Qualification phase - IK-EØS 054-2025 Operations contract data communication and transport network.

Bergen municipality is planning a competition for a new contract for the provision of services for data communication and the transport network. The new agreement shall replace the current agreement. The current contract is for the delivery of data communication and the transport network that is used by employees and …

CPV: 32412000 Communications network, 32412110 Internet network, 32430000 Wide area network, 72315100 Data network support services, 72315200 Data network management services, 72400000 Internet services, 72511000 Network management software services, 72720000 Wide area network services
Place of execution:
Qualification phase - IK-EØS 054-2025 Operations contract data communication and transport network.
Awarding body:
Bergen kommune - Byrådsavdelig for finans
Award number:
2024/174349

1. Buyer

1.1 Buyer

Official name : Bergen kommune - Byrådsavdelig for finans
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 : Qualification phase - IK-EØS 054-2025 Operations contract data communication and transport network.
Description : Bergen municipality is planning a competition for a new contract for the provision of services for data communication and the transport network. The new agreement shall replace the current agreement. The current contract is for the delivery of data communication and the transport network that is used by employees and work places at approx. 650 locations in Bergen municipality. The contract will be valid for 6 years, with options for extension. The contract includes: Establishment and operation of communication lines to Bergen municipality ́s locations, including data centres. Establishment and operation of IP VPN services, for secure transport of data between the municipality ́s locations and data centres. the above mentioned services.
Procedure identifier : a3584850-6f94-4c9f-99d8-71c0bc230188
Internal identifier : 2024/174349
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Main features of the procedure : Bergen municipality shall procure a new contract for the delivery of services connected to data communication and the transport network. The new contract shall replace the current contract with Telia Norway AS, which expires.   The contract includes: Establishment and operation of communication lines to Bergen municipality ́s locations, including data centres. Establishment and operation of IP VPN services, for secure transport of data between the municipality ́s locations and data centres. Bergen municipality is responsible for the operation of the local network in the locations. The contract ́s extent is therefore for the above mentioned services through fixed and wireless communication lines up until the municipality ́s LAN core switch located at each individual location. The agreement shall contribute to the municipality receiving a modern, scalable and secure computer network that safeguards current and future needs during the entire contract period.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72315100 Data network support services
Additional classification ( cpv ): 32412000 Communications network
Additional classification ( cpv ): 32412110 Internet network
Additional classification ( cpv ): 32430000 Wide area network
Additional classification ( cpv ): 72315200 Data network management services
Additional classification ( cpv ): 72400000 Internet services
Additional classification ( cpv ): 72511000 Network management software services
Additional classification ( cpv ): 72720000 Wide area network 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 - FOA § 13-1(2), cf. § 13-2 litra a) and c)

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 : Qualification phase - IK-EØS 054-2025 Operations contract data communication and transport network.
Description : Bergen municipality is planning a competition for a new contract for the provision of services for data communication and the transport network. The new agreement shall replace the current agreement. The current contract is for the delivery of data communication and the transport network that is used by employees and work places at approx. 650 locations in Bergen municipality. The contract will be valid for 6 years, with options for extension. The contract includes: Establishment and operation of communication lines to Bergen municipality ́s locations, including data centres. Establishment and operation of IP VPN services, for secure transport of data between the municipality ́s locations and data centres. the above mentioned services.
Internal identifier : 2024/174349

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72315100 Data network support services
Additional classification ( cpv ): 32412000 Communications network
Additional classification ( cpv ): 32412110 Internet network
Additional classification ( cpv ): 32430000 Wide area network
Additional classification ( cpv ): 72315200 Data network management services
Additional classification ( cpv ): 72400000 Internet services
Additional classification ( cpv ): 72511000 Network management software services
Additional classification ( cpv ): 72720000 Wide area network services
Options :
Description of the options : First option: Extension for two (2) years. 2nd option: Extension for one (1) year. Third option: Extension for two (2) years.

