Qualification - Response centre system and welfare technologies.

Trondheim municipality, hereafter called the Contracting Authority, invites tenderers to a competitive dialogue in connection with the procurement of responses with the accompanying welfare technologies. The contracting authority intends to enter into a contract with one (1) Tenderer. The contracting authority would like to make tenderers aware that there will …

CPV: 72000000 IT-szolgáltatások: tanácsadás, szoftverfejlesztés, internet és támogatás, 22211100 Hivatalos közlöny, 33000000 Orvosi felszerelések, gyógyszerek és testápolási termékek, 33100000 Orvosi felszerelések, 33195000 Páciensfigyelő rendszerek, 33196000 Gyógyászati segédeszközök, 33197000 Gyógyászati számítógépes rendszer, 35120000 Megfigyelő és biztonsági rendszerek és eszközök, 35121700 Riasztórendszerek, 35125000 Felügyeleti rendszerek, 35125100 Érzékelők, 35125200 Időellenőrző rendszer vagy munkaidő-nyilvántartó, 48000000 Szoftvercsomag és információs rendszerek, 48100000 Iparspecifikus szoftvercsomag, 48180000 Orvosi szoftvercsomag, 48200000 Hálózati, internet- és intranet-szoftvercsomag, 48300000 Dokumentumkészítő, rajzoló, képkezelő, termelésütemező és termelékenységnövelő szoftvercsomag, 48400000 Kereskedelmi és személyes tranzakciókezelő szoftvercsomag, 48500000 Kommunikációs és multimédiás szoftvercsomag, 48600000 Adatbázis-kezelő és operációsrendszer-szoftvercsomag, 48813000 Utas-ismeretterjesztő rendszerek, 48814000 Gyógyászati információs rendszerek, 48900000 Különféle szoftvercsomagok és számítógépes rendszerek, 72200000 Szoftverprogramozási és tanácsadási szolgáltatások, 72300000 Adatkezelési szolgáltatások, 72400000 Internetszolgáltatások, 72500000 Számítógépekkel kapcsolatos szolgáltatások, 72600000 Számítógépes támogatási és tanácsadói szolgáltatások, 72700000 Számítógépes hálózati szolgáltatások, 72900000 Számítógépes biztonságimásolat-készítő és katalóguskonvertálási szolgáltatások, 73000000 Kutatási és fejlesztési szolgáltatások és kapcsolódó tanácsadói szolgáltatások, 73100000 Kutatási és kísérleti fejlesztési szolgáltatások, 73200000 Kutatási és fejlesztési tanácsadó szolgáltatások, 73300000 Kutatás és fejlesztés tervezése és kivitelezése, 79711000 Riasztásfigyelési szolgáltatások, 85000000 Egészségügyi és szociális gondozási szolgáltatások, 85100000 Egészségügyi szolgáltatások
A végrehajtás helye:
Qualification - Response centre system and welfare technologies.
Díjat odaítélő szervezet:
Trondheim kommune
Díj száma:
2025/25952

1. Buyer

1.1 Buyer

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

1.1 Buyer

Official name : Trøndelag fylkeskommune
Legal type of the buyer : Regional authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Bakklandet Menighets Omsorgssenter
Legal type of the buyer : Entity with special or exclusive rights
Activity of the contracting authority : Health

1.1 Buyer

Official name : Trondhjems Hospital
Legal type of the buyer : Entity with special or exclusive rights
Activity of the contracting authority : Health

1.1 Buyer

Official name : Kystad helse og velferdssenter
Legal type of the buyer : Entity with special or exclusive rights
Activity of the contracting authority : Health

1.1 Buyer

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

1.1 Buyer

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

1.1 Buyer

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

1.1 Buyer

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

1.1 Buyer

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

1.1 Buyer

Official name : Midtre Gauldal
Legal type of the buyer : Public undertaking
Activity of the contracting authority : Health

1.1 Buyer

Official name : Indre fosen kommune
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

1.1 Buyer

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

1.1 Buyer

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

1.1 Buyer

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

1.1 Buyer

Official name : Røros 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 : Vanylven kommune
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

1.1 Buyer

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

1.1 Buyer

Official name : Os 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 : Molde kommune
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

1.1 Buyer

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

1.1 Buyer

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

2. Procedure

2.1 Procedure

Title : Qualification - Response centre system and welfare technologies.
Description : Trondheim municipality, hereafter called the Contracting Authority, invites tenderers to a competitive dialogue in connection with the procurement of responses with the accompanying welfare technologies. The contracting authority intends to enter into a contract with one (1) Tenderer. The contracting authority would like to make tenderers aware that there will be changes in the tender documentation and the attached documents during the dialogue phase. The final/completed tender documentation will be sent out to the tenderers who will be invited to submit a final and binneous tender. Further information on the assignment is in the Mercell portal and the tender documentation and annexes.
Procedure identifier : 62e29e4b-98c2-4022-a6e4-cba949300ba6
Internal identifier : 2025/25952
Type of procedure : Competitive dialogue
Main features of the procedure : The contracting authority would like to make tenderers aware that there will be changes in the tender documentation and the attached documents during the dialogue phase. The final/completed tender documentation will be sent out to the tenderers who will be invited to submit a final and binneous tender.

