Procurement of a mobile alarm and monitoring system.

The aim of the Framework agreement is to cover the Contracting Authority ́s need for the delivery of a dynamic and mobile alarm and security system that can be deployed and moved around the Contracting Authority's areas as needed. The contracting authority estimates that the extent of the procurement has …

CPV: 35120000 Nadzorni i sigurnosni sustavi i uređaji, 31611000 Kompleti ožičenja, 35113300 Sigurnosne naprave, 35125000 Sustav nadzora, 35125100 Senzori, 35125300 Sigurnosne kamere, 38115100 Oprema za radarski nadzor, 45233292 Postavljanje sigurnosne opreme, 45312000 Radovi ugradnje alarmnog sustava i antene, 51110000 Usluge instaliranja električne opreme, 71700000 Usluge praćenja i nadzora, 79711000 Usluge nadzora alarmnih uređaja, 79714000 Usluge nadzora, 80590000 Usluge mentorstva
rok:
3. studenoga 2025. 22:59
vrsta roka:
nadmetanje
mjesto izvršenja:
Procurement of a mobile alarm and monitoring system.
registar:
FORSVARSMATERIELL
nagradni broj:
2025027645

1. Buyer

1.1 Buyer

Official name : FORSVARSMATERIELL
Legal type of the buyer : Defence contractor
Activity of the contracting authority : Defence

2. Procedure

2.1 Procedure

Title : Procurement of a mobile alarm and monitoring system.
Description : The aim of the Framework agreement is to cover the Contracting Authority ́s need for the delivery of a dynamic and mobile alarm and security system that can be deployed and moved around the Contracting Authority's areas as needed. The contracting authority estimates that the extent of the procurement has a financial value of approx. NOK 2,100,000 excluding VAT, and an estimated maximum value is NOK 3,100,000 excluding VAT.
Procedure identifier : c50967d0-9d2b-46bd-95e2-e63f63f15453
Internal identifier : 2025027645
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : The dynamic and mobile alarm and security system shall be pre-configured in such a way that the deployed units function independent of where it is located. The system shall have a separate VPN with access options and compatibility with PCs, smartphones and tablets that have access to VPN. In addition installation and commissioning of the equipment shall be offered, training of use, updating software, support for operations during the needs, spare parts and any service and maintenance of the equipment as needed, etc. The tenderer is responsible for ensuring that the services fit together in a general way. Other descriptions of the material can be found in part 2 of the competition, Annex B - Requirement Specification.

2.1.1 Purpose

Main nature of the contract : Supplies
Additional nature of the contract : Services
Main classification ( cpv ): 35120000 Surveillance and security systems and devices
Additional classification ( cpv ): 31611000 Wiring sets
Additional classification ( cpv ): 35113300 Safety installations
Additional classification ( cpv ): 35125000 Surveillance system
Additional classification ( cpv ): 35125100 Sensors
Additional classification ( cpv ): 35125300 Security cameras
Additional classification ( cpv ): 38115100 Radar surveillance equipment
Additional classification ( cpv ): 45233292 Installation of safety equipment
Additional classification ( cpv ): 45312000 Alarm system and antenna installation work
Additional classification ( cpv ): 51110000 Installation services of electrical equipment
Additional classification ( cpv ): 71700000 Monitoring and control services
Additional classification ( cpv ): 79711000 Alarm-monitoring services
Additional classification ( cpv ): 79714000 Surveillance services
Additional classification ( cpv ): 80590000 Tutorial services

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 3 100 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - Open tender contest.

