1. Buyer
1.1.
Buyer
Official name: Lillesand kommune
Legal type of the buyer: Body governed by public law, controlled by a local authority
Activity of the contracting authority: Public order and safety
2. Procedure
2.1.
Procedure
Title: Framework agreement electro S
Description: The procurement shall cover the contracting authority ́s need for services in the disciplines electro S, which are fire alarms, theft alarms, emergency lights, CCTV and computer networks etc. The need shall be met when a framework agreement is signed.
Procedure identifier: 2b696b4a-dbd3-465a-8e57-df216b0c980d
Internal identifier: 2026-ELS
Type of procedure: Open
The procedure is accelerated: no
Main features of the procedure: Open tender contest.
2.1.1.
Purpose
Main nature of the contract: Services
Additional nature of the contract: Supplies
Main classification (cpv): 50116100 Electrical-system repair services
Additional classification (cpv): 50312300 Maintenance and repair of data network equipment, 50312310 Maintenance of data network equipment, 50312320 Repair of data network equipment, 72315000 Data network management and support services, 92222000 Closed circuit television services
2.1.2.
Place of performance
Country subdivision (NUTS): Agder (NO092)
Country: Norway
2.1.3.
Value
Estimated value excluding VAT: 4 000 000,00 NOK
Maximum value of the framework agreement: 4 000 000,00 NOK
2.1.4.
General information
Additional information: Environment - justification for use of the exclusion provisions in PPR § 7-9: It is in accordance with the Public Procurement Regulations § 7-9 fourth section that the Contracting Authority can replace climate and environmental considerations in the award criteria with climate and environmental requirements in the requirement specifications, "if it is clear that this provides a better climate and environmental effect". The contracting authority ́s assessment is that emissions from vehicles in connection with the provision of the service are the central source of the procurement ́s climate footprint and environmental impact. There are, therefore, minimum requirements in the requirement specification that the service shall be carried out by a given date with exclusively zero emission vehicles. There are also minimum requirements for the environment, such as clean buildings, procurements and material use, sorting requirements etc. in the requirement specifications. The contracting authority finds that this clearly gives a better climate and environmental effect than if an award criterion weighted with 30% for the use of zero emission vehicles.
Legal basis:
Directive 2014/24/EU
2.1.6.
Grounds for exclusion
Sources of grounds for exclusion: European Single Procurement Document (ESPD)
5. Lot
5.1.
Lot: LOT-0000
Title: Framework agreement electro S
Description: The procurement shall cover the contracting authority ́s need for services in the disciplines electro S, which are fire alarms, theft alarms, emergency lights, CCTV and computer networks etc. The need shall be met when a framework agreement is signed.
Internal identifier: 2026-ELS
5.1.1.
Purpose
Main nature of the contract: Services
Additional nature of the contract: Supplies
Main classification (cpv): 50116100 Electrical-system repair services
Additional classification (cpv): 50312300 Maintenance and repair of data network equipment, 50312310 Maintenance of data network equipment, 50312320 Repair of data network equipment, 72315000 Data network management and support services, 92222000 Closed circuit television services
Options:
Description of the options: The framework agreements will be valid for 2 years, with an option for an extension once or several times for up to a further 2 years (1+1 year), to a total maximum of four years.
5.1.2.
Place of performance
Country subdivision (NUTS): Agder (NO092)
Country: Norway
5.1.3.
Estimated duration
Duration: 4 Years
5.1.4.
Renewal
Maximum renewals: 2
Other information about renewals: The framework agreements will be valid for 2 years, with an option for an extension once or several times for up to a further 2 years (1+1 year), to a total maximum of four years.
5.1.5.
