Framework agreement for digital area protection for municipal schools and nurseries.

The city council has decided that Trondheim municipality shall pilot digital area protection outside work hours at municipal nurseries and schools as preventive measures against break-ins, vandalism, fire-proofing and vandalism in school buildings and nurseries (case PS 0187/24). Trondheim municipality, c/o Trondheim eiendom shall enter into a framework agreement with …

CPV: 32323500 Kontrolní videosystémy, 35125300 Bezpečnostní kamery, 45222300 Technické práce na bezpečnostních zařízeních, 45233292 Instalace a montáž bezpečnostního zařízení, 92222000 Služby v oblasti uzavřených televizních okruhů
Termín:
1. července 2025 7:00
Typ lhůty:
Podání nabídky
Místo provedení:
Framework agreement for digital area protection for municipal schools and nurseries.
Misto zadání:
Trondheim kommune
Číslo zakázky:
2025/17376

1. Buyer

1.1 Buyer

Official name : Trondheim kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Framework agreement for digital area protection for municipal schools and nurseries.
Description : The city council has decided that Trondheim municipality shall pilot digital area protection outside work hours at municipal nurseries and schools as preventive measures against break-ins, vandalism, fire-proofing and vandalism in school buildings and nurseries (case PS 0187/24). Trondheim municipality, c/o Trondheim eiendom shall enter into a framework agreement with a tenderer for the establishment, support and maintenance of centralised camera monitoring platform for schools and nurseries in Trondheim municipality. Procurements include the purchase and assembly of cameras for external facade coverage. The procurement also includes set up, engineering design, support and maintenance of the video managment system. The framework agreement will be valid for 2 years from when the contract is signed. The contracting authority has options to extend the framework agreement for 1+1 year. The total duration of the framework agreement can therefore be four years.
Procedure identifier : 56405912-4afc-406b-803d-6f6e6d6c4011
Internal identifier : 2025/17376
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : Procurements include the purchase and assembly of cameras for external facade coverage. The procurement also includes set up, engineering design, support and maintenance of the video managment system. The framework agreement will be valid for 2 years from when the contract is signed. The contracting authority has options to extend the framework agreement for 1+1 year. The total duration of the framework agreement can therefore be four years.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 92222000 Closed circuit television services
Additional classification ( cpv ): 32323500 Video-surveillance system
Additional classification ( cpv ): 35125300 Security cameras
Additional classification ( cpv ): 45222300 Engineering work for security installations
Additional classification ( cpv ): 45233292 Installation of safety equipment

2.1.2 Place of performance

Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 20 000 000 Norwegian krone
Maximum value of the framework agreement : 20 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - The procurement will be carried out as an open tender contest, cf. The Public Procurement Regulations § 13-1

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 of obligations set under purely national exclusion grounds : The contracting authority shall state that in Norway there are national rejection reasons. These shall be described in the procurement documents. Tenderers must respond to whether they are in one or more of the situations described in the national rejection reasons. Will the purely national rejection reasons, as stated in the relevant notice or in the procurement documents, apply?
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-0000

Title : Framework agreement for digital area protection for municipal schools and nurseries.
Description : The city council has decided that Trondheim municipality shall pilot digital area protection outside work hours at municipal nurseries and schools as preventive measures against break-ins, vandalism, fire-proofing and vandalism in school buildings and nurseries (case PS 0187/24). Trondheim municipality, c/o Trondheim eiendom shall enter into a framework agreement with a tenderer for the establishment, support and maintenance of centralised camera monitoring platform for schools and nurseries in Trondheim municipality. Procurements include the purchase and assembly of cameras for external facade coverage. The procurement also includes set up, engineering design, support and maintenance of the video managment system. The framework agreement will be valid for 2 years from when the contract is signed. The contracting authority has options to extend the framework agreement for 1+1 year. The total duration of the framework agreement can therefore be four years.
Internal identifier : 2025/17376

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 92222000 Closed circuit television services
Additional classification ( cpv ): 32323500 Video-surveillance system
Additional classification ( cpv ): 35125300 Security cameras
Additional classification ( cpv ): 45222300 Engineering work for security installations
Additional classification ( cpv ): 45233292 Installation of safety equipment

5.1.2 Place of performance

Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 20 000 000 Norwegian krone
Maximum value of the framework agreement : 20 000 000 Norwegian krone

