324308-2026 - Competition
Norway – Electrical-system repair services – Framework agreement electro S
OJ S 91/2026 12/05/2026
Contract or concession notice – standard regime
Services - Supplies
1. Buyer
1.1.
Buyer
Official nameLillesand kommune
Emailkristina@odinprosjekt.no
Legal type of the buyerBody governed by public law, controlled by a local authority
Activity of the contracting authorityPublic order and safety
2. Procedure
2.1.
Procedure
TitleFramework agreement electro S
DescriptionThe 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 identifier2b696b4a-dbd3-465a-8e57-df216b0c980d
Internal identifier2026-ELS
Type of procedureOpen
The procedure is acceleratedno
Main features of the procedureOpen tender contest.
2.1.1.
Purpose
Main nature of the contractServices
Additional nature of the contractSupplies
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)
CountryNorway
2.1.3.
Value
Estimated value excluding VAT4 000 000,00 NOK
Maximum value of the framework agreement4 000 000,00 NOK
2.1.4.
General information
Additional informationEnvironment - 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 exclusionEuropean Single Procurement Document (ESPD)
5. Lot
5.1.
LotLOT-0000
TitleFramework agreement electro S
DescriptionThe 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 identifier2026-ELS
5.1.1.
Purpose
Main nature of the contractServices
Additional nature of the contractSupplies
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 optionsThe 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)
CountryNorway
5.1.3.
Estimated duration
Duration4 Years
5.1.4.
Renewal
Maximum renewals2
Other information about renewalsThe 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 VAT4 000 000,00 NOK
Maximum value of the framework agreement4 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 informationEnvironment - 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 CriteriaNo Green Public Procurement criteria
5.1.9.
Selection criteria
Sources of selection criteriaProcurement Document
5.1.10.
Award criteria
Criterion
TypePrice
NamePrice
DescriptionCompleted price form.
Category of award weight criterionWeight (percentage, exact)
Award criterion number80
Criterion
TypeQuality
DescriptionResponse time for emergency assignments outside ordinary working hours.
Category of award weight criterionWeight (percentage, exact)
Award criterion number20
5.1.11.
Procurement documents
Languages in which the procurement documents are officially availableNorwegian
Address of the procurement documentshttps://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=455068&TID=200415782&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=455068&TID=200415782&B=
Languages in which tenders or requests to participate may be submittedNorwegian
Electronic catalogueNot allowed
VariantsNot allowed
Tenderers may submit more than one tenderNot allowed
Deadline for receipt of tenders15/06/2026 10:00:00 (UTC+00:00) Western European Time, GMT
Duration during which the tender must remain valid3 Months
Terms of contract
The execution of the contract must be performed within the framework of sheltered employment programmesNo
A non-disclosure agreement is requiredyes
Additional information about the non-disclosure agreementSee the tender documentation.
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
Mediation organisationAgder Tingrett
Review organisationAgder 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 documentsOdin Prosjekt AS
Organisation providing more information on the review proceduresAgder Tingrett
8. Organisations
8.1.
ORG-0001
Official nameLillesand kommune
Registration number964 965 404
Postal addressØstregate 2
TownLillesand
Postcode4790
Country subdivision (NUTS)Agder (NO092)
CountryNorway
Contact pointKristina Eek-Larsen
Emailkristina@odinprosjekt.no
Telephone+47 97093944
Buyer profilehttps://eu.eu-supply.com/ctm/company/companyinformation/index/311790
Roles of this organisation
Buyer
8.1.
ORG-0002
Official nameOdin Prosjekt AS
Registration number994 950 967
Postal addressFabrikkgaten 6
TownBergen
Postcode5059
Country subdivision (NUTS)Vestland (NO0A2)
CountryNorway
Contact pointKristina Eek-Larsen
Emailkristina@odinprosjekt.no
Telephone97093944
Roles of this organisation
Organisation providing offline access to the procurement documents
8.1.
ORG-0003
Official nameAgder Tingrett
Registration number926 723 480
TownArendal
Postcode4801
Country subdivision (NUTS)Agder (NO092)
CountryNorway
Roles of this organisation
Review organisation
Organisation providing more information on the review procedures
Mediation organisation
Notice information
Notice identifier/version53c407cb-92e8-4dd6-971c-af66170b38a0  -  01
Form typeCompetition
Notice typeContract or concession notice – standard regime
Notice subtype16
Notice dispatch date08/05/2026 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 availableEnglish
Notice publication number324308-2026
OJ S issue number91/2026
Publication date12/05/2026