BME EEA 2025-03 Trade system - road including object and condition registration - qualification.

The objective of the procurement is to procure a trade system to support prioritising, planning, implementation, cost calculations, financial assessments etc. of operational and maintenance activities on Bergen municipality ́s road network. In addition the tenderer shall carry out object registration and condition reports for the municipal road network. The …

CPV: 48100000 Paquetes de software específico de un sector económico, 51900000 Servicios de instalación de sistemas de guía y control, 71311210 Servicios de consultoría en materia de carreteras, 71311220 Servicios de ingeniería de caminos, 71631480 Servicios de inspección de carreteras, 72260000 Servicios relacionados con el software, 72265000 Servicios de configuración de software, 72268000 Servicios de suministro de software
Lugar de ejecución:
BME EEA 2025-03 Trade system - road including object and condition registration - qualification.
Organismo adjudicador:
Bergen kommune - Bymiljøetaten
Número de premio:
2025/169766

1. Buyer

1.1 Buyer

Official name : Bergen kommune - Bymiljøetaten
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 : BME EEA 2025-03 Trade system - road including object and condition registration - qualification.
Description : The objective of the procurement is to procure a trade system to support prioritising, planning, implementation, cost calculations, financial assessments etc. of operational and maintenance activities on Bergen municipality ́s road network. In addition the tenderer shall carry out object registration and condition reports for the municipal road network. The road network in question is approx. 770 km municipal road divided between approx. 645 roads and 125 km of foot and cycle path, with a number of associated road objects. Road objects can be road signs, speed dumps, pedestrian crossings, road marking, road manholes, manholes, culverts, support structures, railings, landslides, side areas such as ditches, surface water systems, road lights, electric cabinets, heating cables and other objects belonging to the road body. The municipal road network also consists of 230 bridge constructions and five tunnels. The system included in this procurement is not planned to be used to support operation and maintenance activities on the bridge or tunnel structures.
Procedure identifier : 746e2909-aac7-485d-b93d-27a39d59bd0e
Internal identifier : 2025/169766
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 tender contest is initiated with a qualification phase. Amongst the qualified applicants, the contracting authority plans to invite at least 3 tenderers to submit a tender, if there are a sufficient number of applicants who fulfil the qualification requirements. If there are more than six qualified applicants, the contracting authority will choose on the basis of the selection criteria connected to technical and professional qualifications. See the tender documentation for further information. In the first phase, only documentation related to the company ́s qualifications shall be submitted.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72268000 Software supply services
Additional classification ( cpv ): 48100000 Industry specific software package
Additional classification ( cpv ): 51900000 Installation services of guidance and control systems
Additional classification ( cpv ): 71311210 Highways consultancy services
Additional classification ( cpv ): 71311220 Highways engineering services
Additional classification ( cpv ): 71631480 Road-inspection services
Additional classification ( cpv ): 72260000 Software-related services
Additional classification ( cpv ): 72265000 Software configuration services

2.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Additional information : Condition and object registration shall be carried out in Bergen municipality. The IT system shall be available in Bergen municipality, but it can be delivered from other locations as a SaaS.

2.1.4 General information

Additional information : The contracting authority has assessed the provisions in PPR §7-9 and concluded that the minimum requirements in the requirement specifications will clearly be ensured better climate and environmental effect than through the use of the award criteria, as the environmental impact of the procurement is small. A recently completed market survey shows that using award criteria will have little climate and environmental effect. The exclusionary provision in the procurement regulations § 7-9 (4) first period will therefore apply. Selection criteria: The criteria stated in the competition documents are applicable for selection.
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). The contracting authority reserves the right to enter into a contract without negotiations.