Value
Estimated value excluding VAT: 4 000 000,00 NOK
Maximum value of the framework agreement: 4 000 000,00 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
This procurement is also suitable for small and medium-sized enterprises (SMEs): yes
Additional information: Environment - justification for use of the exclusion provisions in PPR § 7-9: It is in accordance with the Public Procurement Regulations § 7-9 fourth section that the Contracting Authority can replace climate and environmental considerations in the award criteria with climate and environmental requirements in the requirement specifications, "if it is clear that this provides a better climate and environmental effect". The contracting authority ́s assessment is that emissions from vehicles in connection with the provision of the service are the central source of the procurement ́s climate footprint and environmental impact. There are, therefore, minimum requirements in the requirement specification that the service shall be carried out by a given date with exclusively zero emission vehicles. There are also minimum requirements for the environment, such as clean buildings, procurements and material use, sorting requirements etc. in the requirement specifications. The contracting authority finds that this clearly gives a better climate and environmental effect than if an award criterion weighted with 30% for the use of zero emission vehicles.
5.1.7.
Strategic procurement
Green Procurement Criteria: No Green Public Procurement criteria
5.1.9.
Selection criteria
Sources of selection criteria: Procurement Document
5.1.10.
Award criteria
Criterion:
Type: Price
Name: Price
Description: Completed price form.
Category of award weight criterion: Weight (percentage, exact)
Award criterion number: 80
Criterion:
Type: Quality
Description: Response time for emergency assignments outside ordinary working hours.
Category of award weight criterion: Weight (percentage, exact)
Award criterion number: 20
5.1.11.
Procurement documents
Languages in which the procurement documents are officially available: Norwegian
5.1.12.
Terms of procurement
Terms of submission:
Electronic submission: Required
Languages in which tenders or requests to participate may be submitted: Norwegian
Electronic catalogue: Not allowed
Variants: Not allowed
Tenderers may submit more than one tender: Not allowed
Deadline for receipt of tenders: 15/06/2026 10:00:00 (UTC+00:00) Western European Time, GMT
Duration during which the tender must remain valid: 3 Months
Terms of contract:
The execution of the contract must be performed within the framework of sheltered employment programmes: No
A non-disclosure agreement is required: yes
Additional information about the non-disclosure agreement: See the tender documentation.
Electronic invoicing: Required
Electronic ordering will be used: yes
Electronic payment will be used: yes
5.1.15.
Techniques
Framework agreement:
Framework agreement, without reopening of competition
Maximum number of participants: 1
Information about the dynamic purchasing system:
No dynamic purchase system
5.1.16.
Further information, mediation and review
Mediation organisation: Agder Tingrett
Review organisation: Agder Tingrett
Information about review deadlines: Tenderers can appeal the choice of tenderer. If the contracting authority finds that the award decision is not in accordance with the award criteria, the award decision can be cancelled until the contract is signed.
Organisation providing offline access to the procurement documents: Odin Prosjekt AS
Organisation providing more information on the review procedures: Agder Tingrett
8. Organisations
8.1.
ORG-0001
Official name: Lillesand kommune
Registration number: 964 965 404
Postal address: Østregate 2
Town: Lillesand
Postcode: 4790
Country subdivision (NUTS): Agder (NO092)
Country: Norway
Contact point: Kristina Eek-Larsen
Telephone: +47 97093944
Roles of this organisation:
Buyer
8.1.
ORG-0002
Official name: Odin Prosjekt AS
Registration number: 994 950 967
Postal address: Fabrikkgaten 6
Town: Bergen
Postcode: 5059
Country subdivision (NUTS): Vestland (NO0A2)
Country: Norway
Contact point: Kristina Eek-Larsen
Telephone: 97093944
Roles of this organisation:
Organisation providing offline access to the procurement documents
8.1.
ORG-0003
Official name: Agder Tingrett
Registration number: 926 723 480
Town: Arendal
Postcode: 4801
Country subdivision (NUTS): Agder (NO092)
Country: Norway
Roles of this organisation:
Review organisation
Organisation providing more information on the review procedures
Mediation organisation
Notice identifier/version: 53c407cb-92e8-4dd6-971c-af66170b38a0 - 01
Form type: Competition
Notice type: Contract or concession notice – standard regime
Notice subtype: 16
Notice dispatch date: 08/05/2026 14:43:23 (UTC+00:00) Western European Time, GMT
Notice dispatch date (eSender): 08/05/2026 15:00:40 (UTC+00:00) Western European Time, GMT
Languages in which this notice is officially available: English
Notice publication number: 324308-2026
OJ S issue number: 91/2026
Publication date: 12/05/2026