TV Signal

Trondheim municipality, hereafter called the Contracting Authority, invites tenderers to an open tender contest for a contract for a TV signal to the Contracting Authority's units. Where there are separate TV points at the different locations, signals shall be delivered to anyone who wants it. The contract will be valid …

CPV: 92230000 Servizi radiotelevisivi via cavo, 32324600 Decoder per TV digitale, 45312320 Lavori di installazione di antenne televisive, 51310000 Servizi di installazione di apparecchiature radio, televisive, audio e video, 51312000 Servizi di installazione di apparecchiature televisive, 64228000 Servizi di trasmissione di programmi televisivi e radiofonici, 64228100 Servizi di trasmissione di programmi televisivi, 92220000 Servizi televisivi, 92224000 Televisione digitale, 92225000 Televisione interattiva, 92232000 TV via cavo
Scadenza:
Venerdì 06 Giugno 2025 10:00
Tipo di scadenza:
Presentazione di un'offerta
Luogo di esecuzione:
TV Signal
Ente di assegnazione:
Trondheim kommune
Numero di premio:
2025/9828

1. Buyer

1.1 Buyer

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

1.1 Buyer

Official name : Bakklandet Menighets Omsorgsenter
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 : Stavne Arbeid Trondheim KF
Legal type of the buyer : Public undertaking, controlled by a local authority
Activity of the contracting authority : Social protection

1.1 Buyer

Official name : Stavne Inkludering Trondheim KF
Legal type of the buyer : Public undertaking, controlled by a local authority
Activity of the contracting authority : Social protection

2. Procedure

2.1 Procedure

Title : TV Signal
Description : Trondheim municipality, hereafter called the Contracting Authority, invites tenderers to an open tender contest for a contract for a TV signal to the Contracting Authority's units. Where there are separate TV points at the different locations, signals shall be delivered to anyone who wants it. The contract will be valid for 2 years, with an option for 1+1 year. The municipality ́s locations are connected to the contracting authority ́s fibre network. In addition, three private nursing homes have an option to use the contract, provided that the necessary infrastructure is present. The contract does not include the delivery of similar equipment that has separate agreements. The contracting authority currently has the following other framework agreements: Framework agreement for AV equipment framework agreement for white goods, brown goods and small electrical equipment, including the procurement of a TV viewer for other documents in the competition, as well as the requirements and criteria in the Mercell portal for further details.
Procedure identifier : 213ce917-741c-458f-9688-ae0d62c1f25f
Internal identifier : 2025/9828
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : See the other documents in the competition, as well as the requirements and criteria in the Mercell portal for further details.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 92230000 Radio and television cable services
Additional classification ( cpv ): 32324600 Digital-TV boxes
Additional classification ( cpv ): 45312320 Television aerial installation work
Additional classification ( cpv ): 51310000 Installation services of radio, television, sound and video equipment
Additional classification ( cpv ): 51312000 Installation services of television equipment
Additional classification ( cpv ): 64228000 Television and radio broadcast transmission services
Additional classification ( cpv ): 64228100 Television broadcast transmission services
Additional classification ( cpv ): 92220000 Television services
Additional classification ( cpv ): 92224000 Digital television
Additional classification ( cpv ): 92225000 Interactive television
Additional classification ( cpv ): 92232000 Cable TV

2.1.2 Place of performance

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

2.1.3 Value

Estimated value excluding VAT : 6 400 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften -

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy 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.
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.
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.
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.
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)
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?
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.
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).
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).
Child labour and 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).
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.
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.
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.
Guilty of 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?
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?
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?
Guilty of 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.
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 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.
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?
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.
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?
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.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : TV Signal
Description : Trondheim municipality, hereafter called the Contracting Authority, invites tenderers to an open tender contest for a contract for a TV signal to the Contracting Authority's units. Where there are separate TV points at the different locations, signals shall be delivered to anyone who wants it. The contract will be valid for 2 years, with an option for 1+1 year. The municipality ́s locations are connected to the contracting authority ́s fibre network. In addition, three private nursing homes have an option to use the contract, provided that the necessary infrastructure is present. The contract does not include the delivery of similar equipment that has separate agreements. The contracting authority currently has the following other framework agreements: Framework agreement for AV equipment framework agreement for white goods, brown goods and small electrical equipment, including the procurement of a TV viewer for other documents in the competition, as well as the requirements and criteria in the Mercell portal for further details.
Internal identifier : 2025/9828

