Trade system Sanitation

Trondheim Renholdsverk AS shall procure a trade system for sanitation. A complete system is wanted for safeguarding the sanitation service for Trondheim municipality which, however, is not limited to: subscription administration, invoice documentation, emptying routes, maps, storage function for articles, reporting system, deviations and service assignments etc. It shall be …

CPV: 48000000 Programpakker og informationssystemer, 48100000 Branchespecifik programpakke, 48400000 Programpakke til forvaltning af forretningstransaktioner og privatsager, 72000000 It-tjenester: rådgivning, programmeludvikling, internet og support, 72200000 Programmering af software og konsulentvirksomhed, 72250000 System- og supporttjenester, 72260000 Programmelrelaterede tjenester, 72300000 Datatjenester, 72400000 Internettjenester, 72600000 Support- og konsulentvirksomhed i forbindelse med edb
Henrettelsessted:
Trade system Sanitation
Tildelende organ:
Trondheim Renholdsverk AS
Tildelingsnummer:
25/00099

1. Buyer

1.1 Buyer

Official name : Trondheim Renholdsverk AS
Legal type of the buyer : Public undertaking, controlled by a local authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Trade system Sanitation
Description : Trondheim Renholdsverk AS shall procure a trade system for sanitation. A complete system is wanted for safeguarding the sanitation service for Trondheim municipality which, however, is not limited to: subscription administration, invoice documentation, emptying routes, maps, storage function for articles, reporting system, deviations and service assignments etc. It shall be delivered as a cloud system - SaaS, but the On-Prem system can be accepted in a shorter temporary transition phase.  Tenderers can deliver a complete system in one and the same programme, or a system where several programmes from different manufacturers are integrated, which together constituted a complete system. The tenderer will be responsible for the entire system and the customer will only deal with the main supplier as the contract party. The agreement also includes an option for a system for route optimisation. See Annex 1 requirement specifications for further detailed specifications. The contractual relationship will be regulated by SSA-L. The duration of this agreement is 3 years, with annual extensions until the Contracting Authority chooses to terminate the contract.
Procedure identifier : 8ca39de8-b20a-4933-a06c-88ca647dcb02
Previous notice : 133628-2025
Internal identifier : 25/00099
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The procurement will be carried out in accordance with the Public Procurement Act of 17 June 2016 (LOA) and the Public Procurement Regulations (FOA) FOR 2016-08-12-974 parts I and part III. The contract will be awarded in accordance with the negotiated procedure after the prior notice, cf. §13-1(2). The tender contest is initiated with a qualification phase. Only tenderers who fulfil the qualification requirements and who have been invited will be able to submit a tender. The contracting authority plans to invite a maximum of five (5) tenderers to submit tender offers. If more than five (5) qualified tenderers submit a request for participation to the competition, the contracting authority will choose among these tenderers on the basis of the selection criteria in point 5. All invited tenderers will have their tenders evaluated and invited to any negotiations. Following the negotiations and any updated tenders, the final evaluation of all tenders will be made and the contract will be awarded. The contracting authority reserves the right to not carry out negotiations if it turns out that negotiations are not appropriate. The award without negotiations does not prevent the contracting authority from clarifying and specifying information in the tenders. Attention is defined that tenders that include significant deviations from the procurement documents shall be rejected in accordance with the Public Procurement Regulations § 24-8(1) b. Such a rejection will exclude negotiations for the tender. Tenderers are strongly encouraged to follow the instructions given in this tender documentation with annexes and to question uncertainties via the procurement portal. See the tender documentation points 10.3 and 10.4 for rejection conditions. Tenderers are strongly encouraged to follow the instructions given in this tender documentation with annexes and ask questions via the procurement portal in the event of uncertainties.

2.1.1 Purpose

Main nature of the contract : Services
Additional nature of the contract : Supplies
Main classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48100000 Industry specific software package
Additional classification ( cpv ): 48400000 Business transaction and personal business software package
Additional classification ( cpv ): 72200000 Software programming and consultancy services
Additional classification ( cpv ): 72250000 System and support services
Additional classification ( cpv ): 72260000 Software-related services
Additional classification ( cpv ): 72300000 Data services
Additional classification ( cpv ): 72400000 Internet services
Additional classification ( cpv ): 72600000 Computer support and consultancy services

2.1.2 Place of performance

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

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - The procurement will be carried out in accordance with the Public Procurement Act of 17 June 2016 (LOA) and the Public Procurement Regulations (FOA) FOR 2016-08-12-974 parts I and part III. The contract will be awarded in accordance with the negotiated procedure after the prior notice, cf. §13-1(2).

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 : Trade system Sanitation
Description : Trondheim Renholdsverk AS shall procure a trade system for sanitation. A complete system is wanted for safeguarding the sanitation service for Trondheim municipality which, however, is not limited to: subscription administration, invoice documentation, emptying routes, maps, storage function for articles, reporting system, deviations and service assignments etc. It shall be delivered as a cloud system - SaaS, but the On-Prem system can be accepted in a shorter temporary transition phase.  Tenderers can deliver a complete system in one and the same programme, or a system where several programmes from different manufacturers are integrated, which together constituted a complete system. The tenderer will be responsible for the entire system and the customer will only deal with the main supplier as the contract party. The agreement also includes an option for a system for route optimisation. See Annex 1 requirement specifications for further detailed specifications. The contractual relationship will be regulated by SSA-L. The duration of this agreement is 3 years, with annual extensions until the Contracting Authority chooses to terminate the contract.
Internal identifier : 25/00099

5.1.1 Purpose

Main nature of the contract : Services
Additional nature of the contract : Supplies
Main classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48100000 Industry specific software package
Additional classification ( cpv ): 48400000 Business transaction and personal business software package
Additional classification ( cpv ): 72200000 Software programming and consultancy services
Additional classification ( cpv ): 72250000 System and support services
Additional classification ( cpv ): 72260000 Software-related services
Additional classification ( cpv ): 72300000 Data services
Additional classification ( cpv ): 72400000 Internet services
Additional classification ( cpv ): 72600000 Computer support and consultancy services
Options :
Description of the options : Options Option for route optimisation system. Extensions: The contract will be valid for 3 (three) years calculated from the delivery day. The contract will then be renewed automatically for 1 (one) year at a time, unless 3 (three) months notice is given by the Contracting Authority before the renewal date. Tenderers can give notice on the contract with 12 (twelve) months notice before the renewal date.

