KK - Framework agreement - Procurement of e-locks with associated equipment and administration system.

Digi Møre og Romsdal invites tenderers to an open tender contest for a framework agreement for e-locks with the accompanying equipment and administration system. The objective of the procurement is to enter into a framework agreement for the procurement of e-locks, and an SSA-L contract for the delivery of e-lock …

CPV: 42961100 Pieejas kontroles sistēmas, 44520000 Slēdzenes, atslēgas un eņģes, 44521100 Slēdzenes, 98395000 Atslēdznieka pakalpojumi, 98000000 Citi kopienas, sociālie un personālie pakalpojumi, 98300000 Dažādi pakalpojumi
Termiņš:
2025. gada 23. jūnijs, 10:00
Termiņa veids:
Piedāvājuma iesniegšana
Izpildes vieta:
KK - Framework agreement - Procurement of e-locks with associated equipment and administration system.
Piešķīrēja iestāde:
Kristiansund kommune
Piešķīruma numurs:
24/04838

1. Buyer

1.1 Buyer

Official name : Kristiansund kommune
Legal type of the buyer : Public undertaking, controlled by a local authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : KK - Framework agreement - Procurement of e-locks with associated equipment and administration system.
Description : Digi Møre og Romsdal invites tenderers to an open tender contest for a framework agreement for e-locks with the accompanying equipment and administration system.  The objective of the procurement is to enter into a framework agreement for the procurement of e-locks, and an SSA-L contract for the delivery of e-lock ́s software. These contracts shall be seen in context, but they each follow their own provisions on duration. This means that the agreement on the administration system continues to run, even if the Contracting Authority signs a new framework agreement with another supplier for the delivery of e-locks. The agreement regarding the administration system continues to expire e-locks delivered in this framework agreement ́s lifetime.
Procedure identifier : bc76302a-a62e-4741-ba1c-d581a2d09f18
Internal identifier : 24/04838
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The objective of the procurement is to enter into a framework agreement for the procurement of e-locks, and an SSA-L contract for the delivery of e-lock ́s software. These contracts shall be seen in context, but they each follow their own provisions on duration. This means that the agreement on the administration system continues to run, even if the Contracting Authority signs a new framework agreement with another supplier for the delivery of e-locks. The agreement regarding the administration system continues to expire e-locks delivered in this framework agreement ́s lifetime. The following municipalities participate in and have the opportunity to make call-offs on the agreement: Aukra, Averøy, Gjemnes, Herøy, Hustadvika, Kristiansund, Molde, Rauma, Smøla, Sunndal, Sykkylven, Tingvoll, Ulstein, Vestnes, Volda, Ålesund and Ørsta. Sula municipality has the option to join the contract during the contract period (3 years). Although this is a joint competition for municipalities in Møre og Romsdal, the final contract must be signed with each municipality.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 98395000 Locksmith services
Additional classification ( cpv ): 42961100 Access control system
Additional classification ( cpv ): 44520000 Locks, keys and hinges
Additional classification ( cpv ): 44521100 Locks
Additional classification ( cpv ): 98000000 Other community, social and personal services
Additional classification ( cpv ): 98300000 Miscellaneous services

2.1.2 Place of performance

Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 60 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - Open tender contest in part III. The procurement concerns the purchase of e-locks for the whole of Møre og Romsdal.

