Purchase of telephony services

BIR would like to use this competition to ensure that the group has the correct telephony services for voice and data. The different companies in BIR have varying needs for services, but common to all require very good coverage - both in-house and along roads/tunnels in the whole of Vestland …

CPV: 32250000 Mobile telephones, 64212000 Mobile-telephone services
spriocdháta:
Meith. 26, 2025, 8 r.n.
cineál spriocdháta:
tairisceana
áit fhorghníomhaithe:
Purchase of telephony services
clárlann:
BIR AS
uimhir dámhachtana:
BIRTT-0525

1. Buyer

1.1 Buyer

Official name : BIR AS
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Purchase of telephony services
Description : BIR would like to use this competition to ensure that the group has the correct telephony services for voice and data. The different companies in BIR have varying needs for services, but common to all require very good coverage - both in-house and along roads/tunnels in the whole of Vestland county. Several of BIR's locations are located outside residential and industrial areas. Good coverage is significant.
Procedure identifier : 321286ba-34fa-452c-8af7-9b8c08f3f3cb
Internal identifier : BIRTT-0525
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
Additional nature of the contract : Supplies
Main classification ( cpv ): 64212000 Mobile-telephone services
Additional classification ( cpv ): 32250000 Mobile telephones

2.1.2 Place of performance

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

2.1.3 Value

Estimated value excluding VAT : 20 000 000 Norwegian krone

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 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 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 : Purchase of telephony services
Description : BIR would like to use this competition to ensure that the group has the correct telephony services for voice and data. The different companies in BIR have varying needs for services, but common to all require very good coverage - both in-house and along roads/tunnels in the whole of Vestland county. Several of BIR's locations are located outside residential and industrial areas. Good coverage is significant.
Internal identifier : BIRTT-0525

5.1.1 Purpose

Main nature of the contract : Services
Additional nature of the contract : Supplies
Main classification ( cpv ): 64212000 Mobile-telephone services
Additional classification ( cpv ): 32250000 Mobile telephones

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 4 Year

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : There is an option for a further 2+2 years extension, so that the contract has a maximum lifetime of 8 years.

5.1.5 Value

Estimated value excluding VAT : 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) : yes
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes

5.1.7 Strategic procurement

Green Procurement Criteria : Other Green Public Procurement criteria

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Authorisation or membership of a particular organisation needed for service contracts
Description : The tenderer shall be a legally established company. Norwegian tenderers: Company Registration Certificate. Foreign tenderers: Registration certificates in professional registers as determined by legislation in the countries in which the tenderer is established.
Criterion : Other economic or financial requirements
Description : Tenderers must have sufficient economic and financial capacity to fulfil the contract. Tenderers must as a minimum be credit worthy. • A credit rating based on the most recent financial figures. The rating shall be carried out by a company licensed to provide credit information. • The contracting authority reserves the right to carry out a credit assessment. • If a tenderer has a justifiable reason for not submitting the documentation required by the contracting authority, he can document his economic and financial capacity by presenting any other document that the Contracting Authority deems appropriate. • Tenderers who have significant remarks/clarifications from the auditor on their credit rating can be rejected from the competition. Significant remarks/clarifications are defined as breaches of Norwegian law.
Criterion : Other economic or financial requirements
Description : Tax and VAT. The tax certificate shall not have significant arrears/amount owed that cannot be explained due to postponements granted by the norwegian tax authorities. The certificate must not be more than six months old. The certificate must not be older than 6 months calculated from the deadline for receipt of tenders. Foreign companies shall present certificates from equivalent authorities to the Norwegian authorities. Description/documentation that explains any arrears.
Criterion : References on specified services
Description : Tenderers shall have carried out 2 assignments in the last 3 years with relevant content set up against the assignment in the present procurement. The requirement for relevant content in the reference assignment will be seen as fulfilled if the tenderer has provided equivalent services to company customers with a high service level. Equivalently we mean company solutions for mobile telephony that include subscriptions and administration systems.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Tenderers shall have a satisfactory environmental management system that manages how the company safeguards relevant environmental considerations. Description of the tenderer's environmental management system. The description does not need to show that the tenderer ́s system would satisfy an official certification, but show that the system is adapted to the tenderer ́s activities according to the contracting authority ́s needs. The qualification requirement will also be seen as fulfilled if the tenderer can submit certificates issued by independent bodies as documentation that the tenderer fulfils recognised environmental management systems or standards. In this case, it is not necessary to describe the environmental management measures.
Criterion : Certificates by independent bodies about quality assurance standards
Description : Tenderers shall have a satisfactory quality assurance system that manages how the company safeguards quality. Description of the tenderer's quality assurance system. The description does not need to show that the tenderer ́s system would satisfy an official certification, but show that the system is adapted to the tenderer ́s activities according to the contracting authority ́s needs. The qualification requirement will also be seen as fulfilled if the tenderer can present certificates issued by independent bodies as documentation that the tenderer fulfils the recognised quality assurance system or standards. In this case it is not necessary to describe the quality assurance system.

