The current framework agreement for locks and fittings expires during 2026. There is a need for a tenderer who can see to service, error recovery, engineering design, installation and disassembly of locks and fittings. The maximum value of the framework agreement is NOK 53,000,000. The expected annual consumption on the framework agreement is NOK 6 000 000. A framework agreement shall be signed with one tenderer for the assignment. The contracting authority reserves the right to enter into contracts with other tenderers, where the Contracting Authority deems this appropriate. The use of sub-suppliers (UL) shall be clarified with VAV for safety reasons. Use of UL is only relevant in case of special cases, for example large projects. The use of UL shall be approved by the contracting authority. A security agreement shall be signed with UL, and UL ́s personnel shall be authorised.
Frist
Fristen for mottak av tilbud var 2026-02-27.
Anskaffelsen ble publisert 2026-01-26.
Kunngjøring av konkurranse (2026-01-26) Gjenstand Anskaffelsens omfang
Tittel: Framework agreement locks and fittings
Referansenummer: 3315
Kort beskrivelse:
“The current framework agreement for locks and fittings expires during 2026. There is a need for a tenderer who can see to service, error recovery,...”
Kort beskrivelse
The current framework agreement for locks and fittings expires during 2026. There is a need for a tenderer who can see to service, error recovery, engineering design, installation and disassembly of locks and fittings.
The maximum value of the framework agreement is NOK 53,000,000. The expected annual consumption on the framework agreement is NOK 6 000 000.
A framework agreement shall be signed with one tenderer for the assignment. The contracting authority reserves the right to enter into contracts with other tenderers, where the Contracting Authority deems this appropriate.
The use of sub-suppliers (UL) shall be clarified with VAV for safety reasons. Use of UL is only relevant in case of special cases, for example large projects. The use of UL shall be approved by the contracting authority. A security agreement shall be signed with UL, and UL ́s personnel shall be authorised.
Vis mer
Kontrakttype: Tjenester
Produkter/tjenester: Låsesmedtjenester📦
Estimert verdi eksklusive mva: 53 000 000 NOK 💰
Beskrivelse
Beskrivelse av anskaffelsen:
“The current framework agreement for locks and fittings expires during 2026. There is a need for a tenderer who can see to service, error recovery,...”
Beskrivelse av anskaffelsen
The current framework agreement for locks and fittings expires during 2026. There is a need for a tenderer who can see to service, error recovery, engineering design, installation and disassembly of locks and fittings.
The maximum value of the framework agreement is NOK 53,000,000. The expected annual consumption on the framework agreement is NOK 6 000 000.
A framework agreement shall be signed with one tenderer for the assignment. The contracting authority reserves the right to enter into contracts with other tenderers, where the Contracting Authority deems this appropriate.
The use of sub-suppliers (UL) shall be clarified with VAV for safety reasons. Use of UL is only relevant in case of special cases, for example large projects. The use of UL shall be approved by the contracting authority. A security agreement shall be signed with UL, and UL ́s personnel shall be authorised.
Vis mer
Tilleggsprodukter/-tjenester: Installasjon av elektrisk og mekanisk utstyr📦
Tilleggsprodukter/-tjenester: Installasjonstjenester (bortsett fra programvare)📦
Tilleggsprodukter/-tjenester: Beslag📦
Tilleggsprodukter/-tjenester: Hengsler, beslag og armatur📦
Tilleggsprodukter/-tjenester: Montering av dører og vinduer og liknende komponenter📦
Tilleggsprodukter/-tjenester: Beslagarbeid📦
Tilleggsprodukter/-tjenester: Låser, nøkler og hengsler📦
Tilleggsprodukter/-tjenester: Låser📦
Utførelsessted: Oslo🏙️ Varighet
Startdato: 2026-04-19 📅
Sluttdato: 2031-04-19 📅
Tildelingskriterier
Pris ✅
Pris (vekting): 100
Kvalitetskriterium (navn): The contracting authority has a duty in accordance with the Public Procurement Act § 5 to adapt its procurement practice so that it contributes to reducing harmful environmental impact and to promote climate-friendly systems when relevant. It follows from the Public Procurement regulation § 7-9 that the contracting authority as a starting point should weight climate and environmental considerations with a minimum of thirty percent.
The minimum requirements in this procurement are in accordance with Oslo municipality ́s standard climate and environmental requirements for transport. It has been estimated that this will have a better climate and environmental effect than evaluating the environment under the award criteria, as this ensures reduction of greenhouse gas emissions in the contract period so that the desired environmental effect is achieved.
Beyond the requirement for zero emission transport, it is not considered appropriate to evaluate the environment connected to the actual implementation of the contract, i.e. the goods in themselves and the installation of them. The relevant products are mostly off-the-shelf products that are considered inappropriate to evaluate on. It is also not relevant to evaluate the environmentally friendly installation method of the goods, as this is carried out manually with hand-held equipment. This activity does not carry an environmental footprint.
Documentation shall be enclosed in the contract that tenderers that are covered by the waste regulations § 7-5 at the latest when the contract is signed, shall present documentation demonstrating that membership in one of the recycling companies for packaging approved by the Norwegian Environment Agency. Furthermore, tenderers are required to have a satisfactory management system for environments suitable for the nature and scope of the contract.
The conclusion is that the procurement ́s climate and environmental footprint is best taken care of by setting contract requirements for emission free transport. The contracting authority will not evaluate the environment under the award criteria.
Kvalitetskriterium (vekting): 0
Tittel
Identifikasjonsnummer for delkontrakt: LOT-0001
Prosedyre Prosedyretype
Åpen anbudskonkurranse ✅ Administrativ informasjon
Frist for mottak av tilbud eller forespørsler om deltakelse: 2026-02-27 11:00:00.000 📅
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.: The tenderer shall be a legally established company.
