Stage 1: Competition for the procurement of environment therapeutic relief measures and respite care offers for children and youths in Bergen municipality.

The aim of the procurement is to cover Bergen municipality ́s need for services for children and youths who, due to the conditions at home, or for other reasons, have a particular need for follow-up that is not covered by the municipality ́s own services. The procurement will therefore apply …

CPV: 85312400 Услуги на социалния патронаж и други подобни услуги, без настаняване
Място на изпълнение:
Stage 1: Competition for the procurement of environment therapeutic relief measures and respite care offers for children and youths in Bergen municipality.
Издаващ орган:
Bergen kommune - Byrådsavdeling for barnevern, sosiale tjenester og mangfold
Номер на наградата:
2025/202349

1. Buyer

1.1 Buyer

Official name : Bergen kommune - Byrådsavdeling for barnevern, sosiale tjenester og mangfold

2. Procedure

2.1 Procedure

Title : Stage 1: Competition for the procurement of environment therapeutic relief measures and respite care offers for children and youths in Bergen municipality.
Description : The aim of the procurement is to cover Bergen municipality ́s need for services for children and youths who, due to the conditions at home, or for other reasons, have a particular need for follow-up that is not covered by the municipality ́s own services. The procurement will therefore apply to hourly respite for parents who have children with particularly burdensome care needs, environmental therapeutic relief measures for children and youths, as well as weekend and holiday respite care in groups for children and youths who cannot utilise ordinary visitor homes.
Procedure identifier : 7206faf5-1086-4d5a-bc50-945b2bae60ac
Previous notice : 319795-2025
Internal identifier : 2025/202349
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
Main features of the procedure : The competition will be carried out as a two stage procedure. Read more about this here: Competition with negotiations | Anskaffelser.no The competition will be divided into 3 sub competitions:1. Competition for the procurement of hourly respite offer 2. Competition for the procurement of environmental therapeutic assistance measures3. Competition for the procurement of weekend and feri relief in groups In some cases it will be relevant to provide services in accordance with several of the service categories to the same user. The competition is reserved for nonprofits, cf. The Public Procurement Regulations § 30-2a.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 85312400 Welfare services not delivered through residential institutions

2.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : Bergen municipality

2.1.3 Value

Estimated value excluding VAT : 120 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - Public Procurement Regulations

2.1.5 Terms of procurement

Terms of submission :
The tenderer must submit tenders for all lots
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 3

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
Corruption : Is 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.
Fraud : Is 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 financing : Is 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 organisation : Is 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 activities : Is 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 beings : Is 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 law : Is 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 law : Is 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 law : Is 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 competition : Has the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition?
Grave professional misconduct : Has 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 and obtained confidential information of this procedure : Have 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 procedure : Are 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 procedure : Has 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 sanctions : Has 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 contributions : Have 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 taxes : Has 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 suspended : 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.
Bankruptcy : Is 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 creditors : Is 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.
Insolvency : Is 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 liquidator : 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.
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national law : Is 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 Lot technical ID : LOT-0001

Title : Part 1: Hourly respite
Description : Hourly respite in accordance with the Law on Health and Care Services § 3.2 and § 3.6 point 2.
Internal identifier : 1

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 85312400 Welfare services not delivered through residential institutions

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : Bergen municipality

5.1.3 Estimated duration

Start date : 01/02/2026
Duration end date : 31/01/2032

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : 1+1 year.

5.1.5 Value

Estimated value excluding VAT : 24 000 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.
The names and professional qualifications of the staff assigned to perform the contract must be given : Request to participate requirement
Procurement Project not financed with EU Funds.

