Fibre connection for Haugesund municipality

The contracting authority needs to enter into a contract with a tenderer for the establishment and operation of new communication systems. The aim is that the fibre connection system, with the accompanying services, shall put the Customer in a better position to deliver a well-functioning, modern and safe fibre connection. …

CPV: 32400000 Net, 32430000 WAN, 32560000 Lysledermaterialer, 72315000 Datanetstyring og støttevirksomhed, 72317000 Datalagring, 72511000 Tjenesteydelser i forbindelse med netstyringsprogrammel, 72700000 Datamatnetværkstjenester
Frist:
7. juli 2025 10:00
Type af frist:
Afgivelse af et tilbuddet
Henrettelsessted:
Fibre connection for Haugesund municipality
Tildelende organ:
Haugesund Kommune
Tildelingsnummer:
2025/1485

1. Buyer

1.1 Buyer

Official name : Haugesund 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 : Fibre connection for Haugesund municipality
Description : The contracting authority needs to enter into a contract with a tenderer for the establishment and operation of new communication systems. The aim is that the fibre connection system, with the accompanying services, shall put the Customer in a better position to deliver a well-functioning, modern and safe fibre connection. The contract will come into force 1 September 2025 and it shall be valid for 4 years. See the tender documentation for further information on the delivery.
Procedure identifier : 157b1439-0728-4619-bb89-d41babb4fec3
Internal identifier : 2025/1485
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The contracting authority needs to enter into a contract with a tenderer for the establishment and operation of new communication systems. The aim is that the fibre connection system, with the accompanying services, shall put the Customer in a better position to deliver a well-functioning, modern and safe fibre connection. This contract defines 'establishment' as providing the necessary cabling internally in the location and connecting the necessary equipment in municipal racks. 'Operation' means that the tenderer shall ensure that the fibre network is operative in accordance with the requirements in point 4 below in this document. The contracting authority has an option for the establishment and operation of black fibre, security services beyond DDoS protection and changes of internet speeds.  The contract will come into force 1 September 2025 and it shall be valid for 4 years. See the tender documentation for further information on the delivery.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72700000 Computer network services
Additional classification ( cpv ): 32400000 Networks
Additional classification ( cpv ): 32430000 Wide area network
Additional classification ( cpv ): 32560000 Fibre-optic materials
Additional classification ( cpv ): 72315000 Data network management and support services
Additional classification ( cpv ): 72317000 Data storage services
Additional classification ( cpv ): 72511000 Network management software services

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.2 Place of performance

Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - This procurement is carried out in accordance with the Act of 17 June 2016 No. 73 on Public Procurement (LOA) and the Regulation of 12 August 2016 No. 974 on Public Procurement (FOA). The procurement is conducted as an open tender procedure in accordance with Parts I and III of the FOA.

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 : Fibre connection for Haugesund municipality
Description : The contracting authority needs to enter into a contract with a tenderer for the establishment and operation of new communication systems. The aim is that the fibre connection system, with the accompanying services, shall put the Customer in a better position to deliver a well-functioning, modern and safe fibre connection. The contract will come into force 1 September 2025 and it shall be valid for 4 years. See the tender documentation for further information on the delivery.
Internal identifier : 2025/1485

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72700000 Computer network services
Additional classification ( cpv ): 32400000 Networks
Additional classification ( cpv ): 32430000 Wide area network
Additional classification ( cpv ): 32560000 Fibre-optic materials
Additional classification ( cpv ): 72315000 Data network management and support services
Additional classification ( cpv ): 72317000 Data storage services
Additional classification ( cpv ): 72511000 Network management software services

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 31/08/2025
Duration end date : 31/08/2029

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 : See the tender documentation
Criterion : Financial ratio
Description : See the tender documentation.
Criterion : References on specified works
Description : See the tender documentation
Criterion : Certificates by independent bodies about quality assurance standards
Description : See the tender documentation.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : See the tender documentation.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 30/06/2025 21:55 +00:00
Address of the procurement documents : https://permalink.mercell.com/258634720.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 : 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 : 07/07/2025 10:00 +00:00
Deadline until which the tender must remain valid : 86 Day
Information about public opening :
Opening date : 07/07/2025 10:01 +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 : Haugaland og Sunnhordland Tingrett -
Information about review deadlines : See the tender documentation.

8. Organisations

8.1 ORG-0001

Official name : Haugesund Kommune
Registration number : 944073787
Postal address : Postboks 2160
Town : HAUGESUND
Postcode : 5528
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Contact point : Leila Hadjaeva
Telephone : +47 52743000
Fax : +47 52743252
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Haugaland og Sunnhordland Tingrett
Registration number : 974736705
Town : Haugesund
Postcode : 5501
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : 9953b574-7825-4596-80a7-1bf26a1e6c7a - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 04/06/2025 07:42 +00:00
Notice dispatch date (eSender) : 04/06/2025 09:41 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00362426-2025
OJ S issue number : 107/2025
Publication date : 05/06/2025