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 92230000 Radio and television cable services
Additional classification ( cpv ): 32324600 Digital-TV boxes
Additional classification ( cpv ): 45312320 Television aerial installation work
Additional classification ( cpv ): 51310000 Installation services of radio, television, sound and video equipment
Additional classification ( cpv ): 51312000 Installation services of television equipment
Additional classification ( cpv ): 64228000 Television and radio broadcast transmission services
Additional classification ( cpv ): 64228100 Television broadcast transmission services
Additional classification ( cpv ): 92220000 Television services
Additional classification ( cpv ): 92224000 Digital television
Additional classification ( cpv ): 92225000 Interactive television
Additional classification ( cpv ): 92232000 Cable TV
Options :
Description of the options : Options for football packages, sports channels and streaming services.

5.1.2 Place of performance

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

5.1.3 Estimated duration

Start date : 31/08/2025
Duration end date : 31/08/2027

5.1.4 Renewal

Maximum renewals : 2
The buyer reserves the right for additional purchases from the contractor, as described here : One year + one year with an extension.

5.1.5 Value

Estimated value excluding VAT : 6 400 000 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

Criterion :
Type : Economic and financial standing
Name : 'Total' annual turnover
Description : The tenderer ́s ("total") annual turnover for the number of financial years requested in the tender notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average annual turnover
Description : The tenderer ́s average annual turnover for the number of years requested in the notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : "Specific annual turnover"
Description : Are the tenderer's ("specific") annual turnover within the area that the contract applies to and specified in the notice or in the procurement documents for the number of accounting years requested is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average set-up
Description : Is the tenderer's average annual turnover within the area requested by the contract and specified in the notice or in the procurement documents for the number of financial years requested:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : The tenderer's establishment date
Description : If the information about the turnover (combined or specific) is not available for the entire requested period, please state the date the company was established, or the tenderers started their business:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Financial key figures
Description : For financial key figures stated in the notice or in the procurement documents, the tenderer declares that the actual value(s) of the requested key figures are as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Liability insurance
Description : The insured amount in the tenderer ́s liability insurance is the following:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Other economic and 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 6 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.
Use of this criterion : Used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for 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?
Use of this criterion : Not used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for environmental management 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?
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register
Description : Tenderers are registered in a professional 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.
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register or company 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.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : In the case of service contracts: Authorisations from a particular organisation required
Description : Is a specific authorisation required from a particular organisation to provide the service in the tenderer's home country?
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : In the case of service contracts: Membership in a particular organisation is required
Description : Is it necessary to have a particular membership in a particular organisation in order to provide the service in the tenderer ́s home country?
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Services only
Description : Only for services: In the reference period, the tenderer has carried out the following important goods 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 Requirement: Tenderers shall have experience from similar contracts. Newly established tenderers are sufficient to have experience from similar assignments for the offered key personnel. Documentation requirement: An overview of the most important services that the tenderer has carried out in the last three years, together with information on the contract ́s value, date of delivery or execution and the name of the recipient.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Technical personnel or technical units
Description : Tenderers can use the following technical personnel or technical units , particularly those who are responsible for quality control: For technical personnel or technical units that do not directly belong to the tenderer ́s business, but if the capacity the tenderer will use, cf. part II, section C, separate ESPD forms shall be supplemented.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Technical facilities and quality assurance measures
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 well-functioning quality assurance/quality management system, ISO 9001 or equivalent. Documentation requirement: A copy of a valid certificate or an account of their own/equivalent quality management system.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Investigation and research facilities
Description : The tenderer ́s survey and research facilitates are as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Management and tracing of the supply chain
Description : The tenderer will be able to use the following management of the supply chain and tracing systems for the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Control Permission
Description : For goods or services that are complicated, or that in exceptional cases shall be used for a particular purpose: Will the tenderer allow checks of the tenderer's production capacity or technical capacity and, where necessary, of the survey and research facilities that the tenderer has at its disposal and of quality control measures? The inspections shall be undertaken by the contracting authority or the contracting authority can leave it to a competent public body in the country where the tenderer is established.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Education and professional qualifications
Description : The following education and professional qualifications are possessed by the tenderer and/or (depending on the requirements set in the notice or in the procurement documents) of the leading employees:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : 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 Annex 4 Self-Declaration for environment, as well as enclose a certificate of environmental management system.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Number of employees in the management
Description : The tenderer ́s number of employees in the management during the last three years was as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Average workforce
Description : The tenderer's average annual workforce in the last three years has been as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Tools, materials and technical equipment.