2.1.1 Purpose

Main nature of the contract : Services
Additional nature of the contract : Supplies
Main classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 22211100 Official journals
Additional classification ( cpv ): 33000000 Medical equipments, pharmaceuticals and personal care products
Additional classification ( cpv ): 33100000 Medical equipments
Additional classification ( cpv ): 33195000 Patient-monitoring system
Additional classification ( cpv ): 33196000 Medical aids
Additional classification ( cpv ): 33197000 Medical computer equipment
Additional classification ( cpv ): 35120000 Surveillance and security systems and devices
Additional classification ( cpv ): 35121700 Alarm systems
Additional classification ( cpv ): 35125000 Surveillance system
Additional classification ( cpv ): 35125100 Sensors
Additional classification ( cpv ): 35125200 Time control system or working time recorder
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48100000 Industry specific software package
Additional classification ( cpv ): 48180000 Medical software package
Additional classification ( cpv ): 48200000 Networking, Internet and intranet software package
Additional classification ( cpv ): 48300000 Document creation, drawing, imaging, scheduling and productivity software package
Additional classification ( cpv ): 48400000 Business transaction and personal business software package
Additional classification ( cpv ): 48500000 Communication and multimedia software package
Additional classification ( cpv ): 48600000 Database and operating software package
Additional classification ( cpv ): 48813000 Passenger information system
Additional classification ( cpv ): 48814000 Medical information systems
Additional classification ( cpv ): 48900000 Miscellaneous software package and computer systems
Additional classification ( cpv ): 72200000 Software programming and consultancy services
Additional classification ( cpv ): 72300000 Data services
Additional classification ( cpv ): 72400000 Internet services
Additional classification ( cpv ): 72500000 Computer-related services
Additional classification ( cpv ): 72600000 Computer support and consultancy services
Additional classification ( cpv ): 72700000 Computer network services
Additional classification ( cpv ): 72900000 Computer back-up and catalogue conversion services
Additional classification ( cpv ): 73000000 Research and development services and related consultancy services
Additional classification ( cpv ): 73100000 Research and experimental development services
Additional classification ( cpv ): 73200000 Research and development consultancy services
Additional classification ( cpv ): 73300000 Design and execution of research and development
Additional classification ( cpv ): 79711000 Alarm-monitoring services
Additional classification ( cpv ): 85000000 Health and social work services
Additional classification ( cpv ): 85100000 Health services

2.1.2 Place of performance

Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 600 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - The procurement will be carried out as a competitive dialogue within parts I and part III of the procurement regulations.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Qualification - Response centre system and welfare technologies.
Description : Trondheim municipality, hereafter called the Contracting Authority, invites tenderers to a competitive dialogue in connection with the procurement of responses with the accompanying welfare technologies. The contracting authority intends to enter into a contract with one (1) Tenderer. The contracting authority would like to make tenderers aware that there will be changes in the tender documentation and the attached documents during the dialogue phase. The final/completed tender documentation will be sent out to the tenderers who will be invited to submit a final and binneous tender. Further information on the assignment is in the Mercell portal and the tender documentation and annexes.
Internal identifier : 2025/25952

