Products and services for AAK, AIA, and ITV - RA

The aim of the procurement is to put in place new framework agreements for security systems for physical security, locks and fittings for NTNU ́s campuses in Trondheim, Ålesund and Gjøvik. To be answered by the Tenderer. The objective of the procurement is to establish new framework agreements for security …

CPV: 22000000 Tiskano gradivo in z njim povezani izdelki, 22457000 Vstopnice, 31620000 Aparati za zvočno ali vizualno signalizacijo, 31625300 Protivlomni alarmni sistemi, 32323500 Sistem za video nadzor, 35100000 Oprema za nujne primere in varnost, 35120000 Sistemi in naprave za nadzorovanje in varovanje, 35121700 Alarmni sistemi, 42961100 Sistem za kontrolo dostopa, 45312200 Inštalacija protivlomnih alarmnih sistemov, 51000000 Storitve inštalacije (razen programske opreme)
Rok:
20. junij 2025. 10:00
Vrsta roka:
Oddaja ponudbe
Kraj izvršitve:
Products and services for AAK, AIA, and ITV - RA
Organ za podeljevanje:
NTNU
Številka dodelitve:
ANSK-25-0184

1. Buyer

1.1 Buyer

Official name : NTNU
Legal type of the buyer : Central government authority
Activity of the contracting authority : Education

2. Procedure

2.1 Procedure

Title : Products and services for AAK, AIA, and ITV - RA
Description : The aim of the procurement is to put in place new framework agreements for security systems for physical security, locks and fittings for NTNU ́s campuses in Trondheim, Ålesund and Gjøvik.
Procedure identifier : fe44a297-6bf1-485d-803c-56aced3854de
Internal identifier : ANSK-25-0184
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 51000000 Installation services (except software)
Additional classification ( cpv ): 22457000 Entrance cards
Additional classification ( cpv ): 31620000 Sound or visual signalling apparatus
Additional classification ( cpv ): 31625300 Burglar-alarm systems
Additional classification ( cpv ): 32323500 Video-surveillance system
Additional classification ( cpv ): 35100000 Emergency and security equipment
Additional classification ( cpv ): 35120000 Surveillance and security systems and devices
Additional classification ( cpv ): 35121700 Alarm systems
Additional classification ( cpv ): 42961100 Access control system

2.1.2 Place of performance

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

2.1.2 Place of performance

Town : Gjøvik
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway

2.1.2 Place of performance

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

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 7
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 7

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 : Has the tenderer: a) given grossly incorrect information with the notification of the information required to verify that there is no basis for rejection, or of the qualification requirements being fulfilled, b) failed to provide such information, c) made reservations immediately to present the supporting documents requested by the contracting authority, or d) improperly affected the contracting authority ́s decision process to acquire confidential information that could give this an unlawful advantage in connection with competition, or negligently has given misleading information that can have a significant influence on decisions on rejection, selection or award?
Conflict of interest due to its participation in the procurement procedure : Are tenderers aware of a conflict of interest as stated in national law, the relevant notice or procurement documents?
Direct or indirect involvement in the preparation of this procurement procedure : Has the tenderer or an entity associated with the supplier advised the contracting authority or in another way been involved in the planning of the competition?
Early termination, damages, or other comparable sanctions : Has the tenderer committed significant breaches of contract in connection with the fulfilment of a previous public contract, a previous contract with a public contracting authority or a previous concession contract, where the breach has led to the cancellation of the contract, compensation or other similar sanctions?
Breaching obligation relating to payment of social security contributions : Have tenderers failed to fulfil all their social security obligations in the country where they are established and in their member state, if this is a different country than what he is established in?
Breaching obligation relating to payment of taxes : Has the tenderer not fulfilled his tax and duty obligations in the country in which he is established, and in the contracting authority's member state, if this is a different country than what he is established in?
Business activities are suspended : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Bankruptcy : Is the tenderer in a bankruptcy situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Arrangement with creditors : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Insolvency : Is the tenderer in an insolvency situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Assets being administered by liquidator : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national law : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Open tender contest
Description : To be answered by the Tenderer.
Internal identifier : 1726999

