Telephony and data traffic

Sarpsborg municipality shall enter into a new framework agreement for telephony and data traffic. Sarpsborg municipality shall enter into a new framework agreement for telephony and data traffic.

CPV: 64200000 Telekommunikatsiooniteenused, 64210000 Telefoni- ja andmeedastusteenused, 64212000 Mobiiltelefoniteenused
Tähtaeg:
juuli 18, 2025, 10 e.l.
Tähtaja tüüp:
Pakkumise esitamine
Täitmise koht:
Telephony and data traffic
Auhindade andmise asutus:
Sarpsborg kommune
Auhinna number:
25/57

1. Buyer

1.1 Buyer

Official name : Sarpsborg kommune
Legal type of the buyer : Regional authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Telephony and data traffic
Description : Sarpsborg municipality shall enter into a new framework agreement for telephony and data traffic.
Procedure identifier : 0bb573ea-2822-4090-8e84-810617327bfc
Internal identifier : 25/57
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 64200000 Telecommunications services
Additional classification ( cpv ): 64210000 Telephone and data transmission services
Additional classification ( cpv ): 64212000 Mobile-telephone services

2.1.2 Place of performance

Town : Sarpsborg
Country subdivision (NUTS) : Østfold ( NO083 )
Country : Norway

2.1.4 General information

Legal basis :
Directive 2014/24/EU

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 of a enforceable verdict 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 Customer or service provider.
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, in the event of a enforceable verdict 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, have 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, by a legally enforceable verdict been convicted of participation in a criminal organisation by a verdict handed down no more than five years ago, or a rejection period determined 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 related to terrorist activity by a verdict handed down no more than five years ago, or a rejection period set 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, by enforceable judgement been convicted of child labour and other forms of human trafficking by a judgement handed down no more than five years ago, or a rejection period set out 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 : Has the Tenderer: a) given grossly incorrect information with the notification of the information required to verify that there is no basis for rejection, or that the qualification requirements are fulfilled b) failed to provide such information c) subject to immediately submitting the supporting documents that the Customer requests or d) improperly affected the Customer ́s decision process in order to acquire confidential information that could give this an unlawful advantage in connection with the competition, or negligently have 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 : Is the tenderer 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 affiliated to the Supplier, advised the Customer or otherwise been involved in the planning of the competition?
Early termination, damages, or other comparable sanctions : Have the tenderer committed significant breaches of contract in connection with the fulfilment of a previous public contract, a previous contract with a public customer/contracting authority or a previous concession contract, where the breach has resulted in the cancellation of the contract, compensation or other similar sanctions?
Breaching obligation relating to payment of social security contributions : Has the Tenderer not fulfilled all of his social security obligations in the country where he is established and in the Customer's member state, if this is a different country than what the Tenderer is established in?
Breaching obligation relating to payment of taxes : Has the Tenderer not fulfilled his tax and duty obligations in the country where he is established and in the Customer's Member State, if this is a different country than what the Tenderer is established in?
Business activities are suspended : Indicate why the Tenderer, under the mentioned circumstances, is still able to carry out the contract, considering the applicable national provisions and measures for continuing the business activities. It is not necessary to provide this information if rejection by the Tenderer is obligatory in accordance with the current national law without the possibility for exceptions.
Bankruptcy : Is the tenderer in a bankruptcy situation? Indicate why the Tenderer, under the mentioned circumstances, is still able to carry out the contract, considering the applicable national provisions and measures for continuing the business activities. It is not necessary to provide this information if rejection by the Tenderer is obligatory 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? Indicate why the Tenderer, under the mentioned circumstances, is still able to carry out the contract, considering the applicable national provisions and measures for continuing the business activities. It is not necessary to provide this information if rejection by the Tenderer is obligatory in accordance with the current national law without the possibility for exceptions.
Insolvency : Is the tenderer in an insolvency situation? Indicate why the Tenderer, under the mentioned circumstances, is still able to carry out the contract, considering the applicable national provisions and measures for continuing the business activities. It is not necessary to provide this information if rejection by the Tenderer is obligatory in accordance with the current national law without the possibility for exceptions.
Assets being administered by liquidator : Indicate why the Tenderer, under the mentioned circumstances, is still able to carry out the contract, considering the applicable national provisions and measures for continuing the business activities. It is not necessary to provide this information if rejection by the Tenderer is obligatory in accordance with the current national law without the possibility for exceptions.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Telephony and data traffic
Description : Sarpsborg municipality shall enter into a new framework agreement for telephony and data traffic.
Internal identifier : 25/57

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 64200000 Telecommunications services
Additional classification ( cpv ): 64210000 Telephone and data transmission services
Additional classification ( cpv ): 64212000 Mobile-telephone services

5.1.2 Place of performance

Town : Sarpsborg
Country subdivision (NUTS) : Østfold ( NO083 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 30/09/2025
Duration end date : 30/09/2028

5.1.4 Renewal

Maximum renewals : 3
Other information about renewals : 3 extensions for 1 year.

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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Environmental management measures
Description : Environmental management system
Criterion : Other economic or financial requirements
Description : Extended tax certificate
Criterion : Other economic or financial requirements
Description : Certificate of registration and company registration.
Criterion : Other economic or financial requirements
Description : Liquidity and solidity
Criterion : Relevant educational and professional qualifications
Description : Suitability as regards technical and professional qualifications.
Criterion : Measures for ensuring quality
Description : Quality assurance system

5.1.11 Procurement documents

Deadline for requesting additional information : 03/07/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=61390

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 : Allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Deadline for receipt of tenders : 18/07/2025 10:00 +00:00
Deadline until which the tender must remain valid : 104 Day
Information about public opening :
Opening date : 18/07/2025 10:05 +00:00
Place : Sarpsborg
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
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

Mediation organisation : Søndre Østfold tingrett -
Review organisation : Søndre Østfold tingrett -
Information about review deadlines : Ten days waiting period
Organisation providing more information on the review procedures : Søndre Østfold tingrett -

8. Organisations

8.1 ORG-0001

Official name : Sarpsborg kommune
Registration number : 938801363
Department : Sentral innkjøpsfunksjon, Virksomhet Økonomi
Postal address : Postboks 237
Town : Sarpsborg
Postcode : 1702
Country subdivision (NUTS) : Østfold ( NO083 )
Country : Norway
Contact point : Susann Kvam
Telephone : +4769108000
Internet address : http://www.sarpsborg.com
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Søndre Østfold tingrett
Registration number : 926 722 808
Postal address : Postboks 113
Town : Fredrikstad
Postcode : 1601
Country subdivision (NUTS) : Østfold ( NO083 )
Country : Norway
Telephone : 69 79 77 00
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures
Mediation organisation
Notice information
Notice identifier/version : 1cf09d81-faae-4d21-82cd-5448aced00fe - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 12/06/2025 11:06 +00:00
Notice dispatch date (eSender) : 12/06/2025 11:18 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00384079-2025
OJ S issue number : 112/2025
Publication date : 13/06/2025