5.1.7 Strategic procurement

The procurement falls within the scope of the European Parliament and Council 2009/33/EC (Clean Vehicles Directive – CVD)
The CVD legal basis to establish which category of procurement procedure applies Other service contract

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : The Register of Business Enterprises
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 1
Maximum number of candidates to be invited for the second stage of the procedure : 4
The procedure will take place in successive stages. At each stage, some participants may be eliminated
The buyer reserves the right to award the contract on the basis of the initial tenders without any further negotiations

5.1.10 Award criteria

Criterion :
Type : Quality
Name : System of the assignment
Description : Under this award criteria, the contracting authority will assess how the tenderer has described their solution for the assignment based on the requirement specifications, i.e. the offered scheme and user orientated measures from an overall perspective. The contracting authority will assess the tenders based on whether the tenderers have described a comprehensive concept for the service provision. Tenderers shall generally describe the system and content of the initiatives.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 1
Criterion :
Type : Quality
Name : Competence and experience
Description : Competence and experience means the key personnel ́ relevant formal and competent knowledge, practical skills and hands-on experience in providing services to equivalent users. Key personnel are defined as persons who have the professional and managerial responsibility for the service provision, including responsibility for allocating and selection of personnel resources for the assignment, as well as professional, organisational and management follow-up of personnel and services. The contracting authority will undertake an overall assessment of the offered competence and experience in light of the user ́s needs, cf. requirement specifications.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 2
Criterion :
Type : Quality
Name : Employee training
Description : The contracting authority will assess the tenderer's plan for training employees and a system for competence building and development. See the requirement for training and guidance for employees in the requirement specifications. The service provider shall describe how guidance and training of personnel is taken care of. Furthermore, a description shall be given of what is being done to evaluate, maintain and develop expertise. Tenderers shall describe their training programme for new employees and the training plan. Tenderers shall not reply by entering text in Mercell under each award criteria, but by uploading documents in a complete reply.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 3
Criterion :
Type : Price
Name : Price
Description : See the separate price form in Mercell, under the tab Documents, under the Annex tab.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 4

5.1.12 Terms of procurement

Terms of submission :
Languages in which tenders or requests to participate may be submitted : Norwegian
Deadline for receipt of expressions of interest : 07/08/2025 22:00 +00:00
Deadline for receipt of requests to participate : 08/08/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : Yes
A non-disclosure agreement is required : no

5.1 Lot technical ID : LOT-0002

Title : Part 2: Environmental therapeutic relief measures
Description : Environmental therapeutic relief measures in accordance with the Child Protection Act (LOV-2021-06-18-97) §§ 3-1, 3-4, 3-5 and 3-6
Internal identifier : 2

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 85312400 Welfare services not delivered through residential institutions

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : Bergen municipality

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : Bergen municipality

5.1.3 Estimated duration

Start date : 01/02/2026
Duration end date : 31/01/2032

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : 1+1 year.

5.1.5 Value

Estimated value excluding VAT : 87 000 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.
The names and professional qualifications of the staff assigned to perform the contract must be given : Request to participate requirement
Procurement Project not financed with EU Funds.

5.1.7 Strategic procurement

The procurement falls within the scope of the European Parliament and Council 2009/33/EC (Clean Vehicles Directive – CVD)
The CVD legal basis to establish which category of procurement procedure applies Other service contract

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : Company Registration Certificate
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (points, exact) : 1
Criterion : Enrolment in a trade register
Description : The Register of Business Enterprises
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 1
Maximum number of candidates to be invited for the second stage of the procedure : 4
The procedure will take place in successive stages. At each stage, some participants may be eliminated
The buyer reserves the right to award the contract on the basis of the initial tenders without any further negotiations