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 51000000 Installation services (except software)
Additional classification ( cpv ): 22457000 Entrance cards
Additional classification ( cpv ): 31620000 Sound or visual signalling apparatus
Additional classification ( cpv ): 31625300 Burglar-alarm systems
Additional classification ( cpv ): 32323500 Video-surveillance system
Additional classification ( cpv ): 35100000 Emergency and security equipment
Additional classification ( cpv ): 35120000 Surveillance and security systems and devices
Additional classification ( cpv ): 35121700 Alarm systems

5.1.2 Place of performance

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

5.1.2 Place of performance

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

5.1.2 Place of performance

Town : Gjøvik
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 2 Year

5.1.4 Renewal

Maximum renewals : 2

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 relevant professional register
Description : The aim of the procurement is to put in place new framework agreements for security systems for physical security, locks and fittings for NTNU ́s campuses in Trondheim, Gjøvik and Ålesund.

5.1.11 Procurement documents

Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=58739

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 : Allowed
Deadline for receipt of tenders : 20/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 89 Day
Information about public opening :
Opening date : 20/06/2025 10:01 +00:00
Place : Trondheim
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 : 7
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Trøndelag Tingrett -
Organisation providing more information on the review procedures : Trøndelag Tingrett -

5.1 Lot technical ID : LOT-0002

Title : Sub-contract 1 Trondheim ARX
Description : The objective of the procurement is to establish new framework agreements for security systems for physical security, locks and fittings for NTNU ́s campuses in Trondheim.
Internal identifier : 1728268

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 51000000 Installation services (except software)
Additional classification ( cpv ): 31620000 Sound or visual signalling apparatus
Additional classification ( cpv ): 31625300 Burglar-alarm systems
Additional classification ( cpv ): 35100000 Emergency and security equipment
Additional classification ( cpv ): 35121700 Alarm systems
Additional classification ( cpv ): 42961100 Access control system
Additional classification ( cpv ): 45312200 Burglar-alarm system installation work

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 2 Year

5.1.4 Renewal

Maximum renewals : 2

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 relevant professional register
Description : The objective of the procurement is to establish new framework agreements for security systems for physical security, locks and fittings for NTNU ́s campuses in Trondheim,

5.1.11 Procurement documents

Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=58739

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 : Allowed
Deadline for receipt of tenders : 20/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 89 Day
Information about public opening :
Opening date : 20/06/2025 10:01 +00:00
Place : Trondheim
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
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Mediation organisation : Trøndelag Tingrett -
Review organisation : Trøndelag Tingrett -
Organisation providing more information on the review procedures : Trøndelag Tingrett -

5.1 Lot technical ID : LOT-0003

Title : Sub-contract 2 Ålesund ARX
Description : The aim of the procurement is to put in place new framework agreements for security systems for physical security, locks and fittings for NTNU ́s campuses in Ålesund.
Internal identifier : 1728269

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 51000000 Installation services (except software)
Additional classification ( cpv ): 31620000 Sound or visual signalling apparatus
Additional classification ( cpv ): 31625300 Burglar-alarm systems
Additional classification ( cpv ): 32323500 Video-surveillance system
Additional classification ( cpv ): 35100000 Emergency and security equipment
Additional classification ( cpv ): 35120000 Surveillance and security systems and devices
Additional classification ( cpv ): 35121700 Alarm systems
Additional classification ( cpv ): 42961100 Access control system
Additional classification ( cpv ): 45312200 Burglar-alarm system installation work

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 2 Year

5.1.4 Renewal

Maximum renewals : 2

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 relevant professional register
Description : The aim of the procurement is to put in place new framework agreements for security systems for physical security, locks and fittings for NTNU ́s campuses in Ålesund.

5.1.11 Procurement documents

Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=58739

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 : Allowed
Deadline for receipt of tenders : 20/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 89 Day
Information about public opening :
Opening date : 20/06/2025 10:01 +00:00
Place : Trondheim
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
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Mediation organisation : Trøndelag Tingrett -
Review organisation : Trøndelag Tingrett -
Organisation providing more information on the review procedures : Trøndelag Tingrett -

5.1 Lot technical ID : LOT-0004

Title : Sub-contract 3 Gjøvik ARX
Description : The aim of the procurement is to put in place new framework agreements for security systems for physical security, locks and fittings for NTNU ́s campuses in Gjøvik.
Internal identifier : 1728270