5.1.10 Award criteria

Criterion :
Type : Cost
Name : Total cost
Description : The contracting authority will evaluate which tender has the lowest total cost excluding VAT, based on the prices in the price form attached to the competition. Total cost consists of the following elements: • All costs in the price form attached to the competition. • Any costs for deviations that the Contracting Authority can price. The sum of the costs is the tenderer ́s total cost that will be evaluated further as described in the tender documentation.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : Administration Portal
Description : The tenderer shall deliver an electronic tool for the administration of the subscription portfolio without cost to the Customer. The tool shall have an option for a hierarchical structure (minimum 3 levels) with administrator rights and access management at different levels.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10
Criterion :
Type : Quality
Name : Procurement of mobile telephones - Onboarding
Description : The tenderer shall offer a user friendly digital ordering portal for the procurement of mobiles and accessories. The contracting authority ́s mobile policy shall be able to be implemented in the portal. It should also be easy to change the mobile policy in the system based on the Contracting Authority ́s changed needs over time. The employee shall be able to order his own mobile within the frames set and chosen a more expensive model than the standard models, one should easily be able to part-pay with credit card possibly Vipps.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10
Criterion :
Type : Quality
Name : Self-service system
Description : The mobile subscriptions shall include a self-service portal and an app where each user has the possibility to administer their subscription with the accompanying options for control of consumption and simple functions, posting PIN/PUK code. The consumption overview shall, as a minimum, show the accrued costs during the last six months. The costs shall show correct prices in accordance with this contract. The self-service portal shall be usable on all types of computers, and with the most common browsers. Applications for mobiles and tablets shall function on the market's most used platforms.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10
Criterion :
Type : Quality
Name : Return scheme for used mobile telephones.
Description : Tenderers shall offer a return scheme for the delivery of used mobile telephones for the delivery of new units. The aim is to promote reuse, recycling and environmentally friendly handling of electronic waste.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

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
Deadline for receipt of tenders : 26/06/2025 08:00 +00:00
Deadline until which the tender must remain valid : 4 Month
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

Review organisation : Hordaland Tingrett -
Information about review deadlines : 11 days after the notification of award of contract has been issued.
Organisation providing more information on the review procedures : Hordaland Tingrett -

8. Organisations

8.1 ORG-0001

Official name : BIR AS
Registration number : 983495400
Postal address : Pb 6004
Town : Bergen
Postcode : 5892
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Contact point : Kenneth Sørsdal
Telephone : +47 55277728
Internet address : https://www.bir.no
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Hordaland Tingrett
Registration number : 926723367
Town : Bergen
Postcode : 5020
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures
Notice information
Notice identifier/version : 541058e2-0f2b-4929-9871-c8538c411c77 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 23/05/2025 11:46 +00:00
Notice dispatch date (eSender) : 23/05/2025 12:00 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00337998-2025
OJ S issue number : 100/2025
Publication date : 26/05/2025