BV 2025-23 - Telephone notification system

Bergen vann constructs and operates the water and sewage plant in Bergen municipality and is an agency with approx. 270 employees. We shall procure a notification system that sends SMS, email and any voice messages to relevant recipients. The primary need is map based notification of inhabitants and entities during …

CPV: 72000000 IT services: consulting, software development, Internet and support, 72500000 Computer-related services
Deadline:
Aug. 22, 2025, 10 a.m.
Deadline type:
Submitting a bid
Place of execution:
BV 2025-23 - Telephone notification system
Awarding body:
Bergen kommune - Bergen Vann
Award number:
2024/100604

1. Buyer

1.1 Buyer

Official name : Bergen kommune - Bergen Vann
Activity of the contracting entity : Water-related activities

2. Procedure

2.1 Procedure

Title : BV 2025-23 - Telephone notification system
Description : Bergen vann constructs and operates the water and sewage plant in Bergen municipality and is an agency with approx. 270 employees. We shall procure a notification system that sends SMS, email and any voice messages to relevant recipients. The primary need is map based notification of inhabitants and entities during operational episodes. The notification shall be sent to those who have registered for national addresses, or operate business activities within a given area. Operational events can be planned measures that result in a break in the delivery for technical work on the pipeline network, or in the event of pipeline breaks, leaks and other non-planned situations. For such events we need to be able to gather data for later reporting and statistics. This applies to both event and notification, duration and number of persons affected. The system shall also be used for notifying other municipal departments than Bergen water.
Procedure identifier : 0beafd5d-b5ad-42ef-a72d-4076e8bc1be4
Internal identifier : 2024/100604
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : The procurement will be carried out in accordance with the procedure for an open tender contest, in accordance with the utilities regulations § 9-1.Negotiations cannot be made in the competition. The procurement will be carried out in accordance with the Public Procurement Act of 17 June 2016 (LOA) and the regulations on procurement regulations in the supply sectors (the supply regulations) parts I and parts II. The contract will be awarded in accordance with the open tender contest procedure, cf. the utilities regulations § 9-1(1). Negotiations are not allowed in this competition. Consequently, it is not necessary to change the tender offer after the tender deadline has expired. Furthermore, attention is agreed that tenders that include significant deviations from the procurement documents shall be rejected in accordance with the utilities regulations § 20-8(1) b. The contracting authority can reject tenders that include deviations from the procurement documents, uncertainties etc., which must not be considered insignificant, cf. The regulations § 20-8(2) a.Tenderers are therefore strongly encouraged to follow the instructions given in this tender documentation with annexes and possibly ask questions about ambiguousness via the communication module in Mercell.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72500000 Computer-related services
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support

2.1.2 Place of performance

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

2.1.3 Value

Estimated value excluding VAT : 10 000 000 Norwegian krone
Maximum value of the framework agreement : 10 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/25/EU
Forsyningsforskriften - Bergen Water is covered by the Supply Regulations in accordance with the Utilities Regulations § 1-1 letter c, cf § 1-5. The notification service shall be used for this operation.

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 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?

5. Lot

5.1 Lot technical ID : LOT-0000

Title : BV 2025-23 - Telephone notification system
Description : Bergen vann constructs and operates the water and sewage plant in Bergen municipality and is an agency with approx. 270 employees. We shall procure a notification system that sends SMS, email and any voice messages to relevant recipients. The primary need is map based notification of inhabitants and entities during operational episodes. The notification shall be sent to those who have registered for national addresses, or operate business activities within a given area. Operational events can be planned measures that result in a break in the delivery for technical work on the pipeline network, or in the event of pipeline breaks, leaks and other non-planned situations. For such events we need to be able to gather data for later reporting and statistics. This applies to both event and notification, duration and number of persons affected. The system shall also be used for notifying other municipal departments than Bergen water.
Internal identifier : 2024/100604

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72500000 Computer-related services
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 48 Month

5.1.4 Renewal

Maximum renewals : 6
Other information about renewals : Extensions can occur one year at a time, or with several years.

5.1.5 Value

Estimated value excluding VAT : 10 000 000 Norwegian krone
Maximum value of the framework agreement : 10 000 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.
The procurement is covered by the Government Procurement Agreement (GPA) : no

5.1.7 Strategic procurement

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.
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 Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that: The tenderer has sufficient economic and financial capacity to fulfil the contract. The required financial capacity will be assessed in relation to the contract ́s value, benefits, risk and duration. All the received and any obtained information will form the basis for an overall assessment of whether the qualification requirement is fulfilled. Documentation for Norwegian tenderers: The contracting authority will check the tenderer ́s financial situation from DFØ's eBevis, Proff Forvalt ( https://forvalt.no/) and/or via information provided by Creditsafe ( https://www.creditsafe.com ) and can obtain further information from the Brønnøysund Register Centre. Foreign companies: The contracting authority will check the tenderer ́s financial situation from Creditsafe ( https://www.creditsafe.com ). 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 provided.
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. Relevant projects will apply to the delivery of equivalent warning systems. 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. The projects shall be carried out by the company. Projects will not be accepted by current company employees while the employees worked at another company.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 13/08/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/258628331.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 : 22/08/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 22/08/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : A service shall be provided for notifying residents and companies in the event of various events.
Financial arrangement : Rules for payment and invoicing are stated in the contract documents.

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

Mediation organisation : Hordaland tingrett
Review organisation : Hordaland tingrett
Information about review deadlines : Deadlines in accordance with the procurement regulations.
Organisation providing additional information about the procurement procedure : HRP AS
Organisation providing more information on the review procedures : HRP AS

8. Organisations

8.1 ORG-0001

Official name : Bergen kommune - Bergen Vann
Registration number : 964338531
Department : Bergen Vann
Postal address : Postboks 7700
Town : BERGEN
Postcode : 5020
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Contact point : Elina Eikemo
Telephone : +47 05556
Fax : +47 48400203
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : HRP AS
Registration number : 988889245
Postal address : Dronning Eufemias gate 16
Town : Oslo
Postcode : 0301
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Snorre Nøstdahl
Telephone : +47 92887860
Roles of this organisation :
Organisation providing additional information about the procurement procedure
Organisation providing more information on the review procedures

8.1 ORG-0003

Official name : Hordaland tingrett
Registration number : 935364906
Postal address : postboks 7412
Town : Bergen
Postcode : 5020
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Telephone : 55699700
Roles of this organisation :
Review organisation
Mediation organisation

Notice information

Notice identifier/version : 97d5b602-5c47-4641-ab5d-05f126af92e1 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 26/06/2025 12:55 +00:00
Notice dispatch date (eSender) : 26/06/2025 13:01 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00420492-2025
OJ S issue number : 122/2025
Publication date : 30/06/2025