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) : no

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a relevant professional register
Description : Tenderers are registered in a professional 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. Minimum qualification requirements Tenderers must have e-communication authorisation (ENA) granted by Nkom. Documentation: Confirmation of supplier authorisation.
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. Minimum qualification requirements Demand: Tenderers shall be registered in a company register, professional register or a commerce register in the country where the tenderer is established. Documentation: Norwegian companies: Company Registration Certificate Foreign companies: Certificate that the tenderer is registered in a company register, professional register or a commerce register in the country where the tenderer is registered.
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 Demand: Tenderers must have sufficient economic and financial capacity to fulfil the contract. Tenderers shall have an annual minimum turnover within the area that the contract applies to, that exceeds twice the estimated value of the contract. Documentation requirement: The company's Annual Financial Statements for the last 2 fiscal years which includes the Board's Annual Report, Income Statement, Balance Sheet, Notes, and Auditor's Report.
Criterion : Other economic or financial requirements
Description : Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that: Minimum qualification requirements Demand: Tenderers must have sufficient economic and financial capacity to fulfil the contract. Tenderers shall have a rating of minimum A or equivalent. Documentation requirement: Credit evaluation/rating, not older than three months, and which is based on the last known accounting figures. The rating shall be carried out by an officially certified credit rating institution. Credit rating shall be submitted with the tender.
Criterion : References on specified services
Description : Only for services: In the reference period, the tenderer has carried out the following important goods deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three years to be taken into consideration. Minimum qualification requirements Demand: Tenderers shall have experience from assignments of a similar nature, size/scope and degree of difficulty: Camera system for several locations with central video management. Documentation requirement: A description of the tenderer's 2 most relevant contracts in the course of recent years. The description must include: The scope of the assignment The assignment ́s value Time Contract party (name, telephone number and email address). It is the tenderer ́s responsibility to document relevance through the description. Certificates for previously executed assignments.
Criterion : Subcontracting proportion
Description : The tenderer is considering to outsource the following part (as a percentage) of the contract to sub-suppliers. Note that if the tenderer has decided to outsource a part of the contract to sub-suppliers and will use the sub-suppliers ́ capacity to carry out this part, a special ESPD will be supplemented for such sub-suppliers, see part II, section C, above. Minimum qualification requirements Documentation requirement: An overview/matrix that states how much of the contract the tenderer is considering putting away to sub-suppliers.
Criterion : Certificates by independent bodies about quality assurance standards
Description : Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements? Minimum qualification requirements Demand: Tenderers shall have a quality system suited to the content of the contract. Documentation: Certificate for the company's quality system/management system issued by independent bodies that confirms the tenderer fulfils certain quality assurance standards, for example ISO 9001:2002. The quality standard shall be based on relevant European standard series, which are certified by accredited bodies. 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. As a minimum a general description of the system ́s content, including an overview of inspection plans and check-lists that are relevant for this contract, must be presented.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards? Minimum qualification requirements Demand: Tenderers must have procedures to carry out the assignment in an environmentally appropriate manner. Documentation: Tenderers shall present certificates issued by independent bodies as documentation that the tenderer fulfils certain environmental management systems or standards. E.g. the EU Scheme for Environmental Management and Environmental Audits (EMAS), other recognised environmental management systems in the Regulation (EF) no. 1221/2009 article 45 or other environmental management standards based on relevant European or international standards from accredited bodies. The contracting authority will accept equivalent certificates issued by bodies in other EEA countries (e.g. Eco-Lighthouse, ISO 14001). Other documentation that shows that the tenderer has procedures to carry out the assignment in an environmentally responsible manner. Annex 9 Environmental Statement can also be used.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 23/06/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/258204036.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
Electronic catalogue : Not allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Deadline for receipt of tenders : 01/07/2025 07:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 01/07/2025 07:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : no
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

Review organisation : Trøndelag tingrett -
Information about review deadlines : The contracting authority shall not enter into a contract until after the waiting period expires, cf. the Public Procurement Regulations § 4-5 letter g. A waiting period of at least 10 days calculated from the day after the notification on the chosen tenderer has been sent.
Organisation providing more information on the review procedures : Trondheim kommune -
Organisation receiving requests to participate : Trondheim kommune -
Organisation processing tenders : Trondheim kommune -

8. Organisations

8.1 ORG-0001

Official name : Trondheim kommune
Registration number : 942110464
Postal address : Erling Skakkes gate 14
Town : TRONDHEIM
Postcode : 7004
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Contact point : Olga Wikdahl
Telephone : +47 72540000
Roles of this organisation :
Buyer
Organisation receiving requests to participate
Organisation processing tenders
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Trøndelag tingrett
Registration number : 926 722 794
Postal address : Postboks 2317 Torgarden
Town : Trondheim
Postcode : 7004
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Telephone : 73 54 24 00
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : 060fb1d3-5fc7-4daf-863a-4b70fa49a75d - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 28/05/2025 11:05 +00:00
Notice dispatch date (eSender) : 28/05/2025 11:22 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00349150-2025
OJ S issue number : 103/2025
Publication date : 30/05/2025