2025/323 - Procurement of mobile telephony services and telephones.

The contracting authority would like tenders for mobile telephony and accompanying services, as well as mobile telephones and accompanying equipment. The aim is to establish a contract that provides cost efficient systems for telephony and data traffic as well as the procurement of mobile telephones. The agreement shall provide the …

CPV: 32250000 Mobile telephones, 32550000 Telephone equipment, 64200000 Telecommunications services, 64212000 Mobile-telephone services
spriocdháta:
Meith. 30, 2025, 10 r.n.
cineál spriocdháta:
tairisceana
áit fhorghníomhaithe:
2025/323 - Procurement of mobile telephony services and telephones.
clárlann:
Bodø Kommune
uimhir dámhachtana:
2025/323

1. Buyer

1.1 Buyer

Official name : Bodø Kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Alstahaug Kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Dønna Kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Hamarøy Kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Vestvågøy Kommune
Legal type of the buyer : Regional authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Herøy Kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Leirfjord Kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Rana Kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Sortland Kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Øksnes Kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Salten Brann IKS
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : Public order and safety

2. Procedure

2.1 Procedure

Title : 2025/323 - Procurement of mobile telephony services and telephones.
Description : The contracting authority would like tenders for mobile telephony and accompanying services, as well as mobile telephones and accompanying equipment. The aim is to establish a contract that provides cost efficient systems for telephony and data traffic as well as the procurement of mobile telephones. The agreement shall provide the municipalities with good and future orientated communication services that meet the user needs in the municipalities. The agreement shall i.a. ensure good mobile coverage and access to mobile broadband so that employees can carry out their services in a good way.
Procedure identifier : ea2930fe-db8a-441c-8a0a-48bf440201d3
Internal identifier : 2025/323
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The contracting authority would like tenders for mobile telephony and accompanying services, as well as mobile telephones and accompanying equipment. The aim is to establish a contract that provides cost efficient systems for telephony and data traffic as well as the procurement of mobile telephones. The agreement shall provide the municipalities with good and future orientated communication services that meet the user needs in the municipalities. The agreement shall i.a. ensure good mobile coverage and access to mobile broadband so that employees can carry out their services in a good way. See the tender documentation for further information.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 64212000 Mobile-telephone services
Additional classification ( cpv ): 32250000 Mobile telephones
Additional classification ( cpv ): 32550000 Telephone equipment
Additional classification ( cpv ): 64200000 Telecommunications services

2.1.2 Place of performance

Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 80 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - Best suited.
Anskaffelsesforskriften - Amendment to the tender documentation point 1.1.

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 : 2025/323 - Procurement of mobile telephony services and telephones.
Description : The contracting authority would like tenders for mobile telephony and accompanying services, as well as mobile telephones and accompanying equipment. The aim is to establish a contract that provides cost efficient systems for telephony and data traffic as well as the procurement of mobile telephones. The agreement shall provide the municipalities with good and future orientated communication services that meet the user needs in the municipalities. The agreement shall i.a. ensure good mobile coverage and access to mobile broadband so that employees can carry out their services in a good way.
Internal identifier : 2025/323

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 64212000 Mobile-telephone services
Additional classification ( cpv ): 32250000 Mobile telephones
Additional classification ( cpv ): 32550000 Telephone equipment
Additional classification ( cpv ): 64200000 Telecommunications services

