generators, 50800000 Miscellaneous repair and maintenance services
5.1.2.
Place of performance
Country subdivision (NUTS)Innlandet (NO020)
CountryNorway
Additional informationLocations: Elverum, Kongsvinger, Gjøvik, Lillehammer
5.1.3.
Estimated duration
Duration8 Years
5.1.5.
Value
Estimated value excluding VAT5 000 000,00 NOK
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)yes
5.1.9.
Selection criteria
Sources of selection criteriaNotice
CriterionFinancial ratio
Description of selection criterionQualification requirement: Tenderers must have sufficient economic and financial capacity to fulfil the contract. Creditworthiness with security will be sufficient to meet the requirement. Documentation requirement: - A credit rating based on the most recent financial figures. The rating shall be carried out by a credit rating company with licence to conduct this service. The contracting authority will, if needed, obtain a credit rating, from a credit information company with a licence to conduct this service, as an addition to the documentation delivered in the tender. If a tenderer has a justifiable reason for not submitting the documentation required by the contracting authority, he can document his economic and financial capacity by presenting any other document that the Contracting Authority deems appropriate.

CriterionEnrolment in a relevant professional register
Description of selection criterionQualification requirement: Tenderers shall be registered in a company register, professional register or a commerce register in the country where the tenderer is established. Documentation requirement: • Norwegian companies: Company Registration Certificate. • Foreign companies: Verification that the tenderer is registered in a company register, professional register or a commerce register in the country where the tenderer is established.

CriterionOther economic or financial requirements
Description of selection criterionNorwegian tenderers shall submit a "Tax and VAT certificate". The tax certificate can be ordered in Altinn, and it must not be older than 6 months calculated from the deadline for submitting a request for participation in the competition or tender.

CriterionReferences on specified works
Description of selection criterionQualification requirement: Tenderers shall have sufficient technical and professional qualifications and experience to fulfil the contractual obligations. Tenderers are required to have sufficient experience from equivalent assignments connected to the execution of this type of service and work. Similar assignments are seen as the delivery of the performance included in the competition for public/private entities in operation. In order to ensure sufficient competition, documentation for relevant deliveries or services that the tenderer has carried out more than three years ago can be considered. Documentation requirement: Tenderers shall enclose a list of the most important deliveries/contracts in the last 3 years, including information on the value, date, recipient and the nature of the assignment.
5.1.11.
Procurement documents
Address of the procurement documentshttps://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=454821&TID=200415558&B=
5.1.12.
Terms of procurement
Terms of submission
Electronic submissionRequired
Address for submissionhttps://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=454821&TID=200415558&B=
Languages in which tenders or requests to participate may be submittedNorwegian
Electronic catalogueNot allowed
Deadline for receipt of tenders08/06/2026 10:00:00 (UTC+00:00) Western European Time, GMT
Duration during which the tender must remain valid37 Weeks
Terms of contract
The execution of the contract must be performed within the framework of sheltered employment programmesNo
Electronic invoicingRequired
Electronic ordering will be usedno
Electronic payment will be usedyes
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 organisationOslo tingrett
Information about review deadlines: 10 days after award
Organisation providing more information on the review proceduresPolitiets fellestjenester
5.1.
LotLOT-0002
TitleSub-contract 2 - Oslo
DescriptionService contract for emergency power installations.
5.1.1.
Purpose
Main nature of the contractServices
Main classification (cpv): 50711000 Repair and maintenance services of electrical building installations
Additional classification (cpv): 31127000 Emergency generator, 31682510 Emergency power systems, 50532000 Repair and maintenance services of electrical machinery, apparatus and associated equipment, 50532100 Repair and maintenance services of electric motors, 50532300 Repair and maintenance services of generators, 50800000 Miscellaneous repair and maintenance services
5.1.2.
Place of performance
Country subdivision (NUTS)Oslo (NO081)
CountryNorway
Additional informationLocations: Majorstua x 2
5.1.3.
Estimated duration
Duration8 Years
5.1.5.
Value
Estimated value excluding VAT5 000 000,00 NOK
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)yes
5.1.9.
Selection criteria
Sources of selection criteriaNotice
CriterionFinancial ratio
Description of selection criterionQualification requirement: Tenderers must have sufficient economic and financial capacity to fulfil the contract. Creditworthiness with security will be sufficient to meet the requirement. Documentation requirement: - A credit rating based on the most recent financial figures. The rating shall be carried out by a credit rating company with licence to conduct this service. The contracting authority will, if needed, obtain a credit rating, from a credit information company with a licence to conduct this service, as an addition to the documentation delivered in the tender. If a tenderer has a justifiable reason for not submitting the documentation required by the contracting authority, he can document his economic and financial capacity by presenting any other document that the Contracting Authority deems appropriate.

