K0001EBE - Procurement of a digital cleaning tool

Bergen municipality would like to collect the cleaning services in the municipality in a specialist department. The professional environment and competence shall be further developed. Bergen municipality shall revise the cleaning standard and frequency and introduce NS Insta800. Bergen municipality is looking for a trade system that supports the trade …

CPV: 48000000 Balíky programů a informační systémy, 48200000 Balíky programů pro výstavbu sítí, internet a intranet, 48219000 Různé balíky programů pro výstavbu sítí, 48219300 Balík programů pro administrativu, 48220000 Balíky programů pro internet a intranet, 72260000 Služby programového vybavení, 90911000 Úklid v ubytovacích zařízeních, stavební úklid a čištění oken, 90919000 Úklid kanceláří, škol a čištění kancelářských strojů
Termín:
2. července 2025 10:00
Typ lhůty:
Podání nabídky
Místo provedení:
K0001EBE - Procurement of a digital cleaning tool
Misto zadání:
Bergen kommune - Etat for bygg og eiendom
Číslo zakázky:
2025/145100

1. Buyer

1.1 Buyer

Official name : Bergen kommune - Etat for bygg og eiendom
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 : K0001EBE - Procurement of a digital cleaning tool
Description : Bergen municipality would like to collect the cleaning services in the municipality in a specialist department. The professional environment and competence shall be further developed. Bergen municipality shall revise the cleaning standard and frequency and introduce NS Insta800. Bergen municipality is looking for a trade system that supports the trade department ́s need for better management of the cleaning service.
Procedure identifier : fc076236-6756-4ad8-86d1-916eee95a88b
Internal identifier : 2025/145100
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The contract is for a trade system for cleaning as a management tool for Bergen municipality at the Department for the Building and Property Cleaning Department. The system shall be provided as a service over the internet ("as a service" deliveries), and comprises establishment, including training, configuration, conversion, adaptation and any integrations, and operation/management as well as user support.  The cleaners shall use tablets as tools in daily operation, and a trade system is sought that supports the work these do at each location. It shall be possible to enter building drawings for each location, and it must be possible for the cleaner's manager to communicate and possibly prioritise assignments that the cleaner shall perform. The requirements and needs of the service are in the annexes.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72260000 Software-related services
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48200000 Networking, Internet and intranet software package
Additional classification ( cpv ): 48219000 Miscellaneous networking software package
Additional classification ( cpv ): 48219300 Administration software package
Additional classification ( cpv ): 48220000 Internet and intranet software package
Additional classification ( cpv ): 90911000 Accommodation, building and window cleaning services
Additional classification ( cpv ): 90919000 Office, school and office equipment cleaning services

2.1.2 Place of performance

Town : Bergen
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - The procurement will be carried out in accordance with the provision in the Procurement Act and the procurement regulations, parts I and part III.

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 : K0001EBE - Procurement of a digital cleaning tool
Description : Bergen municipality would like to collect the cleaning services in the municipality in a specialist department. The professional environment and competence shall be further developed. Bergen municipality shall revise the cleaning standard and frequency and introduce NS Insta800. Bergen municipality is looking for a trade system that supports the trade department ́s need for better management of the cleaning service.
Internal identifier : 2025/145100

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72260000 Software-related services
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48200000 Networking, Internet and intranet software package
Additional classification ( cpv ): 48219000 Miscellaneous networking software package
Additional classification ( cpv ): 48219300 Administration software package
Additional classification ( cpv ): 48220000 Internet and intranet software package
Additional classification ( cpv ): 90911000 Accommodation, building and window cleaning services
Additional classification ( cpv ): 90919000 Office, school and office equipment cleaning services

5.1.2 Place of performance

Town : Bergen
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 72 Month

5.1.4 Renewal

Maximum renewals : 3
Other information about renewals : The contracting authority can choose to extend the contract in several stages, for example, for 1 year at a time.