5.1.1 Purpose

Main nature of the contract : Services
Additional nature of the contract : Supplies
Main classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 22211100 Official journals
Additional classification ( cpv ): 33000000 Medical equipments, pharmaceuticals and personal care products
Additional classification ( cpv ): 33100000 Medical equipments
Additional classification ( cpv ): 33195000 Patient-monitoring system
Additional classification ( cpv ): 33196000 Medical aids
Additional classification ( cpv ): 33197000 Medical computer equipment
Additional classification ( cpv ): 35120000 Surveillance and security systems and devices
Additional classification ( cpv ): 35121700 Alarm systems
Additional classification ( cpv ): 35125000 Surveillance system
Additional classification ( cpv ): 35125100 Sensors
Additional classification ( cpv ): 35125200 Time control system or working time recorder
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48100000 Industry specific software package
Additional classification ( cpv ): 48180000 Medical software package
Additional classification ( cpv ): 48200000 Networking, Internet and intranet software package
Additional classification ( cpv ): 48300000 Document creation, drawing, imaging, scheduling and productivity software package
Additional classification ( cpv ): 48400000 Business transaction and personal business software package
Additional classification ( cpv ): 48500000 Communication and multimedia software package
Additional classification ( cpv ): 48600000 Database and operating software package
Additional classification ( cpv ): 48813000 Passenger information system
Additional classification ( cpv ): 48814000 Medical information systems
Additional classification ( cpv ): 48900000 Miscellaneous software package and computer systems
Additional classification ( cpv ): 72200000 Software programming and consultancy services
Additional classification ( cpv ): 72300000 Data services
Additional classification ( cpv ): 72400000 Internet services
Additional classification ( cpv ): 72500000 Computer-related services
Additional classification ( cpv ): 72600000 Computer support and consultancy services
Additional classification ( cpv ): 72700000 Computer network services
Additional classification ( cpv ): 72900000 Computer back-up and catalogue conversion services
Additional classification ( cpv ): 73000000 Research and development services and related consultancy services
Additional classification ( cpv ): 73100000 Research and experimental development services
Additional classification ( cpv ): 73200000 Research and development consultancy services
Additional classification ( cpv ): 73300000 Design and execution of research and development
Additional classification ( cpv ): 79711000 Alarm-monitoring services
Additional classification ( cpv ): 85000000 Health and social work services
Additional classification ( cpv ): 85100000 Health services

5.1.2 Place of performance

Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 30/06/2026
Duration end date : 31/12/2099

5.1.5 Value

Estimated value excluding VAT : 600 000 000 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 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 Requirement: The tenderer shall be a legally established company. Documented by a Company Registration Certificate or equivalent.
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 Requirement: The tenderer shall have sufficient economic and financial capacity to carry out the assignment - the tenderer shall be credit worthy. Credit worthy with security is not accepted. A/N is sufficient for newly established tenderers. Documentation requirement: Credit rating of the tenderer, not older than six months calculated from the deadline for receipt of tenders. The assessment shall be based on the last known fiscal figures with an indication of how the credit rating has evolved during the past three years. The result of the credit rating must be given as a graded value (letters or numbers) on a defined scale. Newly established tenderers must document the financial capacity to fulfil the assignment by other documentation, such as accounting figures and a bank guarantee.
Criterion : Measures for ensuring quality
Description : The tenderer utilises the following technical facilities and quality assurance measures and the tenderer ́s survey and research facility is as follows: Minimum qualification requirements Requirement: Tenderers shall have a functioning quality assurance system/quality management system. Documentation requirement: Description of the tenderer's quality assurance/quality management measures.
Criterion : Environmental management measures
Description : Tenderers can employ the following environmental management measures in connection with the execution of the contract: Minimum qualification requirements Requirement: Tenderers shall have a system and routines for reducing the most important environmental impact from their activities and shall use environmental management measures throughout the contract period. Therefore it is a requirement that the company has an environmental management system, such as Miljøfyrtårn, EMAS, ISO 14001 or equivalent. If the entire company is environmentally labelled with a type 1 environmental label, such as the Swan Ecolabel or equivalent, this is also approved. Documentation: Tenderers shall complete the attached Environmental Self-Declaration, as well as enclose a certificate of environmental management system.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
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

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Address of the procurement documents : https://permalink.mercell.com/264153322.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 : Required
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Deadline for receipt of requests to participate : 06/10/2025 10:00 +00:00
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 :
Framework agreement, without reopening of competition
Maximum number of participants : 1
Justification for the duration of the framework agreement : The procurement consists of a part that deals with the introduction of a new computer system. It would, therefore, not be appropriate to change suppliers in only 4 years.
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Trøndelag tingrett
Information about review deadlines : Tenderers who are rejected, or who have their request rejected for participation in the competition, cf. the selection point for tenderers, cannot submit a petition for a provisional injunction before the court court later than 15 days after the contracting authority has sent the notification. The deadline is calculated from the day after the notification has been sent, c.f. the Public Procurement Regulations § 20-7.