CriterionEnrolment in a relevant professional register
Description of selection criterionQualification requirement: Tenderers shall be registered in a company register, professional register or a commerce register in the country where the tenderer is established. Documentation requirement: • Norwegian companies: Company Registration Certificate. • Foreign companies: Verification that the tenderer is registered in a company register, professional register or a commerce register in the country where the tenderer is established.

CriterionOther economic or financial requirements
Description of selection criterionNorwegian tenderers shall submit a "Tax and VAT certificate". The tax certificate can be ordered in Altinn, and it must not be older than 6 months calculated from the deadline for submitting a request for participation in the competition or tender.

CriterionReferences on specified works
Description of selection criterionQualification requirement: Tenderers shall have sufficient technical and professional qualifications and experience to fulfil the contractual obligations. Tenderers are required to have sufficient experience from equivalent assignments connected to the execution of this type of service and work. Similar assignments are seen as the delivery of the performance included in the competition for public/private entities in operation. In order to ensure sufficient competition, documentation for relevant deliveries or services that the tenderer has carried out more than three years ago can be considered. Documentation requirement: Tenderers shall enclose a list of the most important deliveries/contracts in the last 3 years, including information on the value, date, recipient and the nature of the assignment.
5.1.11.
Procurement documents
Address of the procurement documentshttps://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=454821&TID=200415558&B=
5.1.12.
Terms of procurement
Terms of submission
Electronic submissionRequired
Address for submissionhttps://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=454821&TID=200415558&B=
Languages in which tenders or requests to participate may be submittedNorwegian
Electronic catalogueNot allowed
Deadline for receipt of tenders08/06/2026 10:00:00 (UTC+00:00) Western European Time, GMT
Duration during which the tender must remain valid37 Weeks
Terms of contract
The execution of the contract must be performed within the framework of sheltered employment programmesNo
Electronic invoicingRequired
Electronic ordering will be usedno
Electronic payment will be usedyes
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 organisationOslo tingrett
Information about review deadlines: 10 days after award
Organisation providing more information on the review proceduresPolitiets fellestjenester
5.1.
LotLOT-0003
TitleSub-contract 3 - South-East
DescriptionService contract for emergency power installations.
5.1.1.
Purpose
Main nature of the contractServices
Main classification (cpv): 50711000 Repair and maintenance services of electrical building installations
Additional classification (cpv): 31127000 Emergency generator, 31682510 Emergency power systems, 50532000 Repair and maintenance services of electrical machinery, apparatus and associated equipment, 50532100 Repair and maintenance services of electric motors, 50532300 Repair and maintenance services of generators, 50800000 Miscellaneous repair and maintenance services
5.1.2.
Place of performance
Country subdivision (NUTS)Buskerud (NO085)
CountryNorway
Additional informationDistrict south-east: Locations: Drammen, Tønsberg, Skien, Stavern, Hønefoss, Nesodden
5.1.2.
Place of performance
Country subdivision (NUTS)Akershus (NO084)
CountryNorway
Additional informationLocations: Drammen, Tønsberg, Skien, Stavern, Hønefoss, Notodden
5.1.2.
Place of performance
Country subdivision (NUTS)Vestfold (NO093)
CountryNorway
Additional informationLocations: Drammen, Tønsberg, Skien, Stavern, Hønefoss, Notodden
5.1.3.
Estimated duration
Duration8 Years
5.1.5.
Value
Estimated value excluding VAT5 000 000,00 NOK
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)yes
5.1.9.
Selection criteria
Sources of selection criteriaNotice
CriterionFinancial ratio
Description of selection criterionQualification requirement: Tenderers must have sufficient economic and financial capacity to fulfil the contract. Creditworthiness with security will be sufficient to meet the requirement. Documentation requirement: - A credit rating based on the most recent financial figures. The rating shall be carried out by a credit rating company with licence to conduct this service. The contracting authority will, if needed, obtain a credit rating, from a credit information company with a licence to conduct this service, as an addition to the documentation delivered in the tender. If a tenderer has a justifiable reason for not submitting the documentation required by the contracting authority, he can document his economic and financial capacity by presenting any other document that the Contracting Authority deems appropriate.