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 : BME EEA 2025-03 Trade system - road including object and condition registration - qualification.
Description : The objective of the procurement is to procure a trade system to support prioritising, planning, implementation, cost calculations, financial assessments etc. of operational and maintenance activities on Bergen municipality ́s road network. In addition the tenderer shall carry out object registration and condition reports for the municipal road network. The road network in question is approx. 770 km municipal road divided between approx. 645 roads and 125 km of foot and cycle path, with a number of associated road objects. Road objects can be road signs, speed dumps, pedestrian crossings, road marking, road manholes, manholes, culverts, support structures, railings, landslides, side areas such as ditches, surface water systems, road lights, electric cabinets, heating cables and other objects belonging to the road body. The municipal road network also consists of 230 bridge constructions and five tunnels. The system included in this procurement is not planned to be used to support operation and maintenance activities on the bridge or tunnel structures.
Internal identifier : 2025/169766

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72268000 Software supply services
Additional classification ( cpv ): 48100000 Industry specific software package
Additional classification ( cpv ): 51900000 Installation services of guidance and control systems
Additional classification ( cpv ): 71311210 Highways consultancy services
Additional classification ( cpv ): 71311220 Highways engineering services
Additional classification ( cpv ): 71631480 Road-inspection services
Additional classification ( cpv ): 72260000 Software-related services
Additional classification ( cpv ): 72265000 Software configuration services
Options :
Description of the options : There is an option to order further condition and object registrations for as long as the agreement applies. There is an option to order additional modules or new available modules. There an option for later assistance. See the tender documentation for further information.

5.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Additional information : Condition and object registration shall be carried out in Bergen municipality. The IT system shall be available in Bergen municipality, but it can be delivered from other locations as a SaaS.

5.1.3 Estimated duration

Start date : 02/12/2025
Duration end date : 03/12/2028

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
Information about previous notices :
Identifier of the previous notice : 313599-2025
Additional information : The contracting authority has assessed the provisions in PPR §7-9 and concluded that the minimum requirements in the requirement specifications will clearly be ensured better climate and environmental effect than through the use of the award criteria, as the environmental impact of the procurement is small. A recently completed market survey shows that using award criteria will have little climate and environmental effect. The exclusionary provision in the procurement regulations § 7-9 (4) first period will therefore apply. Selection criteria: The criteria stated in the competition documents are applicable for selection.

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.
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 sufficient economic and financial capacity to fulfil the contract.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (percentage, exact) : 0
Criterion : Relevant educational and professional qualifications
Description : The following education and professional qualifications are possessed by the tenderer and/or (depending on the requirements set in the notice or in the procurement documents) of the leading employees: Minimum qualification requirements Tenderers shall have sufficient relevant experience to fulfil a contract of a similar nature and scope. This applies to both the IT system supplier and the persons who shall register the objects and the condition reports. The tenderer's project manager shall have sufficient relevant experience with the execution of similar assignments.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (percentage, exact) : 100
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 : 6
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 : Competition price
Description : Competition price.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Quality
Description : Responses to requirement points etc.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 70

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/259590113.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
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 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 : The government ́s standard contract for ongoing service procurements, SSA-L. For later assistance, SSA-B and SSA-O can be used.
Electronic invoicing : Allowed
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Hordaland tingrett
Information about review deadlines : The waiting period after the contract award is ten days.
Organisation providing additional information about the procurement procedure : Odin Prosjekt AS
Organisation receiving requests to participate : Odin Prosjekt AS
Organisation processing tenders : Odin Prosjekt AS

8. Organisations

8.1 ORG-0001

Official name : Bergen kommune - Bymiljøetaten
Registration number : 964338531
Department : Bymiljøetaten
Postal address : Postboks 7700
Town : BERGEN
Postcode : 5020
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Contact point : Ståle Bjørgo
Telephone : +4793635877
Internet address : https://odinprosjekt.no/
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Odin Prosjekt AS
Registration number : 994950967
Town : Bergen
Postcode : 5059
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Roles of this organisation :
Organisation providing additional information about the procurement procedure
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0003

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

Notice information

Notice identifier/version : 2548dbee-bd5e-4dac-9630-b1726ab65e6e - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 02/07/2025 09:06 +00:00
Notice dispatch date (eSender) : 02/07/2025 09:16 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00429622-2025
OJ S issue number : 125/2025
Publication date : 03/07/2025