...”
Liste og kort beskrivelse av regler og kriterier
Requirements connected to the tenderer ́s registrations, authorisations, etc.: 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.: * Annual minimum turnover of NOK 50,000,000.
* Credit rating of minimum B in...”
Liste og kort beskrivelse av regler og kriterier
Requirements connected to the tenderer ́s economic and financial capacity.: * Annual minimum turnover of NOK 50,000,000.
* Credit rating of minimum B in Creditsafe.
Documentation requirements:
* The company's annual accounts or extracts thereof if the publication of annual accounts is required in the country where the tenderer is established. NB: Norwegian companies obtain the contracting authority's annual financial statements from brreg.no. Foreign companies can refer to an equivalent place where the Contracting Authority can obtain the Annual Financial Statements without costs.
* The accounts balance for the last three available fiscal years. This requirement only applies to companies where the publication of annual accounts is not required in the state where the company is established.
* A statement of the company's total turnover for the maximum of the three last available fiscal years. The declaration can also apply to the turnover within the area that the contract applies if this information is relevant and available. This requirement only applies to companies where the publication of annual accounts is not required in the state where the company is established.
* Credit evaluation/rating, not older than 3 months, based on the last known fiscal figures. NB: The contracting authority will obtain a credit rating from CreditSafe
Vis mer
Liste og kort beskrivelse av regler og kriterier:
“Requirements connected to the tenderer ́s technical and professional qualifications.: Good and relevant experience is required from projects and...”
Liste og kort beskrivelse av regler og kriterier
Requirements connected to the tenderer ́s technical and professional qualifications.: Good and relevant experience is required from projects and operations/services of an equivalent nature.
Equivalent nature means installation and operation of locks and fittings for high security installations, industrial installations, defence installations or equivalent, subject to the Security Act.
Documentation requirements:
An overview of the most important goods deliveries or services that the tenderer has carried out in the last three years, together with information about the contracts ́ value, date of delivery or execution, and the name of the recipient.
Vis mer
Liste og kort beskrivelse av regler og kriterier:
“Requirements connected to the tenderer ́s technical and professional qualifications.: The tenderer shall have good competence and good capacity, including,...”
Liste og kort beskrivelse av regler og kriterier
Requirements connected to the tenderer ́s technical and professional qualifications.: The tenderer shall have good competence and good capacity, including, but not limited to:
* Necessary personnel to implement the contract.
Tenderers must have sufficient capacity to handle simultaneous activity (e.g. handle an ongoing project at the same time as emerging service), including planned and unforeseen assignments for VAV, even when they provide services to other customers.
* Necessary equipment to implement the contract, including a sufficient number of vehicles to work on two to three locations parallel. Tenderers must have vehicles suitable for access in winter time to some locations in Oslomarka.
Documentation requirements:
* Description of the technical personnel or technical units, particularly those who are responsible for quality control, that the tenderer has at its disposal for fulfilment of the contract.
* An account of the tenderer ́s average workforce.
* A report of the implements, machinery, tools, materials or technical equipment at the disposal of the tenderer for execution of the contract.
Vis mer
Liste og kort beskrivelse av regler og kriterier:
“Requirements connected to the tenderer ́s technical and professional qualifications.: Tenderers shall have a quality assurance system that fulfils the...”
Liste og kort beskrivelse av regler og kriterier
Requirements connected to the tenderer ́s technical and professional qualifications.: Tenderers shall have a quality assurance system that fulfils the relevant quality assurance standard.
Documentation requirements:
* Copy of a valid certificate issued by independent bodies, for example ISO 9001 or equivalent. The quality assurance standard shall be based on relevant European standard series, which are certified by accredited bodies. The contracting authority will accept other equivalent certificates issued by bodies in other EEA countries.
* The contracting authority will also accept other documentation for equivalent quality assurance measures if the tenderer is unable to obtain such certificates by the deadline and this is not due to the tenderer himself. It is a prerequisite that the tenderer documents that these measures correspond to the requested quality assurance standards.
Vis mer
Liste og kort beskrivelse av regler og kriterier:
“Qualification requirements connected to due diligence assessments for responsible working life.: * Tenderers shall be suitable to fulfil contractual...”
Liste og kort beskrivelse av regler og kriterier
Qualification requirements connected to due diligence assessments for responsible working life.: * Tenderers shall be suitable to fulfil contractual requirements for due diligence assessments for responsible businesses within 6 months of the contract being signed.
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 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.
* Formal policy/guidelines for accountability for sub-suppliers/the supplier chain, (Supplier Code of Conduct). This shall only be provided if sub-suppliers are used.
* Descriptions of the tenderer's processes and routines for how the company works with due diligence assessments.
* Description of how the tenderer will obtain and maintain an overview of the country of origin and production locations for the products the tenderer offers. This shall only be delivered if the procurement includes goods.
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/ Vann- og avløpsetaten
Nasjonalt registreringsnummer: 971185589
Postadresse: Brynsengfaret 6
Postnummer: 0667
Poststed: Oslo
Region: Oslo🏙️
Land: Norge 🇳🇴
E-post: postmottak@vav.oslo.kommune.no📧
Telefon: +47 21802180📞
URL: https://www.oslo.kommune.no/etater-foretak-og-ombud/vann-og-avlopsetaten/🌏 Informasjon om elektroniske arbeidsflyter
Elektronisk fakturering vil bli akseptert
Elektronisk bestilling vil bli brukt
Elektronisk betaling vil bli brukt
Kilde: OJS 2026/S 018-060637 (2026-01-26)