Stage 1 Qualification Phase - Framework agreement electronic locks for health and welfare services.

The contracting authority would like to enter into a framework agreement for the delivery of electronic locks with the accompanying accessories and material. (including key boxes and relays for control of the port telephone). The locks shall be administered by a separate system system for the administration and management of …

CPV: 44521110 Door locks, 31710000 Electronic equipment, 31711100 Electronic components, 44521120 Electronic security lock, 98395000 Locksmith services
Place of execution:
Stage 1 Qualification Phase - Framework agreement electronic locks for health and welfare services.
Awarding body:
Bergen kommune - Byrådsavdeling for helse og omsorg
Award number:
2024/27092

1. Buyer

1.1 Buyer

Official name : Bergen kommune - Byrådsavdeling for helse og omsorg
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 : Stage 1 Qualification Phase - Framework agreement electronic locks for health and welfare services.
Description : The contracting authority would like to enter into a framework agreement for the delivery of electronic locks with the accompanying accessories and material. (including key boxes and relays for control of the port telephone). The locks shall be administered by a separate system system for the administration and management of electronic locks, delivered as a service over the internet ("software as a service" deliveries). This part of the requirement is procured in a separate process. The equipment procured under this framework agreement must therefore be administered by a system provided by a third party.
Procedure identifier : 27b1ef8d-83d1-43f4-8efc-5b28fb1b8fda
Internal identifier : 2024/27092
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 : The contracting authority would like to enter into a framework agreement for the delivery of electronic locks with the accompanying accessories and material. (including key boxes and relays for control of the port telephone). The locks shall be administered by a separate system system for the administration and management of electronic locks, delivered as a service over the internet ("software as a service" deliveries). This part of the requirement is procured in a separate process. The equipment procured under this framework agreement must therefore be administered by a system provided by a third party. The contract will be valid for two (2) years from signing of the contract, with the following options for the Contracting Authority to extend: First option: Extension with one (1) year Second option: Extension for one (1) year.

2.1.1 Purpose

Main nature of the contract : Supplies
Additional nature of the contract : Services
Main classification ( cpv ): 44521110 Door locks
Additional classification ( cpv ): 31710000 Electronic equipment
Additional classification ( cpv ): 31711100 Electronic components
Additional classification ( cpv ): 44521120 Electronic security lock
Additional classification ( cpv ): 98395000 Locksmith services

2.1.2 Place of performance

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

2.1.3 Value

Maximum value of the framework agreement : 20 000 000 Norwegian krone

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 procurement will be carried out as a negotiated procedure after a prior notice, cf. the Public Procurement Regulations § 13-2.

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 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 : Stage 1 Qualification Phase - Framework agreement electronic locks for health and welfare services.
Description : The contracting authority would like to enter into a framework agreement for the delivery of electronic locks with the accompanying accessories and material. (including key boxes and relays for control of the port telephone). The locks shall be administered by a separate system system for the administration and management of electronic locks, delivered as a service over the internet ("software as a service" deliveries). This part of the requirement is procured in a separate process. The equipment procured under this framework agreement must therefore be administered by a system provided by a third party.
Internal identifier : 2024/27092

5.1.1 Purpose

Main nature of the contract : Supplies
Additional nature of the contract : Services
Main classification ( cpv ): 44521110 Door locks
Additional classification ( cpv ): 31710000 Electronic equipment
Additional classification ( cpv ): 31711100 Electronic components
Additional classification ( cpv ): 44521120 Electronic security lock
Additional classification ( cpv ): 98395000 Locksmith services

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 : 2
Other information about renewals : 1+1 year.

5.1.5 Value

Maximum value of the framework agreement : 20 000 000 Norwegian krone

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) : yes

5.1.7 Strategic procurement

The procurement falls within the scope of the European Parliament and Council 2009/33/EC (Clean Vehicles Directive – CVD)
The CVD legal basis to establish which category of procurement procedure applies Other service contract

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 -------------- 6.3 Economic and financial capacity. -------------- Qualification Requirements: 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. The income ratio, degree of liquidity, solidity, debt ratio and turnover shall be in the rating. 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.
Criterion : References on specified deliveries
Description : Only for public goods deliveries: In the reference period, the tenderer has carried out the following important 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 ---------------- 6.4.1 Technical and professional qualifications: ----------------Demand: Tenderers shall have carried out relevant deliveries in the last three (3) years. Relevant means experience from contracting authorities with equivalent service requirements, volume 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, volume 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 Commitment Statement".
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Average yearly manpower
Description : The tenderer's average annual workforce in the last three years has been as follows: Minimum qualification requirements ------------ 6.4.2 Technical and professional qualifications: ------------Demand: Tenderers shall have sufficient implementation ability ------------ Documentation requirement: Tenderers shall give a general description of the company ́s available resources for the requested delivery. If collaborating partners or sub-suppliers must enclose a Commitment Statement (Annex 2 to the Instructions to the tenderer's "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
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 ----------- 6.5 Quality Management System: -----------Demand: Tenderers shall have an implemented quality management system. ----------- Documentation requirement: Valid ISO 9001 certificate or equivalent, 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 can include a match matrix up to ISO 9001.
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 --------- 6.6 Environmental management system: ---------Demand: Tenderers shall have an implemented environmental management system. --------- Documentation requirement: Valid ISO 14001//50001, EMAS -certificate; Eco-lighthouse or equivalent, 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 can include a matching matrix up to ISO 14001.
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 : Price
Name : Price
Description : The total sum for the evaluation, cf. SSA-R Annex 5A - Price and Product Form.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Quality
Name : Quality
Description : Annex 1 the Contracting Authority ́s needs description and requirement specifications (50 %) See the E-requirements in SSA-K Annex 1 (with the exception of point 6). The tenderer ́s overall description of their system (50 %) The response, in accordance with point 6 in SSA-K Annex 1 'Relationship between the Customer and the Supplier', shall be assessed as a part of this point.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Address of the procurement documents : https://permalink.mercell.com/259365648.aspx

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 03/10/2025
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
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 29/09/2025 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 : At the contracting authority ́s discretion, some missing tender related documents can be submitted at a later date.
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 : yes
Electronic payment will be used : yes

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

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 provisional 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 receiving requests to participate : HRP AS

8. Organisations

8.1 ORG-0001

Official name : Bergen kommune - Byrådsavdeling for helse og omsorg
Registration number : 964338531
Department : Byrådsavdeling for helse og omsorg
Postal address : Postboks 7700
Town : BERGEN
Postcode : 5020
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Contact point : Kristian Gromholt
Telephone : +47 48400203
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
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : HRP AS
Registration number : 988889245
Town : Oslo
Postcode : 0191
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Roles of this organisation :
Organisation providing additional information about the procurement procedure
Organisation receiving requests to participate

Notice information

Notice identifier/version : 947cb6a3-f825-4d67-a3ea-22e6c04fd224 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 27/08/2025 10:59 +00:00
Notice dispatch date (eSender) : 27/08/2025 11:07 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00560700-2025
OJ S issue number : 164/2025
Publication date : 28/08/2025