Description : Tenderers can use the following tools, material and technical equipment to carry out the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Portion of the contract to sub-suppliers.
Description : The tenderer is considering to outsource the following part (as a percentage) of the contract to sub-suppliers. Note that if the tenderer has decided to outsource a part of the contract to sub-suppliers and will use the sub-suppliers ́ capacity to carry out this part, a special ESPD will be supplemented for such sub-suppliers, see part II, section C, above.
Use of this criterion : Not used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Prices shall be given in the order requested in Annex 1 - Tender Form. The contracting authority ́s units vary on the number of buildings and TV points from location to location, therefore there are information on the estimated number of buildings and TV points in the price form. The total sum in cell G13 "Sum" in annex 2 - Tender Form sheet 1 - Price form is counted 80% of the price criteria. The sum of the options in cell G19 will count 20% of the price criteria. The price shall be stated in NOK excluding VAT. The prices shall be fixed during the first contract year in the contract period and will be regulated in accordance with the terms in the attached contract. The contracting authority will not accept any fees, in the form of invoice fees, environmental fees, administration fees etc. All duties or fees shall be taken into account and calculated in the tender price. All costs not specified or specified will be seen as included in the tender price. Calculation of points on price. The lowest price will achieve a maximum score, whilst a point score will be given that reflects relevant differences in the price downwards for the other tenders.
Weight (percentage, exact) : 50
Criterion :
Type : Quality
Name : Quality
Description : Tenderers shall describe the content of the offered channel package, including what is offered by Norwegian football (option), international football (option), sports channels (option) and possibly which streaming services/streaming services (option). Content in the channel package is assessed on both the basis of scope and relevance. Tenderers with the best content in the offered channel package will receive the highest score. The Nordic channels and nature channels are weighted positively. Tenderers shall describe the error rate for signal distribution and user-placed equipment: average time between errors Average time for repairs/error corrections Tenderers shall sketch and describe systems for the delivery of TV signal to units that are connected to the contracting authority ́s existing fibre network. The supplier ́s system must be compatible with and be able to connect to most TVs in the market. Tenderers shall sketch and describe systems for the delivery of TV signal to devices where the fibre network is too unstable to use, or that fibre has not been laid right up to each building or TV point. The supplier ́s system must be compatible with and be able to connect to most TVs in the market. Tenderers shall sketch and describe solutions for what components and hardware are necessary for the delivery of TV signal to the units. We would like the description to include whether different types of components/hardware are offered based on what the different locations need. For example, it is possible to choose to use decoders, set-top boxes or cards right in the existing TV. Tenderers shall sketch and describe what delivery time they have when there is a need for new components or new TV signals shall be delivered in the new building. Options: As an addition, football packages with the following content ought to be offered: English Tops - All Fights International Football - all matches An addition ought to be offered options for choosing different types of sports channels and tenderers are asked to disclose what can be offered and what costs there will be in the price form. As an addition, options ought to be offered for choosing different streaming services/streaming services and the service provider is asked to disclose what can be offered and what costs there will be beyond the subscription price. Tenderers with the best quality description will get the highest score. The tenderer will be bound by the contract period as described in this award criteria. The contracting authority will carry out a judgemental overall assessment when evaluating the award critiqued quality. The best tender will get a maximum score, whilst a score will be given that reflects relevant differences for other tenders.
Weight (percentage, exact) : 20
Criterion :
Type : Quality
Name : Environmental action plan
Description : Tenderers shall enclose a comprehensive description of their environmental action plan. Tenderers shall describe how they work against concrete climate and environmental goals, what routines and measures they have internally and externally to achieve given targets and how this work is updated and developed over time to ensure continual improvement. Furthermore, the tenderer shall state how the environmental work is anchored in the business and how it will contribute to fulfilment of the targets in the Trondheim Promise. We would like a list of measures connected to the accompanying climate and environmental goals, which also shows the status today. Tenderers will be awarded targets and initiatives that are quantified. Tenderers shall include targets and measures/routines for: a more environmentally friendly packaging, e.g. recycled packaging, multi-purpose packaging, packaging that can be recycled etc. increased degree of sorting and which sorting fractions will be used in the delivery in order to achieve the highest possible degree of sorting. The response shall as a minimum contain the number of available waste fractions, a description of routines for source sorting and how the source sorting is carried out in practice during the execution of the assignment. a more environmentally friendly transport to what degree do you affect your sub-suppliers or suppliers of components/hardware in terms of climate and environmental impact. To what degree do you influence your sub-suppliers or suppliers of production of TV signals backwards in the value chain regarding climate and environmental impact. what measures will be taken to increase the lifetime of components/hardware that will be necessary in this procurement Any documentation certified by a third party will be awarded further. Documentation: Tenderers shall submit a written response under the name "Miljøhandlingsplan". Responses should not exceed 2 A4 pages with normal margins, Type Calibri or Times New Roman, font size 12, and spaced 1. Professional procurement judgement will form the basis for the evaluation of the criteria.
Weight (percentage, exact) : 15
Criterion :
Type : Quality
Name : Service
Description : Tenderers shall describe their SLA (Service Level Agreement). This is to be assessed: Opening hours - error notification Guaranteed error recovery times, i.e. time from notification of error until the error is rectified How are errors classifies as, for example, major or minor errors? Guaranteed running time Compensations for delayed error recovery and/or not fulfilled guaranteed running time Opening hours of customer service Option for turn-outs to locations. Tenderers with the best SLA will get the highest score. The tenderer will be bound by the contract period as described in this award criteria. The contracting authority will carry out a judgemental overall assessment when evaluating the award critiqued service. The best tender will get a maximum score, whilst a score will be given that reflects relevant differences for other tenders.
Weight (percentage, exact) : 15
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