5.1.10 Award criteria

Criterion :
Type : Quality
Name : System of the assignment
Description : Under this award criteria, the contracting authority will assess how the tenderer has described their solution for the assignment based on the requirement specifications, i.e. the offered scheme and user orientated measures from an overall perspective. The contracting authority will assess the tenders based on whether the tenderers have described a comprehensive concept for the service provision. Tenderers shall generally describe the system and content of the initiatives.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 1
Criterion :
Type : Quality
Name : Competence and experience
Description : Competence and experience means the key personnel ́ relevant formal and competent knowledge, practical skills and hands-on experience in providing services to equivalent users. Key personnel are defined as persons who have the professional and managerial responsibility for the service provision, including responsibility for allocating and selection of personnel resources for the assignment, as well as professional, organisational and management follow-up of personnel and services. The contracting authority will undertake an overall assessment of the offered competence and experience in light of the user ́s needs, cf. requirement specifications.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 2
Criterion :
Type : Quality
Name : Employee training
Description : The contracting authority will assess the tenderer's plan for training employees and a system for competence building and development. See the requirement for training and guidance for employees in the requirement specifications. The service provider shall describe how guidance and training of personnel is taken care of. Furthermore, a description shall be given of what is being done to evaluate, maintain and develop expertise. Tenderers shall describe their training programme for new employees and the training plan. Tenderers shall not reply by entering text in Mercell under each award criteria, but by uploading documents in a complete reply.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 3
Criterion :
Type : Price
Name : Price
Description : See the separate price form in Mercell, under the tab Documents, under the Annex tab.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 4
Criterion :
Type : Quality
Name : System of the assignment
Description : Under this award criteria, the contracting authority will assess how the tenderer has described their solution for the assignment based on the requirement specifications, i.e. the offered scheme and user orientated measures from an overall perspective. The contracting authority will assess the tenders based on whether the tenderers have described a comprehensive concept for the service provision. Tenderers shall generally describe the system and content of the initiatives.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 1
Criterion :
Type : Quality
Name : Competence and experience
Description : Competence and experience means the key personnel ́ relevant formal and competent knowledge, practical skills and hands-on experience in providing services to equivalent users. Key personnel are defined as persons who have the professional and managerial responsibility for the service provision, including responsibility for allocating and selection of personnel resources for the assignment, as well as professional, organisational and management follow-up of personnel and services. The contracting authority will undertake an overall assessment of the offered competence and experience in light of the user ́s needs, cf. requirement specifications.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 2
Criterion :
Type : Quality
Name : Employee training
Description : The contracting authority will assess the tenderer's plan for training employees and a system for competence building and development. See the requirement for training and guidance for employees in the requirement specifications. The service provider shall describe how guidance and training of personnel is taken care of. Furthermore, a description shall be given of what is being done to evaluate, maintain and develop expertise. Tenderers shall describe their training programme for new employees and the training plan. Tenderers shall not reply by entering text in Mercell under each award criteria, but by uploading documents in a complete reply.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 3
Criterion :
Type : Price
Name : Price
Description : See the separate price form in Mercell, under the tab Documents, under the Annex tab.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 4

5.1.12 Terms of procurement

Terms of submission :
Languages in which tenders or requests to participate may be submitted : Norwegian
Deadline for receipt of expressions of interest : 07/08/2025 22:00 +00:00
Deadline for receipt of requests to participate : 08/08/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : Yes
A non-disclosure agreement is required : no

5.1 Lot technical ID : LOT-0003

Title : Part 3: Weekend and holiday respite group
Description : Weekend and holiday respite care in the group according to the Child Protection Act §§ 4-1, 4-2, 4-3 and 5-1
Internal identifier : 3

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 85312400 Welfare services not delivered through residential institutions

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : Bergen municipality

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : Bergen municipality

5.1.3 Estimated duration

Start date : 01/02/2026
Duration end date : 31/01/2032

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : 1+1 year.

5.1.5 Value

Estimated value excluding VAT : 9 000 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.
The names and professional qualifications of the staff assigned to perform the contract must be given : Request to participate requirement
Procurement Project not financed with EU Funds.

5.1.7 Strategic procurement

The procurement falls within the scope of the European Parliament and Council 2009/33/EC (Clean Vehicles Directive – CVD)
The CVD legal basis to establish which category of procurement procedure applies Other service contract

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : Register of Business Enterprises
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (points, exact) : 1
Criterion : Enrolment in a trade register
Description : The Register of Business Enterprises
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 1
Maximum number of candidates to be invited for the second stage of the procedure : 4
The procedure will take place in successive stages. At each stage, some participants may be eliminated
The buyer reserves the right to award the contract on the basis of the initial tenders without any further negotiations