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : European Single Procurement Document (ESPD), 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 : Procurement of a mobile alarm and monitoring system.
Description : The aim of the Framework agreement is to cover the Contracting Authority ́s need for the delivery of a dynamic and mobile alarm and security system that can be deployed and moved around the Contracting Authority's areas as needed. The contracting authority estimates that the extent of the procurement has a financial value of approx. NOK 2,100,000 excluding VAT, and an estimated maximum value is NOK 3,100,000 excluding VAT.
Internal identifier : 2025027645

5.1.1 Purpose

Main nature of the contract : Supplies
Additional nature of the contract : Services
Main classification ( cpv ): 35120000 Surveillance and security systems and devices
Additional classification ( cpv ): 31611000 Wiring sets
Additional classification ( cpv ): 35113300 Safety installations
Additional classification ( cpv ): 35125000 Surveillance system
Additional classification ( cpv ): 35125100 Sensors
Additional classification ( cpv ): 35125300 Security cameras
Additional classification ( cpv ): 38115100 Radar surveillance equipment
Additional classification ( cpv ): 45233292 Installation of safety equipment
Additional classification ( cpv ): 45312000 Alarm system and antenna installation work
Additional classification ( cpv ): 51110000 Installation services of electrical equipment
Additional classification ( cpv ): 71700000 Monitoring and control services
Additional classification ( cpv ): 79711000 Alarm-monitoring services
Additional classification ( cpv ): 79714000 Surveillance services
Additional classification ( cpv ): 80590000 Tutorial services

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : The contracting authority can extend the contract for one year at a time, up to two times. The total contract length will, thus, be a maximum of 4 years if all extensions are taken up.