CriterionEnrolment in a relevant professional register
Description of selection criterionQualification requirement: Tenderers shall be registered in a company register, professional register or a commerce register in the country where the tenderer is established. Documentation requirement: • Norwegian companies: Company Registration Certificate. • Foreign companies: Verification that the tenderer is registered in a company register, professional register or a commerce register in the country where the tenderer is established.

CriterionOther economic or financial requirements
Description of selection criterionNorwegian tenderers shall submit a "Tax and VAT certificate". The tax certificate can be ordered in Altinn, and it must not be older than 6 months calculated from the deadline for submitting a request for participation in the competition or tender.

CriterionReferences on specified works
Description of selection criterionQualification requirement: Tenderers shall have sufficient technical and professional qualifications and experience to fulfil the contractual obligations. Tenderers are required to have sufficient experience from equivalent assignments connected to the execution of this type of service and work. Similar assignments are seen as the delivery of the performance included in the competition for public/private entities in operation. In order to ensure sufficient competition, documentation for relevant deliveries or services that the tenderer has carried out more than three years ago can be considered. Documentation requirement: Tenderers shall enclose a list of the most important deliveries/contracts in the last 3 years, including information on the value, date, recipient and the nature of the assignment.
5.1.11.
Procurement documents
Address of the procurement documentshttps://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=454821&TID=200415558&B=
5.1.12.
Terms of procurement
Terms of submission
Electronic submissionRequired
Address for submissionhttps://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=454821&TID=200415558&B=
Languages in which tenders or requests to participate may be submittedNorwegian
Electronic catalogueNot allowed
Deadline for receipt of tenders08/06/2026 10:00:00 (UTC+00:00) Western European Time, GMT
Duration during which the tender must remain valid37 Weeks
Terms of contract
The execution of the contract must be performed within the framework of sheltered employment programmesNo
Electronic invoicingRequired
Electronic ordering will be usedno
Electronic payment will be usedyes
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 organisationOslo tingrett
Information about review deadlines: 10 days after award
Organisation providing more information on the review proceduresPolitiets fellestjenester
5.1.
LotLOT-0004
TitleSub-contract 4 - Møre og Romsdal
DescriptionService contract for emergency power installations.
5.1.1.
Purpose
Main nature of the contractServices
Main classification (cpv): 50711000 Repair and maintenance services of electrical building installations
Additional classification (cpv): 31127000 Emergency generator, 31682510 Emergency power systems, 50532000 Repair and maintenance services of electrical machinery, apparatus and associated equipment, 50532100 Repair and maintenance services of electric motors, 50532300 Repair and maintenance services of generators, 50800000 Miscellaneous repair and maintenance services
5.1.2.
Place of performance
Country subdivision (NUTS)Møre og Romsdal (NO0A3)
CountryNorway
Additional informationMolde, Kristiansund, Ålesund
5.1.3.
Estimated duration
Duration8 Years
5.1.5.
Value
Estimated value excluding VAT5 000 000,00 NOK
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)yes
5.1.9.
Selection criteria
Sources of selection criteriaNotice
CriterionFinancial ratio
Description of selection criterionQualification requirement: Tenderers must have sufficient economic and financial capacity to fulfil the contract. Creditworthiness with security will be sufficient to meet the requirement. Documentation requirement: - A credit rating based on the most recent financial figures. The rating shall be carried out by a credit rating company with licence to conduct this service. The contracting authority will, if needed, obtain a credit rating, from a credit information company with a licence to conduct this service, as an addition to the documentation delivered in the tender. If a tenderer has a justifiable reason for not submitting the documentation required by the contracting authority, he can document his economic and financial capacity by presenting any other document that the Contracting Authority deems appropriate.