5.1.2 Place of performance

Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 80 000 000 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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a relevant professional register
Description : Requirement for tax certificate. Tenderers shall have their tax, payroll tax and VAT payments in order. Documentation requirement: Tax certificate not older than six months from the tender deadline. Tax Certificate means: For Norwegian tenderers: › Tax and VAT certificate issued by the tax office via Altinn For foreign tenderers: › Foreign tenderers must submit equivalent certificates from their countries that show that they have their tax and duty payments in order. If the authorities in the relevant country do not issue such certificates, the tenderer shall submit a statement which states that all taxes and duties have been paid. The declaration shall be approved and signed by the tenderer's Financial Director/ person responsible for Finance.
Criterion : Enrolment in a relevant professional register
Description : Requirements of the tenderer's registrations, authorisations, etc. The tenderer shall be a legally established company. Documentation requirement: Norwegian tenderers: › Company Registration Certificate Foreign tenderers: - Confirmation that the tenderer is registered in a trade register or company register in accordance with the law in the country where the tenderer is established.
Criterion : Other economic or financial requirements
Description : Economic and financial position requirements The tenderer shall have sufficient financial strength to be able to fulfil the contract. Documentation requirement: The tenderer's Annual Financial Statements including notes with the Board's and auditor's reports from 2023 and 2024. In addition the tenderer is requested to present a credit rating, not older than six months from the tender deadline, from a certified credit rating company. The Contracting Authority reserves the right to carry out a credit assessment itself. The financial strength will be assessed on the tenderer's turnover, liquidity, solidity and debt ratio.
Criterion : Study, technical and research facilities
Description : Requirements regarding technical and professional qualifications. The tenderer must have the necessary implementation ability to fulfil the contract. Documentation requirement: A short and concise description shall be given of the company, including: › A statement of the company ́s core competence related to the scope of the delivery. › A description of how much of the contract the tenderer is considering to outsource to sub-supplier(s). › A description of how the tenderer is organised for the execution of this contract.
Criterion : References on specified deliveries
Description : Requirements regarding technical and professional qualifications. Tenderers shall have good experience from relevant and comparable deliveries. Relevant and comparable deliveries means deliveries of equivalent services and in the breadth, as well as the volume that the framework agreement covers. Documentation requirement: Description of the tenderer's three most relevant and comparable contracts from the last three years. Tenderers shall document fulfilment by filling in the attached template for reference descriptions; See Annex 5: Reference descriptions. If a tenderer has signed certificates from previous assignments available, they are to be enclosed.
Criterion : Certificates by quality control institutes
Description : Requirements regarding technical and professional qualifications. Tenderers shall have a documented and implemented satisfactory quality assurance system/management system. Documentation requirement: A brief description of the tenderer's quality assurance/management system. The description must, however, be so detailed that the Contracting Authority can undertake an independent assessment of whether the tenderer's quality assurance/management system can be considered well-functioning for this contract. If a tenderer is certified in accordance with ISO 9001 or equivalent quality assurance certifications, it is sufficient to enclose a copy of a valid certificate.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Requirements regarding technical and professional qualifications. Tenderers shall have a documented and implemented environmental management system. Documentation requirement: A brief description of the tenderer's environmental management system that will form the basis for the execution of the contract. The description must, however, be so detailed that the Contracting Authority can undertake an independent assessment of whether the tenderer's environmental management system can be seen as well-functioning for this contract. If a tenderer is certified in accordance with ISO 14001 or equivalent certified certifications, it is sufficient to enclose a copy of a valid certificate.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 11/06/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/257960074.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 : Allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Deadline for receipt of tenders : 30/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 93 Day
Information about public opening :
Opening date : 30/06/2025 10:01 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
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 : 30
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Salten og Lofoten tingrett -
Information about review deadlines : Nothing new.
Organisation providing more information on the review procedures : Bodø Kommune -

8. Organisations

8.1 ORG-0001

Official name : Bodø Kommune
Registration number : 972418013
Postal address : Kongens gt. 23
Town : BODØ
Postcode : 8006
Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway
Contact point : Thomas Aaserud Pedersen
Telephone : +47 75555000
Fax : +47 75555018
Internet address : http://www.bodo.kommune.no
Roles of this organisation :
Buyer
Group leader
Central purchasing body awarding public contracts or concluding framework agreements for works, supplies or services intended for other buyers
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Salten og Lofoten tingrett
Registration number : 826 723 122
Town : Bodø
Postcode : 8001
Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Alstahaug Kommune
Registration number : 938712441
Town : Alstahaug
Postcode : 8850
Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway
Telephone : 750 75 031
Roles of this organisation :
Buyer

8.1 ORG-0004

Official name : Dønna Kommune
Registration number : 945114878
Town : Dønna
Postcode : 8820
Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway
Telephone : 971 13 697
Roles of this organisation :
Buyer

8.1 ORG-0005

Official name : Hamarøy Kommune
Registration number : 970542507
Town : Hamarøu
Postcode : 8294
Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway
Telephone : 916 83 310
Roles of this organisation :
Buyer

8.1 ORG-0006

Official name : Vestvågøy Kommune
Registration number : 942570619
Town : Vestvågøy
Postcode : 8376
Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway
Telephone : 76 05 60 24
Roles of this organisation :
Buyer

8.1 ORG-0007

Official name : Herøy Kommune
Registration number : 872417982
Town : Herøy
Postcode : 8850
Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway
Telephone : 750 68 000
Roles of this organisation :
Buyer

8.1 ORG-0008

Official name : Leirfjord Kommune
Registration number : 945 034 572
Town : Leirfjord
Postcode : 8890
Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway
Telephone : 750 74000
Roles of this organisation :
Buyer

8.1 ORG-0009

Official name : Rana Kommune
Registration number : 872418032
Town : Rana
Postcode : 8601
Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway
Telephone : 907 82 664
Roles of this organisation :
Buyer

8.1 ORG-0010

Official name : Sortland Kommune
Registration number : 847737492
Town : Sortland
Postcode : 8400
Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway
Telephone : 91694576
Roles of this organisation :
Buyer

8.1 ORG-0011

Official name : Øksnes Kommune
Registration number : 845 152 012
Town : Øksnes
Postcode : 8430
Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway
Telephone : 951 70 945
Roles of this organisation :
Buyer

8.1 ORG-0012

Official name : Salten Brann IKS
Registration number : 990565325
Town : Bodø
Postcode : 8070
Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway
Telephone : 75546860
Roles of this organisation :
Buyer

10. Change

Version of the previous notice to be changed : 5f66773b-5eab-4744-a8e5-14fe3571816f-01
Main reason for change : Information updated
Description : Amendment to the tender documentation point 1.1. Iris Salten IKS and Iris Service AS have an option to participate in the procurement.

10.1 Change

Section identifier : PROCEDURE

10.1 Change

Section identifier : LOT-0000
Notice information
Notice identifier/version : b187096d-de81-467b-9a76-8728a9c713e7 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 28/05/2025 10:10 +00:00
Notice dispatch date (eSender) : 28/05/2025 10:23 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00349804-2025
OJ S issue number : 103/2025
Publication date : 30/05/2025