The aim of the procurement is to ensure access to fixtures for use in outdoor lighting for the areas that the Contracting Authority is responsible for. The procurement shall ensure standardisation of outdoor fixtures so that outdoor lighting is uniform and has the correct qualities required to highlight different areas. The standardisation shall simplify processes connected to engineering design, certification, procurement, installation as well as management and operation of lighting systems. The framework agreements apply for all of the town areas managed by the Contracting Authority, when new facilities are established, the upgrading of the existing facility and replacement due to an error (operation). The procurement includes outdoor fixtures for i.a. streets, squares and meeting places, parks, green areas, sports facilities and the fields. Sub-contract III is for hardware for the control system for outdoor lighting and control systems. The procurement is divided into the following sub-contracts: * Sub-contract I - Standard fixtures * Sub-contract II - Special fixtures * Lot III - Hardware for control systems for outdoor lighting and control systems.
Frist
Fristen for mottak av tilbud var 2026-04-07.
Anskaffelsen ble publisert 2026-02-25.
Kunngjøring av konkurranse (2026-02-25) Gjenstand Anskaffelsens omfang
Tittel: 129-BYM-2025 Framework agreement for outdoor lighting fixtures and hardware for control systems
Referansenummer: 3029
Kort beskrivelse:
“The aim of the procurement is to ensure access to fixtures for use in outdoor lighting for the areas that the Contracting Authority is responsible for. The...”
Kort beskrivelse
The aim of the procurement is to ensure access to fixtures for use in outdoor lighting for the areas that the Contracting Authority is responsible for. The procurement shall ensure standardisation of outdoor fixtures so that outdoor lighting is uniform and has the correct qualities required to highlight different areas. The standardisation shall simplify processes connected to engineering design, certification, procurement, installation as well as management and operation of lighting systems.
The framework agreements apply for all of the town areas managed by the Contracting Authority, when new facilities are established, the upgrading of the existing facility and replacement due to an error (operation). The procurement includes outdoor fixtures for i.a. streets, squares and meeting places, parks, green areas, sports facilities and the fields. Sub-contract III is for hardware for the control system for outdoor lighting and control systems.
The procurement is divided into the following sub-contracts:
* Sub-contract I - Standard fixtures
* Sub-contract II - Special fixtures
* Lot III - Hardware for control systems for outdoor lighting and control systems.
Vis mer
Kontrakttype: Varer
Produkter/tjenester: Lamper og lysarmaturer📦
Estimert verdi eksklusive mva: 65 000 000 NOK 💰
Informasjon om delkontrakter
Denne kontrakten er delt opp i delkontrakter ✅
Maksimalt antall delkontrakter som kan tildeles én tilbyder: 3
Tilbud kan leveres for et maksimalt antall delkontrakter: 3
1️⃣
Beskrivelse av anskaffelsen:
“Standard fixtures - see further details in the requirement specification and price form.”
Tilleggsprodukter/-tjenester: Deler av lamper og lysarmaturer📦
Tilleggsprodukter/-tjenester: Belysningsutstyr og elektriske lamper📦
Tilleggsprodukter/-tjenester: Utendørsbelysning📦
Tilleggsprodukter/-tjenester: Spotlights📦
Utførelsessted: Oslo🏙️
Varighet: 48 (MONTH)
Tidsrammen nedenfor er uttrykt i antall måneder.
Tildelingskriterier
Pris ✅
Pris (vekting): 70
Kvalitetskriterium (navn): Quality
Kvalitetskriterium (vekting): 30
Kvalitetskriterium (navn): See the tender documentation point 5.2
Kvalitetskriterium (vekting): 0
Tittel
Identifikasjonsnummer for delkontrakt: LOT-0001
2️⃣
Beskrivelse av anskaffelsen:
“Special fixtures - see further details in the requirement specification and price form.” Tittel
Identifikasjonsnummer for delkontrakt: LOT-0002
3️⃣
Beskrivelse av anskaffelsen:
“Hardware for the control system for outdoor lighting and control systems - see further details in the requirement specification and price form.” Tildelingskriterier
Pris (vekting): 100
Tittel
Identifikasjonsnummer for delkontrakt: LOT-0003
Prosedyre Prosedyretype
Åpen anbudskonkurranse ✅ Administrativ informasjon
Frist for mottak av tilbud eller forespørsler om deltakelse: 2026-04-07 10:00:00.000 📅
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. Applies to all sub-contracts: The tenderer shall be a legally established...”
Liste og kort beskrivelse av regler og kriterier
Requirements connected to the tenderer's registrations, authorisations, etc. Applies to all sub-contracts: The tenderer shall be a legally established company.
Documentation requirements:
Norwegian companies: Company Registration Certificate
Foreign companies: Proof that the company is registered in a trade or business register as prescribed by the law of the country where the company is established.