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 28/05/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/253013291.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
Deadline for receipt of tenders : 06/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 102 Day
Information about public opening :
Opening date : 06/06/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : See the contract terms in the Mercell portal.
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
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Mediation organisation : Trøndelag tingrett
Review organisation : Trøndelag tingrett
Organisation providing additional information about the procurement procedure : Trondheim kommune
Organisation providing offline access to the procurement documents : Trondheim kommune
Organisation providing more information on the review procedures : Trøndelag tingrett
Organisation receiving requests to participate : Trondheim kommune

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 ( NO060 )
Country : Norway
Contact point : Marthe Sundberg
Telephone : +47 72540000
Roles of this organisation :
Buyer
Group leader
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate

8.1 ORG-0002

Official name : Trøndelag tingrett
Registration number : 926722794
Postal address : Postboks 2317, Torgarden
Town : Trondheim
Postcode : 7004
Country : Norway
Telephone : 73542400
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures
Mediation organisation

8.1 ORG-0003

Official name : Bakklandet Menighets Omsorgsenter
Registration number : 970161414
Postal address : Aasmund Vinjes gate 2, inngang E
Town : Trondheim
Postcode : 7015
Country : Norway
Telephone : 72544500
Roles of this organisation :
Buyer

8.1 ORG-0004

Official name : Trondhjems Hospital
Registration number : 938658374
Postal address : Hospitalsløkkan 2-4
Town : Trondheim
Postcode : 7012
Country : Norway
Telephone : 72544200
Roles of this organisation :
Buyer

8.1 ORG-0005

Official name : Kystad helse- og velferdssenter
Registration number : 875383922
Postal address : Laura Hangerås veg 1
Town : Trondheim
Postcode : 7026
Country : Norway
Telephone : 72545520
Roles of this organisation :
Buyer

8.1 ORG-0006

Official name : Stavne Arbeid Trondheim KF
Registration number : 981400690
Postal address : Hornebergveien 5
Town : Trondheim
Postcode : 7038
Country : Norway
Telephone : 95306000
Roles of this organisation :
Buyer

8.1 ORG-0007

Official name : Stavne Inkludering Trondheim KF
Registration number : 923801154
Postal address : Hornebergveien 5
Town : Trondheim
Postcode : 7038
Country : Norway
Telephone : 95306000
Roles of this organisation :
Buyer

11. Notice information

11.1 Notice information

Notice identifier/version : 9b83b605-5381-4e85-8aaa-28ddd5b476be - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 28/04/2025 09:49 +00:00
Notice dispatch date (eSender) : 28/04/2025 10:31 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00275715-2025
OJ S issue number : 83/2025
Publication date : 29/04/2025