5.1.10 Award criteria

Criterion :
Type : Quality
Name : System of the assignment
Description : Total weight for this award criteria: 30% Under this award criteria, the contracting authority will assess how the tenderer has described their solution for the assignment based on the requirement specifications, i.e. the offered scheme and user orientated measures from an overall perspective. The contracting authority will assess the tenders based on whether the tenderers have described a comprehensive concept for the service provision. Tenderers shall generally describe the system and content of the initiatives.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 1
Criterion :
Type : Quality
Name : Competence and experience
Description : Competence and experience means the key personnel ́ relevant formal and competent knowledge, practical skills and hands-on experience in providing services to equivalent users. Key personnel are defined as persons who have the professional and managerial responsibility for the service provision, including responsibility for allocating and selection of personnel resources for the assignment, as well as professional, organisational and management follow-up of personnel and services. The contracting authority will undertake an overall assessment of the offered competence and experience in light of the user ́s needs, cf. requirement specifications.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 2
Criterion :
Type : Quality
Name : Employee training
Description : The contracting authority will assess the tenderer's plan for training employees and a system for competence building and development. See the requirement for training and guidance for employees in the requirement specifications. The service provider shall describe how guidance and training of personnel is taken care of. Furthermore, a description shall be given of what is being done to evaluate, maintain and develop expertise. Tenderers shall describe their training programme for new employees and the training plan. Tenderers shall not reply by entering text in Mercell under each award criteria, but by uploading documents in a complete reply.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 3
Criterion :
Type : Price
Name : Price
Description : See the separate price form in Mercell, under the tab Documents, under the Annex tab.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 4
Criterion :
Type : Quality
Name : System of the assignment
Description : Under this award criteria, the contracting authority will assess how the tenderer has described their solution for the assignment based on the requirement specifications, i.e. the offered scheme and user orientated measures from an overall perspective. The contracting authority will assess the tenders based on whether the tenderers have described a comprehensive concept for the service provision. Tenderers shall generally describe the system and content of the initiatives.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 1
Criterion :
Type : Quality
Name : Competence and experience
Description : Competence and experience means the key personnel ́ relevant formal and competent knowledge, practical skills and hands-on experience in providing services to equivalent users. Key personnel are defined as persons who have the professional and managerial responsibility for the service provision, including responsibility for allocating and selection of personnel resources for the assignment, as well as professional, organisational and management follow-up of personnel and services. The contracting authority will undertake an overall assessment of the offered competence and experience in light of the user ́s needs, cf. requirement specifications.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 2
Criterion :
Type : Quality
Name : Employee training
Description : The contracting authority will assess the tenderer's plan for training employees and a system for competence building and development. See the requirement for training and guidance for employees in the requirement specifications. The service provider shall describe how guidance and training of personnel is taken care of. Furthermore, a description shall be given of what is being done to evaluate, maintain and develop expertise. Tenderers shall describe their training programme for new employees and the training plan. Tenderers shall not reply by entering text in Mercell under each award criteria, but by uploading documents in a complete reply.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 3
Criterion :
Type : Price
Name : Price
Description : See the separate price form in Mercell, under the tab Documents, under the Annex tab.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 4

5.1.12 Terms of procurement

Terms of submission :
Languages in which tenders or requests to participate may be submitted : Norwegian
Deadline for receipt of expressions of interest : 07/08/2025 22:00 +00:00
Deadline for receipt of requests to participate : 08/08/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : Yes
A non-disclosure agreement is required : no

5.1 Lot technical ID : LOT-0004

Title : Stage 1: Competition for the procurement of environment therapeutic relief measures and respite care offers for children and youths in Bergen municipality.
Description : The aim of the procurement is to cover Bergen municipality ́s need for services for children and youths who, due to the conditions at home, or for other reasons, have a particular need for follow-up that is not covered by the municipality ́s own services. The procurement will therefore apply to hourly respite for parents who have children with particularly burdensome care needs, environmental therapeutic relief measures for children and youths, as well as weekend and holiday respite care in groups for children and youths who cannot utilise ordinary visitor homes.
Internal identifier : 2025/202349

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 85312400 Welfare services not delivered through residential institutions

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : Bergen municipality

5.1.3 Estimated duration

Start date : 31/01/2026
Duration end date : 31/01/2032

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : 1+1 year.