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 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 Tenderers shall be a legally registered company. Documentation: Documentation: Documentation must not be enclosed for tenderers registered in the Norwegian Register of Units. The contracting authority will check the registration by using the organisation number stated in the tenderer ́s Mercell profile. Tenderers who are not registered in the above register must present a certificate or confirmation (equivalent company registration certificate) for registration in a trade or business register as prescribed by the law of the country where the tenderer is established. Such a certificate shall not be issued more than six months before the tender deadline.
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 Tenderers must have sufficient economic and financial capacity to be able to fulfil the contract. The tenderer is required to have a minimum rating C (Moderate risk) in the credit company Creditsafe. Documentation: The contracting authority will check a credit rating carried out by the credit company Creditsafe, so the tenderer does not need to enclose their own credit rating. Newly established tenderers can submit a bank statement as proof of credit worthiness. If the tenderer is not registered in Creditsafe ́s registers, the company ́s last two auditor approved annual accounts shall be submitted upon request. If information in the above sources is not correct or supplementary information is needed to highlight the company's economic and financial situation, this can be submitted with the tender. The qualification requirement shall be fulfilled by the tender deadline date.
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 Tenderers shall have good and relevant experience. The experience shall include deliveries of equivalent complexity as the delivery requested in this competition. Documentation requirement: Relevant experience shall be documented by stating a minimum of three (3) and a maximum of five (5) reference projects from the last three (3) years. The references are to be added directly to Mercell as a response to this point. If more than five reference projects are given, only the first five will be assessed.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Lowest total price. The column "number" in the price and product form is an estimate for six years for use in the evaluation of the tenders and is not binding for the Contracting Authority. Documentation requirement: Price in NOK excluding VAT is to be filled in under the tab "Products" in Mercell. The service described in the annexes, as well as start-up costs, training, support and standard upgrades shall be included in the given prices.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : Quality
Description : The tenderer ́s response to the evaluation requirements (requirement in category B) in Annex 2 will form the basis for the evaluation of this award criteria. All evaluation requirements will be answered in Annex 2, with the exception of some requirements when the tenderer is asked to attach their own annexes.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Environment
Description : The tenderer ́s routines and guidelines for reducing climate and environmental impact will be evaluated in this award criteria. The procedures and guidelines should be implemented at the time of submission of the tender, with a measurable/documentable result for reduced climate or environmental impact. The contracting authority will emphasise that the tenderer (or relevant sub-suppliers) achieves positive environmental/climate effect through routines for: 1. Reduction of the tool's climate and environmental footprint, which includes: Measures that contribute to less data transfer from the tool and any other measures that reduce the energy consumption at the customer. Other features of the tool that reduce the tool's climate and environmental impact 2. Energy management of the data centre that is used in this delivery. This includes: The tenderer's use of renewable energy (we do not accept guarantees of origin regarding renewable energy) Requirements for energy efficiency in the data centre. Use of environmentally friendly refrigeration systems in the computer centre and any reuse of excess heat. 3. Procurement or use of environmentally certified equipment that is connected to this delivery, reuse and disposal of equipment for the data centre. Documentation requirement: Tenderers should reply in a separate annex to the tender that the tenderer creates. The document shall be named "Annex 2 Annex 1 The tenderer ́s response to climate and environmental impact". The response can only be on maximum 4 A4 pages with a minimum font size of 11. The number of pages exceeding 4 A4 pages will not be evaluated by the contracting authority, except for any certificates, which are added. Any hyperlinks and/or references to other annexes in this document will not be evaluated by the Contracting Authority.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 25/06/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/258106509.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 : 02/07/2025 10:00 +00:00
Deadline until which the tender must remain valid : 4 Month
Information about public opening :
Opening date : 02/07/2025 10:00 +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 : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Hordaland tingrett -
Organisation providing more information on the review procedures : Bergen kommune - Etat for bygg og eiendom -

8. Organisations

8.1 ORG-0001

Official name : Bergen kommune - Etat for bygg og eiendom
Registration number : 964338531
Department : Etat for bygg og eiendom
Postal address : Postboks 7700
Town : BERGEN
Postcode : 5020
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Contact point : Torjan Haaland
Telephone : +47 05556
Roles of this organisation :
Buyer
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Hordaland tingrett
Registration number : 926723367
Town : Bergen
Postcode : 5004
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Telephone : 55 69 97 00
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : 0a9cc6f8-125b-4940-acf5-f5020e32869e - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 27/05/2025 11:40 +00:00
Notice dispatch date (eSender) : 27/05/2025 11:52 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00344009-2025
OJ S issue number : 102/2025
Publication date : 28/05/2025