8. Organisations

8.1 ORG-0001

Official name : Trondheim kommune
Registration number : 942110464
Postal address : Erling Skakkes gate 14
Town : TRONDHEIM
Postcode : 7004
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Contact point : Heidi Storrøsæter
Telephone : +47 72540000
Roles of this organisation :
Buyer
Group leader

8.1 ORG-0002

Official name : Trøndelag tingrett
Registration number : 926722794
Town : Trondheim
Postcode : 7004
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Telephone : 73542400
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Trøndelag fylkeskommune
Registration number : 817 920 632
Town : Steinkjer
Postcode : 7735
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Telephone : 74 17 40 00
Roles of this organisation :
Buyer

8.1 ORG-0004

Official name : Bakklandet Menighets Omsorgssenter
Registration number : 970161414
Town : Trondheim
Postcode : 7015
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Telephone : 72544500
Roles of this organisation :
Buyer

8.1 ORG-0005

Official name : Trondhjems Hospital
Registration number : 938 658 374
Town : Trondheim
Postcode : 7012
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Telephone : 72544200
Roles of this organisation :
Buyer

8.1 ORG-0006

Official name : Kystad helse og velferdssenter
Registration number : 875 383 922
Town : Trondheim
Postcode : 7026
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Telephone : 72545520
Roles of this organisation :
Buyer

8.1 ORG-0007

Official name : Åfjord kommune
Registration number : 921 875 533
Town : Åfjord
Postcode : 7169
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Telephone : 72 51 00 00
Roles of this organisation :
Buyer

8.1 ORG-0008

Official name : Ørland kommune
Registration number : 921 806 027
Town : Bjugn
Postcode : 7160
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Telephone : 72514000
Roles of this organisation :
Buyer

8.1 ORG-0009

Official name : Hitra kommune
Registration number : 938772924
Town : Hitra
Postcode : 7240
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Telephone : 72 44 17 00
Roles of this organisation :
Buyer

8.1 ORG-0010

Official name : Skaun kommune
Registration number : 939 865 942
Town : Børsa
Postcode : 7358
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Telephone : 72 86 72 00
Roles of this organisation :
Buyer

8.1 ORG-0011

Official name : Melhus kommune
Registration number : 938 726 027
Town : Melhus
Postcode : 7221
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Telephone : 72 85 80 00
Roles of this organisation :
Buyer

8.1 ORG-0012

Official name : Midtre Gauldal
Registration number : 974 623 102
Town : Støren
Postcode : 7290
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Telephone : 72 40 30 00
Roles of this organisation :
Buyer

8.1 ORG-0013

Official name : Indre fosen kommune
Registration number : 944 305 483
Town : Rissa
Postcode : 7159
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Telephone : 74 85 51 00
Roles of this organisation :
Buyer

8.1 ORG-0014

Official name : Rindal kommune
Registration number : 940 138 051
Town : Rindal
Postcode : 6657
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Telephone : 71664700
Roles of this organisation :
Buyer

8.1 ORG-0015

Official name : Rauma kommune
Registration number : 864980902
Town : Åndalsnes
Postcode : 6300
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Telephone : 71 16 66 00
Roles of this organisation :
Buyer

8.1 ORG-0016

Official name : Aukra kommune
Registration number : 964 981 337
Town : Aukra
Postcode : 6480
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Telephone : 71 17 15 00
Roles of this organisation :
Buyer
Central purchasing body awarding public contracts or concluding framework agreements for works, supplies or services intended for other buyers

8.1 ORG-0017

Official name : Røros kommune
Registration number : 939 898 743
Town : Røros
Postcode : 7374
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Telephone : 72 41 94 00
Roles of this organisation :
Buyer

8.1 ORG-0018

Official name : Vanylven kommune
Registration number : 964978662
Town : Fiskå
Postcode : 6143
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Telephone : 70 03 00 00
Roles of this organisation :
Buyer

8.1 ORG-0019

Official name : Holtålen kommune
Registration number : 937 697 767
Town : Ålen
Postcode : 7380
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Telephone : 72 41 76 00
Roles of this organisation :
Buyer

8.1 ORG-0020

Official name : Os kommune
Registration number : 943 464 723
Town : Os i Østerdalen
Postcode : 2550
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Telephone : 62 47 03 00
Roles of this organisation :
Buyer

8.1 ORG-0021

Official name : Molde kommune
Registration number : 921 221 967
Town : Molde
Postcode : 6413
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Telephone : 71 11 10 00
Roles of this organisation :
Buyer

8.1 ORG-0022

Official name : Surnadal kommune
Registration number : 964 981 892
Town : Surnadal
Postcode : 6650
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Telephone : 71 65 58 00
Roles of this organisation :
Buyer

8.1 ORG-0023

Official name : Sula kommune
Registration number : 964980543
Town : Landevåg
Postcode : 6039
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Telephone : 70 19 91 00
Roles of this organisation :
Buyer

Notice information

Notice identifier/version : 29475fc6-d943-4596-bb71-7ee401aa669e - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 01/09/2025 18:16 +00:00
Notice dispatch date (eSender) : 02/09/2025 06:00 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00572894-2025
OJ S issue number : 168/2025
Publication date : 03/09/2025