Vis mer
Liste og kort beskrivelse av regler og kriterier:
“Requirements connected to the tenderer ́s economic and financial capacity. Applies to all sub-contracts: The tenderer shall have sufficient economic and...”
Liste og kort beskrivelse av regler og kriterier
Requirements connected to the tenderer ́s economic and financial capacity. Applies to all sub-contracts: The tenderer shall have sufficient economic and financial capacity to be able to fulfil the contract.
Documentation requirements:
Credit evaluation/rating, not older than 3 months, and which is based on the last known fiscal figures. The rating shall be carried out by an officially certified credit rating institution.
The contracting authority reserves the right to obtain credit appraisal on its own initiative.
Vis mer
Liste og kort beskrivelse av regler og kriterier:
“Requirements connected to the tenderer ́s technical and professional qualifications. Applies to all sub-contracts: Tenderers shall have a relevant quality...”
Liste og kort beskrivelse av regler og kriterier
Requirements connected to the tenderer ́s technical and professional qualifications. Applies to all sub-contracts: Tenderers shall have a relevant quality assurance system for the content of the contract.
Documentation requirements:
A description of the tenderer's quality assurance methods alternatively: Certificate for the company's quality assurance system issued by independent bodies that confirms the tenderer fulfils certain quality assurance standards, for example ISO 9001:2015.
Vis mer
Liste og kort beskrivelse av regler og kriterier:
“Requirements connected to the tenderer ́s technical and professional qualifications. Applies to all sub-contracts: Tenderers are required to have...”
Liste og kort beskrivelse av regler og kriterier
Requirements connected to the tenderer ́s technical and professional qualifications. Applies to all sub-contracts: Tenderers are required to have implemented environmental management measures that ensure that the tenderer is suitable to fulfil the contract point 12.
This means that the tenderer has methods for working actively and systematically to reduce negative environmental impact from activities connected to the execution of this contract.
Documentation requirements:
A description of the tenderer's environmental management measures. If a tenderer has certificates from independent bodies that document the environmental management system, they can be presented as documentation.
Refer to the EU Scheme for Environmental Management and Environmental Audit (EMAS), other recognised environmental management systems in Regulation (EF) no. 1221/2009 article 45, or equivalent, and other environmental management standards based on relevant European or international standards from accredited bodies such as ISO 14001 or equivalent.
Vis mer
Liste og kort beskrivelse av regler og kriterier:
“Requirements connected to the tenderer ́s technical and professional qualifications. Applies to all sub-contracts: Tenderers shall be suitable for...”
Liste og kort beskrivelse av regler og kriterier
Requirements connected to the tenderer ́s technical and professional qualifications. Applies to all sub-contracts: Tenderers shall be suitable for fulfilment of contractual requirements for due diligence assessments for responsible businesses, cf. the contract formula point 13.
This means that the Tenderer has implemented measures and systems that are used in the Tenderer's work to safeguard basic human rights and decent working conditions, as well as to prevent environmental degradation and corruption.
Documentation requirements:
A description of the tenderer's systems for working with due diligence assessments in accordance with the UN ́s guiding principles for business and human rights (UNGP) and OECD ́s guidelines for multinational companies. The documentation shall include:
* Formal policies/policies that cover an obligation to comply with the requirements of responsible businesses.
Vis mer
Liste og kort beskrivelse av regler og kriterier:
“Requirements connected to the tenderer ́s technical and professional qualifications. Applies to sub-contract I: Tenderers shall have experience from at...”
Liste og kort beskrivelse av regler og kriterier
Requirements connected to the tenderer ́s technical and professional qualifications. Applies to sub-contract I: Tenderers shall have experience from at least three similar deliveries in the last five years. Similar deliveries means the delivery of standard fixtures for outdoor lighting in a Nordic climate, with the delivery of more than 60 standard fixtures per project.
For at least one of the three deliveries, the delivered fittings must have been delivered with Zhaga connection.
Documentation requirements:
Tenderers shall provide an overview of the most important equivalent goods deliveries that the tenderer has carried out in the last five years, together with information on the contracts ́ value, date of delivery or execution and the name of the recipient.
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”
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 040-137446 (2026-02-25)
Kunngjøring av konkurranse (2026-03-20) Gjenstand Anskaffelsens omfang
Estimert verdi eksklusive mva: 65 000 000 NOK 💰
Prosedyre Administrativ informasjon
Frist for mottak av tilbud eller forespørsler om deltakelse: 2026-04-09 10:00:00.000 📅
Endringer Annen tilleggsinformasjon
“The tender deadline has been extended to 09.04, 12:00 The deadline for asking questions has been changed to 08.04, 12:00.”
Kilde: OJS 2026/S 057-196721 (2026-03-20)