CriterionEnrolment in a relevant professional register
Description of selection criterionQualification requirement: Tenderers shall be registered in a company register, professional register or a commerce register in the country where the tenderer is established. Documentation requirement: • Norwegian companies: Company Registration Certificate. • Foreign companies: Verification that the tenderer is registered in a company register, professional register or a commerce register in the country where the tenderer is established.

CriterionOther economic or financial requirements
Description of selection criterionNorwegian tenderers shall submit a "Tax and VAT certificate". The tax certificate can be ordered in Altinn, and it must not be older than 6 months calculated from the deadline for submitting a request for participation in the competition or tender.

CriterionReferences on specified works
Description of selection criterionQualification requirement: Tenderers shall have sufficient technical and professional qualifications and experience to fulfil the contractual obligations. Tenderers are required to have sufficient experience from equivalent assignments connected to the execution of this type of service and work. Similar assignments are seen as the delivery of the performance included in the competition for public/private entities in operation. In order to ensure sufficient competition, documentation for relevant deliveries or services that the tenderer has carried out more than three years ago can be considered. Documentation requirement: Tenderers shall enclose a list of the most important deliveries/contracts in the last 3 years, including information on the value, date, recipient and the nature of the assignment.
5.1.11.
Procurement documents
Address of the procurement documentshttps://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=454821&TID=200415558&B=
5.1.12.
Terms of procurement
Terms of submission
Electronic submissionRequired
Address for submissionhttps://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=454821&TID=200415558&B=
Languages in which tenders or requests to participate may be submittedNorwegian
Electronic catalogueNot allowed
Deadline for receipt of tenders08/06/2026 10:00:00 (UTC+00:00) Western European Time, GMT
Duration during which the tender must remain valid37 Weeks
Terms of contract
The execution of the contract must be performed within the framework of sheltered employment programmesNo
Electronic invoicingRequired
Electronic ordering will be usedno
Electronic payment will be usedyes
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 organisationOslo tingrett
Information about review deadlines: 10 days after award
Organisation providing more information on the review proceduresPolitiets fellestjenester
8. Organisations
8.1.
ORG-0001
Official namePolitiets fellestjenester
Registration number974761157
DepartmentPolitiets fellestjenester
Postal addressFridtjof Nansens vei 14
TownOSLO
Postcode0369
Country subdivision (NUTS)Oslo (NO081)
CountryNorway
Contact pointAstrid Røer Bjerke
Emailastrid.roer.bjerke@politiet.no
Telephone+47 61318000
Internet addresshttp://www.politiet.no
Buyer profilehttps://eu.eu-supply.com/ctm/company/companyinformation/index/289530
Roles of this organisation
Buyer
Organisation providing more information on the review procedures
8.1.
ORG-0002
Official nameOslo tingrett
Registration number926 725 939
Postal addressPostboks 2106 Vika
TownOSLO
Postcode0125
Country subdivision (NUTS)Oslo (NO081)
CountryNorway
Emailoslo.tingrett@domstol.no
Telephone+47 22035200
Internet addresshttps://www.domstol.no/
Roles of this organisation
Review organisation
Notice information
Notice identifier/versione4f5acf6-ca4e-4a0d-9f8e-c828352c4515  -  01
Form typeCompetition
Notice typeContract or concession notice – standard regime
Notice subtype16
Notice dispatch date05/05/2026 12:36:52 (UTC+00:00) Western European Time, GMT
Notice dispatch date (eSender)05/05/2026 14:02:09 (UTC+00:00) Western European Time, GMT
Languages in which this notice is officially availableEnglish
Notice publication number312261-2026
OJ S issue number88/2026
Publication date07/05/2026