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 96 Month

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) : yes

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 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: Documentation that the tenderer is registered in a company register, professional register or a commerce register in the country where the tenderer is established. The certificate must not be older than 12 months calculated from the tender deadline.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (percentage, exact) : 0
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 the financial capacity to fulfil the contract. Tenderers are required to be credit worthy without security requirements, have satisfactory liquidity and solidity, minimum A or equivalent. Documentation: Credit rating based on the most recent financial figures. The credit rating must not be more than three months old. The rating shall be carried out by a credit rating company with licence to conduct this service.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (percentage, exact) : 0
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 experience from similar contracts. Similar assignments mean deliveries of the trade system for the sanitation industry. Documentation: Complete annex 3. Description of relevant, similar deliveries in the last 5 years. Including information about the value, time and recipient (name, telephone and email). The contracting authority must be given the authority to contact the person in question. The references will only be contacted if required.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (percentage, exact) : 100
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 1. Tenderers are required to have an established quality assurance system. Documentation: Documentation of a quality assurance system. An account of the tenderer ́s existing routines and documentation that the requirement for the quality assurance system/management system applicable for the assignment is covered. If this is described in the tenderer ́s quality assurance system iht. ISO 9001 or equivalent, documentation of this can be enclosed. 2. Tenderers are required to have a documented and implemented information security management system. Documentation: Information Security Documentation Valid ISO 27001 certificate, Or The report/evaluation of the tenderer's management system prepared by an independent third party (e.g. an auditing company) with competence to assess the management system. Or Internal description of the management system for information security and how this is adhered to.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (percentage, exact) : 0
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 Tenderers are required to have an environmental management system. Documentation: Documentation of an environmental management system. An account of the tenderer ́s existing routines and documentation that the requirement for the environmental management system applicable for the assignment is met. If this is described in the tenderer ́s environmental management system iht. ISO 14001, EMAS, Miljøfyrtårn or equivalent, documentation of this can be enclosed.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (percentage, exact) : 0
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 3
Maximum number of candidates to be invited for the second stage of the procedure : 5
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 : Quality and functionality
Description : Quality and functionality: • Compliance with requirement specifications - underweight 70%: Assessment of fulfilment and descriptions of T and S/T requirements as stated in annex 1. • Presentation of the solution - underweight 30 %: User friendliness and functionality with particular emphasis on flexibility in TRV ́s user environment. The system and user administration will also be elements in this review. When evaluating a demonstration, emphasis will be put on experienced user friendliness and experienced functionality in the standard system in order to get a better overall picture of the needs described in the customer ́s requirement specifications.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 60
Criterion :
Type : Price
Name : Price
Description : • Total evaluation sum price form, cf. column D38. • Pricing of any reservations.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
Criterion :
Type : Quality
Name : Implementation ability
Description : Implementation ability • Progress plan for the establishment project - underweight 50 % To what degree the tenderer ́s plan for carrying out the delivery (including proposals for a payment plan) is realistic and meets the contracting authority ́s wishes for delivery dates (the maximum delivery time is 12 months from and including the date the contract is signed), as well as the tenderer ́s proposal for organising and collaborating with the customer. Longer time for approval of the delivery than the SSA-L standard provision in point 3.3 will also be emphasised positively. It is considered an advantage if the largest possible share of the requested functionality, cf. Annex 1A, that is offered, is used by TRV or other customers. Concrete plans for developing a system to improve functionality beyond what is required in annex 1A can also be emphasised, which provides innovation and streamlines work processes for the customer or other actors in the sanitation industry. A relevant example here is, for example, concrete plans to use AI and machine learning to improve the system. • Team composition, competence and experience of the tenderer ́s offered key personnel - underweight 50 % The following will be particularly emphasised: Relevant experience from implementation of a trade system for the sanitation industry. - Knowledge of work processes and challenges in the sanitation industry. Relevant experience from equivalent roles in other projects. - Whether or not the offered key team has documented previous cooperation in similar projects. - Education level and relevant work experience.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
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

Deadline for requesting additional information : 09/06/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/257073356.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 requests to participate : 19/06/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : SSA-L including ethical guidelines and data processing agreement.
Electronic invoicing : Required
Electronic ordering will be used : no
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 : Trøndelag tingrett -
Organisation providing more information on the review procedures : Trøndelag tingrett -

8. Organisations

8.1 ORG-0001

Official name : Trondheim Renholdsverk AS
Registration number : 988964573
Postal address : Heggstadmoen 53
Town : Heimdal
Postcode : 7080
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Contact point : Håkon Farstad
Telephone : 45257595
Internet address : https://odinprosjekt.no/
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Trøndelag tingrett
Registration number : 926722794
Town : Trondheim
Postcode : 7004
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures
Notice information
Notice identifier/version : bd0afd08-073b-42a5-ba92-851853da0334 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 15/05/2025 19:01 +00:00
Notice dispatch date (eSender) : 16/05/2025 06:43 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00321288-2025
OJ S issue number : 95/2025
Publication date : 19/05/2025