5.1.5 Value

Estimated value excluding VAT : 120 000 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.
The names and professional qualifications of the staff assigned to perform the contract must be given : Request to participate requirement
Procurement Project not financed with EU Funds.

5.1.7 Strategic procurement

The procurement falls within the scope of the European Parliament and Council 2009/33/EC (Clean Vehicles Directive – CVD)
The CVD legal basis to establish which category of procurement procedure applies Other service contract

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : General yearly turnover
Description : The tenderer ́s ("total") annual turnover for the number of financial years requested in the tender notice or in the procurement documents is as follows: Minimum qualification requirements
Criterion : Relevant educational and professional qualifications
Description : The following education and professional qualifications are possessed by the tenderer and/or (depending on the requirements set in the notice or in the procurement documents) of the leading employees: Minimum qualification requirements
Criterion : Enrolment in a trade register
Description : The Register of Business Enterprises
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 1
Maximum number of candidates to be invited for the second stage of the procedure : 4
The procedure will take place in successive stages. At each stage, some participants may be eliminated
The buyer reserves the right to award the contract on the basis of the initial tenders without any further negotiations

5.1.10 Award criteria

Criterion :
Type : Quality
Name : System of the assignment
Description : Under this award criteria, the contracting authority will assess how the tenderer has described their solution for the assignment based on the requirement specifications, i.e. the offered scheme and user orientated measures from an overall perspective. The contracting authority will assess the tenders based on whether the tenderers have described a comprehensive concept for the service provision. Tenderers shall generally describe the system and content of the initiatives.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 1
Criterion :
Type : Quality
Name : Competence and experience
Description : Competence and experience means the key personnel ́ relevant formal and competent knowledge, practical skills and hands-on experience in providing services to equivalent users. Key personnel are defined as persons who have the professional and managerial responsibility for the service provision, including responsibility for allocating and selection of personnel resources for the assignment, as well as professional, organisational and management follow-up of personnel and services. The contracting authority will undertake an overall assessment of the offered competence and experience in light of the user ́s needs, cf. requirement specifications.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 2
Criterion :
Type : Quality
Name : Employee training
Description : The contracting authority will assess the tenderer's plan for training employees and a system for competence building and development. See the requirement for training and guidance for employees in the requirement specifications. The service provider shall describe how guidance and training of personnel is taken care of. Furthermore, a description shall be given of what is being done to evaluate, maintain and develop expertise. Tenderers shall describe their training programme for new employees and the training plan. Tenderers shall not reply by entering text in Mercell under each award criteria, but by uploading documents in a complete reply.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 3
Criterion :
Type : Price
Name : Price
Description : See the separate price form in Mercell, under the tab Documents, under the Annex tab.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 4

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Address of the procurement documents : https://permalink.mercell.com/261123300.aspx

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Deadline for receipt of expressions of interest : 07/08/2025 22:00 +00:00
Deadline for receipt of requests to participate : 08/08/2025 10:00 +00:00
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 : no

8. Organisations

8.1 ORG-0001

Official name : Bergen kommune - Byrådsavdeling for barnevern, sosiale tjenester og mangfold
Registration number : 964338531
Department : Byrådsavdeling for barnevern, sosiale tjenester og mangfold
Postal address : Postboks 7700
Town : BERGEN
Postcode : 5020
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Contact point : Inan Begic
Telephone : +47 05556
Roles of this organisation :
Buyer

Notice information

Notice identifier/version : 7a5a6956-9777-472f-9448-9b8d8d1473f4 - 01
Form type : Competition
Notice type : Contract notice – light regime
Notice dispatch date : 07/07/2025 11:27 +00:00
Notice dispatch date (eSender) : 07/07/2025 11:37 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00441880-2025
OJ S issue number : 128/2025
Publication date : 08/07/2025