5.1.2 Place of performance

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

5.1.3 Estimated duration

Start date : 01/03/2026
Duration end date : 01/03/2032

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
This procurement is also suitable for small and medium-sized enterprises (SMEs) : 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. 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.
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 Qualification requirement: Tenderers shall be credit worthy as well as have sufficient economic and financial capacity to fulfil the contract. Documentation requirement: Credit evaluation/rating, an assessment made in CreditPro, D&B, Bisnode AS or an equivalently certified credit information agency, not older than 3 months, and which is based on the last known accounting figures. For companies that cannot be credit rated, approved accounting figures shall show satisfactory good credit worthiness and sufficient financial implementation ability/capacity. This will be assessed based on an overall assessment based on the following parameters: result degree, degree of liquidity, solidity, debt ratio and turnover. If a tenderer cannot present the above mentioned documentation, or would like to document that it gives a misleading picture of his financial situation, he shall prove his economic and financial position, using another document of relevance to the company's fiscal figures/finances. Tenderers shall in particular justify why the requested documentation possibly cannot be delivered or gives a misleading picture. Any guarantees and insurances given by a third party must cover all the financial losses that may arise due to non fulfilment of the contract. Any guarantors must document that they independently fulfil the qualification requirement for finances. The contracting authority reserves the right, nevertheless, to obtain financial information from other sources (e.g. own credit rating) if there is uncertainty as to whether the requirement is fulfilled or not. Such a decision must not be justified. All the obtained and any submitted information will form the basis for an overall assessment of whether the qualification requirement is fulfilled.
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 Technical and professional qualifications -- Relevant experience: 6.4.1 --Demand: Tenderers shall have carried out relevant deliveries in the last three (3) years. Relevant means experience from contracting authorities with equivalent service needs and complexity. -- Documentation requirement: A description shall be given of the most relevant deliveries with equivalent complexity and need in the last three (3) years. Three (3) references are requested. It must be clearly stated that assignments have been carried out with clear relevance regarding service level and complexity. References shall as a minimum be described with the following information: Customer Name Contact information at the contracting authority; name, position, email and telephone number. Brief description of the contract and previous work Time period and duration Size and number of users References can be contacted and controlled. This contact information must be provided. If a tenderer will use capacity from a parent company or other binding statement, see "Annex 2 to the Instructions to the Tenderer Commitment Statement".
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (percentage, exact) : 50
Criterion : Technicians or technical bodies for quality control
Description : Tenderers can use the following technical personnel or technical units , particularly those who are responsible for quality control: For technical personnel or technical units that do not directly belong to the tenderer ́s business, but if the capacity the tenderer will use, cf. part II, section C, separate ESPD forms shall be supplemented. Minimum qualification requirements Technical and professional qualifications -- Implementation ability: 6.4.2 -- Requirement: The tenderer shall have good implementation ability and an organisation that has sufficient capacity to fulfil the contract. -- Documentation requirement: A short and concise description shall be given of the company, including: A description of the tenderer's average annual workforce and the number of employees in the management in the last three years. An account of the company ́s core competence related to the scope of the delivery, including an overview of the tenderer's resource persons, their relevant experience and competence related to these types of deliveries. This can be delivered in the form of a competence matrix with short descriptions. A description of how much of the contract the tenderer is considering putting away to sub-supplier(s). A description of how the tenderer is organised for the execution of this contract. If collaborating partners or sub-suppliers must enclose a Commitment Statement (Annex 2 " Commitment Statement"). It is important that it is clearly stated in which area the collaboration partners or sub-suppliers contribute, cf. the above description.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (percentage, exact) : 50
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 6.6 Quality control system --Demand: Tenderers shall have an implemented quality management system. -- Documentation requirement: Valid ISO 9001 certificate or equivalent, or certificate issued by an independent body as documentation that the tenderer fulfils the requirements in accordance with ISO 9001 or equivalent. Optionally, an account (should not exceed 3 A-4 pages) that substantiates that equivalent requirements are complied with, with a general description of the contents of the system, including an overview of plans and check-lists that are relevant. The account shall include a matching matrix up to ISO 9001.
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 6.7 Environmental control system --Demand: Tenderers shall have an implemented environmental management system. -- Documentation requirement: Valid ISO 14001//50001, EMAS certificate or equivalent, or certificate issued by an independent body as documentation that the tenderer fulfils the requirements. Optionally, an account (should not exceed 3 A-4 pages) that substantiates that equivalent requirements are complied with, with a general description of the contents of the system, including an overview of plans and check-lists that are relevant. The account shall include a matrix of conformity with ISO 14001.
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

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 07/08/2025 21:55 +00:00
Address of the procurement documents : https://permalink.mercell.com/261026900.aspx

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 18/08/2025
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
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 12/08/2025 10:00 +00:00
Information that can be supplemented after the submission deadline :
At the discretion of the buyer, some missing tenderer-related documents may be submitted later.
Additional information : .
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : yes
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 : Hordaland Tingrett
Information about review deadlines : Appeals shall be submitted without delay. The Contracting Authority continually processes appeals. The deadline for requesting a temporary injunction cf. § 20-7 has been set to 15 days after. the contracting authority ́s decision to reject a request to participate in the competition, cf. § 24-1 and § 24-2, or not select a tenderer, cf. § 16-12.
Organisation providing additional information about the procurement procedure : HRP AS
Organisation providing offline access to the procurement documents : HRP AS
Organisation receiving requests to participate : HRP AS
Organisation processing tenders : HRP AS

8. Organisations

8.1 ORG-0001

Official name : Bergen kommune - Byrådsavdelig for finans
Registration number : 964338531
Department : Byrådsavdelig for finans, SDi
Postal address : Postboks 7700
Town : BERGEN
Postcode : 5020
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Contact point : Ivan Lied
Telephone : 41270236
Fax : +47 48400203
Internet address : https://www.hrpas.no
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Hordaland Tingrett
Registration number : 935364906
Town : Bergen
Postcode : 5020
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Telephone : 55699700
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : HRP AS
Registration number : 988889245
Department : Anskaffelser, kontrakt og entreprise
Town : Oslo
Postcode : 0191
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : 4127023
Roles of this organisation :
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders

Notice information

Notice identifier/version : 9913e536-338e-43b0-8029-3e5d2bbc0513 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 03/07/2025 09:44 +00:00
Notice dispatch date (eSender) : 03/07/2025 09:54 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00436622-2025
OJ S issue number : 126/2025
Publication date : 04/07/2025