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
Corruption : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a enforceable verdict has been convicted of corruption by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Corruption as defined in Article 3 of the Convention on Combating Corruption, Involving European Communities or European Union Member States (EUT C 195 of 25.6.1997, s. 1), and in Article 2, point 1, in the Council ́s framework decision 2003/568/RIA of 22 July 2003 on combating corruption in the private sector (EUT L 192 of 31.7.2003, p. 54). This rejection reason also includes corruption as defined in national law for the contracting authority or supplier.
Fraud : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted of fraud has been convicted of fraud by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Fraud included in Article 1 of the Convention on protection of the Financial Interests of the European Communities (EFT C 316 of 27.11.1995, p. 48).
Money laundering or terrorist financing : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of money laundering or financing terrorism by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Money laundering or financing terrorism As defined in Article 1 of the European Parliament and Council Directive 2005/60/EF of 26 October 2005 on preventive measures against the use of the financial system for money laundering and financing terrorism (EUT L 309 of 25.11.2005, p. 15).
Participation in a criminal organisation : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted verdict of participation in a criminal organisation by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Participation in a criminal organisation as defined in Article 2 of the Council ́s framework decision 2008/841/RIA of 24 October 2008 on control of organised crime (EUT L 300 of 11.11.2008, p. 42)
Terrorist offences or offences linked to terrorist activities : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body, or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of acts of terrorism or criminal acts connected to terrorist activities by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Acts of terrorism or criminal acts relating to terrorist activity as defined in Article 1 and 3 of the Council ́s framework decision 2002/475/RIA of 13 June 2002 on combating terrorism (EFT L 164, af 22.6.2002, p. 3). This rejection reason also includes incitement to, participation or attempts to commit such actions as included in Article 4 in the mentioned framework decision.
Child labour and including other forms of trafficking in human beings : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of child labour and other forms of human trafficking by a verdict handed down no more than five years ago, or a rejection period determined directly in the judgement that still applies? Child labour and other forms of human trafficking as defined in Article 2 of the European Parliament and council directive 2011/36/EU of 5. 1 April 2011 on the prevention and control of human trafficking and the protection of its victims and for compensation of the Council ́s framework decision 2002/629/RIA (EUT L 101 of 15.4.2011, p. 1).
Breaching of obligations in the fields of environmental law : Is the tenderer aware of breaches of environmental provisions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Breaching of obligations in the fields of labour law : Is the tenderer aware of breaches of provisions on working conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Breaching of obligations in the fields of social law : Is the tenderer aware of breaches of provisions on social conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Agreements with other economic operators aimed at distorting competition : Has the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition?
Grave professional misconduct : Has the tenderer committed serious errors in professional practice? If relevant, see the definitions in national law, the relevant notice or procurement documents.
Misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Have the tenderer:a) given grossly incorrect information when notifying the information required to verify that there is no basis for rejection, or of the qualification requirements being met,b) failed to provide such information,c) subject to immediately submitting the supporting documents requested by the Contracting Authority, ord) improperly affecting the Contracting Authority's decision process to acquire confidential information that could give this an unlawful advantage in connection with competition, or negligently has given misleading information that can have a significant influence on decisions on rejection, selection or award?
Conflict of interest due to its participation in the procurement procedure : Are tenderers aware of a conflict of interest as stated in national law, the relevant notice or procurement documents?
Direct or indirect involvement in the preparation of this procurement procedure : Has the tenderer or an entity associated with the supplier advised the contracting authority or in another way been involved in the planning of the competition?
Early termination, damages, or other comparable sanctions : Has the tenderer committed significant breaches of contract in connection with the fulfilment of a previous public contract, a previous contract with a public contracting authority or a previous concession contract, where the breach has led to the cancellation of the contract, compensation or other similar sanctions?
Breaching 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 : KK - Framework agreement - Procurement of e-locks with associated equipment and administration system.
Description : Digi Møre og Romsdal invites tenderers to an open tender contest for a framework agreement for e-locks with the accompanying equipment and administration system.  The objective of the procurement is to enter into a framework agreement for the procurement of e-locks, and an SSA-L contract for the delivery of e-lock ́s software. These contracts shall be seen in context, but they each follow their own provisions on duration. This means that the agreement on the administration system continues to run, even if the Contracting Authority signs a new framework agreement with another supplier for the delivery of e-locks. The agreement regarding the administration system continues to expire e-locks delivered in this framework agreement ́s lifetime.
Internal identifier : 24/04838

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 98395000 Locksmith services
Additional classification ( cpv ): 42961100 Access control system
Additional classification ( cpv ): 44520000 Locks, keys and hinges
Additional classification ( cpv ): 44521100 Locks
Additional classification ( cpv ): 98000000 Other community, social and personal services
Additional classification ( cpv ): 98300000 Miscellaneous services

5.1.2 Place of performance

Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 72 Month

5.1.5 Value

Estimated value excluding VAT : 60 000 000 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 shall be registered in a company register, professional register or registered in a commerce register in the country where the tenderer is established.
Criterion : Other economic or financial requirements
Description : Tenderers must have sufficient economic and financial capacity to be able to fulfil the contract. Creditworthiness with no requirement for collateral will be sufficient to meet the requirement.
Criterion : References on specified works
Description : Tenderers shall have experience and competence with the execution of comparable projects. Able to document 3 reference projects. Individual delivery to public entities is required, minimum 3,000 electronic locks.
Criterion : Security of supply
Description : Tenderers shall have sufficient capacity to carry out the assignment.
Criterion : Certificates by independent bodies about quality assurance standards
Description : Tenderers shall have a good and well-functioning quality assurance system for the service that shall be provided.
Criterion : Certificates by quality control institutes
Description : The tenderer shall be certified for management systems for information security in the form of ISO 27001.

5.1.11 Procurement documents

Deadline for requesting additional information : 11/06/2025 14:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/257518156.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 tenders : 23/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 23/06/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : no

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 100
Justification for the duration of the framework agreement : The contracting authority chooses to have a framework agreement with a total length of 6 years, including options. The reason for this is that it takes a long time to assemble the e-locks in all the municipalities that are included in the framework agreement, as well as existing contracts that run for some municipalities, or must expire before they can use this framework agreement. Furthermore, there is relatively high cost associated with replacing and installing e-locks. Furthermore, the municipalities have a focus on reducing their climate footprint and being sustainable; therefore we would like a long lifetime for the products offered in the framework agreement.
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Møre og Romsdal tingrett -
Organisation providing more information on the review procedures : Kristiansund kommune -

8. Organisations

8.1 ORG-0001

Official name : Kristiansund kommune
Registration number : 991891919
Postal address : Kaibakken 2
Town : KRISTIANSUND N
Postcode : 6509
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Contact point : Anette Lilleås Kornstad
Telephone : +47 71573958
Fax : +47 71586144
Internet address : http://www.digimr.no
Roles of this organisation :
Buyer
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Møre og Romsdal tingrett
Registration number : 926723200
Town : Kristiansund
Postcode : 6508
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : 4b41ac64-2735-4541-b4d8-378e17835633 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 20/05/2025 13:23 +00:00
Notice dispatch date (eSender) : 21/05/2025 06:12 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00330668-2025
OJ S issue number : 98/2025
Publication date : 22/05/2025