5.1.5 Value

Estimated value excluding VAT : 3 100 000 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 : European Single Procurement Document (ESPD), 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. Minimum qualification requirements Qualification requirement: Tenderers shall be registered in a company register or trade register in the country where the tenderer is established. Documentation requirement: Tenderers shall be registered in a company register or trade register in the country where the tenderer is established.
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 Qualification requirement: Tenderers shall have the necessary economic and financial capacity to fulfil the contract. It is sufficient to fulfil the requirement that the tenderer has achieved the credit rating of "C", "credit worthy", or equivalent. Documentation requirement: Credit rating from a certified credit rating company based on the last known accounting figures. The assessment must not be more than three months old. If a tenderer delivers a credit rating that shows other than "C", "credit worthy", or equivalent, it is the tenderer ́s responsibility to clarify that the assessment scale and the credit score that the tenderer has achieved fulfils the qualification requirement.
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 Qualification requirement: Tenderers shall have good experience from similar deliveries. Documentation requirement: Tenderers shall have good experience from similar deliveries. Overview of the tenderer's three most relevant contracts in the course of the last 3 years. In order to ensure sufficient competition, documentation for deliveries that the tenderer has carried out more than three years ago can be considered. At least one of the assignments must account for relevant assignments related to the delivery of goods, and at least one of the assignments must account for relevant assignments related to service elements equivalent to the needs for this procurement. The latter can be project management, installation, maintenance, training/courses etc., but the decisive factor is that the scope of the delivery will correspond to the present procurement. The overview must include a statement of: • The assignment's financial value • Products: Delivery date • Services: Execution date • Recipient's name • Brief description of the delivery It is the tenderer ́s responsibility to document relevance through the description.
Criterion : Supply chain management
Description : The tenderer will be able to use the following management of the supply chain and tracing systems for the execution of the contract: Minimum qualification requirements Qualification requirement: If a tenderer uses sub-supplier(s) to fulfil this framework agreement, the tenderer shall have a system to ensure traceability in the supplier chain, which always gives the tenderer an overview of which sub-suppliers are involved in the production and in which countries these are localised. Documentation requirement: If a tenderer uses sub-supplier(s) to fulfil this framework agreement, the tenderer shall have a system to ensure traceability in the supplier chain, which at any given time gives the tenderer an overview of which sub-suppliers participate in the production and in which countries these are located. If a tenderer uses sub-supplier(s) to fulfil this framework agreement, the tenderer shall fill in a description of the supplier chain for three selected products in Part 1 Annex 3B - Response Form qualification requirements traceability in the supplier chain in addition to filling in all sub-suppliers in Part 2 Annex F Administrative Provisions. The contracting authority reserves the right to reject tenderers who use sub-suppliers that are not part of the EEA agreement or GPA as this is seen as a "less restrictive measure" in order to "safeguard significant security interests", cf. FOA § 2-2 (1) and (2) cf. LOA § 3, rather than exempting the procurement from publication or narrowing compliance with the basic principles of competition and equal treatment in the Procurement Act § 4.
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 Qualification requirement: Tenderers shall have a minimum quality assurance system that includes that the tenderer has procedures to ensure that all laws and regulations, such as the part of the entity that shall work with this contract are covered, are complied with. A description of the tenderer's quality assurance methods. If a tenderer is certified in accordance with ISO 9001 or equivalent standards, it will be sufficient to submit a copy of a valid certificate to fulfil this sub-point. Documentation requirement: Tenderers shall have a minimum quality assurance system that includes that the tenderer has procedures to ensure that all laws and regulations, such as the part of the entity that shall work with this contract are covered by, are complied with. A description of the tenderer's quality assurance methods. If a tenderer is certified in accordance with ISO 9001 or equivalent standards, it will be sufficient to submit a copy of a valid certificate to fulfil this sub-point.
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 Qualification requirement: Tenderers shall have a documented and valid environmental management system with routines and structure that shows how the tenderer safeguards relevant environmental considerations connected to the services that are provided. The system must be connected to executive unit(s), and shall as a minimum contain: 1) an environmental policy 2) Overview of the most significant environmental impacts (environmental aspects) from the company. 3) proof that the company sets environmental requirements for sub-suppliers 4) Description of the organisation and division of responsibility for the environmental work. 5) Description of the company's stand-by for handling stand-by situations at risk for unfavourable environmental impacts. 6) Description of the resources necessary to establish, implement, maintain and continually improve the management system for the environment. Documentation requirement: A description of the environmental management measures that have been implemented in the company, which show that the system contains the mentioned points. If the tenderer is certified in accordance with ISO 14001, Miljøfyrtårn, EMAS or equivalent standards, it is sufficient to present a copy of a valid certificate.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : The price will be evaluated based on the stated prices from tenderers in annex 8 Price Matrix.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Quality
Description : General evaluation based on the quality of the tender. The evaluation will be done based on the tenderer ́s response to the requirement specifications and the tender in general.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : Climate and environment
Description : A comprehensive assessment will be made of the tenderer ́s measures for the best possible safeguarding of climate and environmental considerations during this procurement. The evaluation will be done based on the tenderer ́s response to the requirement specifications and the tender in general.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 22/10/2025 21:59 +00:00
Address of the procurement documents : https://permalink.mercell.com/266914410.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 tenders : 03/11/2025 22:59 +00:00
Deadline until which the tender must remain valid : 108 Day
Information about public opening :
Opening date : 03/11/2025 22:59 +00:00
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
Additional information about the non-disclosure agreement : The contract will regulate the parties ́ confidentiality in addition to posing requirements for obtaining a non-confidentiality statement from a third party if information must be known to a third party in order to ensure fulfilment of the contract.
Electronic invoicing : Required
Electronic ordering will be used : no
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 : Oslo Tingrett
Information about review deadlines : The deadline for lodsuing appeals follows the public procurement regulations (FOA). Tenderers normally have 10 days from the date of notification to appeal. Any appeals shall be sent in writing to the contracting authority by this deadline.

8. Organisations

8.1 ORG-0001

Official name : FORSVARSMATERIELL
Registration number : 916075855
Postal address : Grev Wedels plass 1
Town : OSLO
Postcode : 0151
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Birgitte Anda Olsen
Telephone : 63899107
Internet address : https://FMA.NO
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Oslo Tingrett
Registration number : 926725939
Postal address : Postboks 2106
Town : Oslo
Postcode : 0125
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : 2203520
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : facf03a6-af51-4125-8c6c-8d6b9fdb5350 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 02/10/2025 15:20 +00:00
Notice dispatch date (eSender) : 02/10/2025 15:31 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00651661-2025
OJ S issue number : 191/2025
Publication date : 06/10/2025