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 51000000 Installation services (except software)
Additional classification ( cpv ): 31620000 Sound or visual signalling apparatus
Additional classification ( cpv ): 31625300 Burglar-alarm systems
Additional classification ( cpv ): 32323500 Video-surveillance system
Additional classification ( cpv ): 35100000 Emergency and security equipment
Additional classification ( cpv ): 35120000 Surveillance and security systems and devices
Additional classification ( cpv ): 35121700 Alarm systems
Additional classification ( cpv ): 42961100 Access control system
Additional classification ( cpv ): 45312200 Burglar-alarm system installation work

5.1.2 Place of performance

Town : Gjøvik
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 2 Year

5.1.4 Renewal

Maximum renewals : 2

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 relevant professional register
Description : The aim of the procurement is to put in place new framework agreements for security systems for physical security, locks and fittings for NTNU ́s campuses in Gjøvik.

5.1.11 Procurement documents

Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=58739

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 : Allowed
Deadline for receipt of tenders : 20/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 89 Day
Information about public opening :
Opening date : 20/06/2025 10:01 +00:00
Place : Trondheim
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
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Trøndelag Tingrett -
Organisation providing more information on the review procedures : Trøndelag Tingrett -

5.1 Lot technical ID : LOT-0005

Title : Sub-contract 4 Trondheim Lenel OnGuard
Description : The objective of the procurement is to establish new framework agreements for security systems for physical security, locks and fittings for NTNU ́s campuses in Trondheim,
Internal identifier : 1728271

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 51000000 Installation services (except software)
Additional classification ( cpv ): 31620000 Sound or visual signalling apparatus
Additional classification ( cpv ): 31625300 Burglar-alarm systems
Additional classification ( cpv ): 35100000 Emergency and security equipment
Additional classification ( cpv ): 35120000 Surveillance and security systems and devices
Additional classification ( cpv ): 35121700 Alarm systems
Additional classification ( cpv ): 42961100 Access control system
Additional classification ( cpv ): 45312200 Burglar-alarm system installation work

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 2 Year

5.1.4 Renewal

Maximum renewals : 2

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 relevant professional register
Description : The objective of the procurement is to establish new framework agreements for security systems for physical security, locks and fittings for NTNU ́s campuses in Trondheim.

5.1.11 Procurement documents

Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=58739

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 : Allowed
Deadline for receipt of tenders : 20/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 89 Day
Information about public opening :
Opening date : 20/06/2025 10:01 +00:00
Place : Trondheim
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
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Trøndelag Tingrett -
Organisation providing more information on the review procedures : Trøndelag Tingrett -

5.1 Lot technical ID : LOT-0006

Title : Sub-contract 5 Trondheim SSM
Description : The objective of the procurement is to establish new framework agreements for security systems for physical security, locks and fittings for NTNU ́s campuses in Trondheim,
Internal identifier : 1728274

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 51000000 Installation services (except software)
Additional classification ( cpv ): 31620000 Sound or visual signalling apparatus
Additional classification ( cpv ): 31625300 Burglar-alarm systems
Additional classification ( cpv ): 35100000 Emergency and security equipment
Additional classification ( cpv ): 35121700 Alarm systems
Additional classification ( cpv ): 42961100 Access control system
Additional classification ( cpv ): 45312200 Burglar-alarm system installation work

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 2 Year

5.1.4 Renewal

Maximum renewals : 2

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 relevant professional register
Description : Registration

5.1.11 Procurement documents

Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=58739

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 : Allowed
Deadline for receipt of tenders : 20/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 89 Day
Information about public opening :
Opening date : 20/06/2025 10:01 +00:00
Place : Trondheim
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
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Trøndelag Tingrett -
Organisation providing more information on the review procedures : Trøndelag Tingrett -

5.1 Lot technical ID : LOT-0007

Title : Sub-contract 6 Access cards with accessories and card production equipment.
Description : The aim of the procurement is to put in place new framework agreements for access cards with accessories and card production equipment.
Internal identifier : 1728275

5.1.1 Purpose

Main nature of the contract : Services
Additional nature of the contract : Supplies
Main classification ( cpv ): 51000000 Installation services (except software)
Additional classification ( cpv ): 22000000 Printed matter and related products
Additional classification ( cpv ): 22457000 Entrance cards

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 2 Year

5.1.4 Renewal

Maximum renewals : 2

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 relevant professional register
Description : The aim of the procurement is to put in place new framework agreements for access cards with accessories and card production equipment for NTNU in Trondheim, Gjøvik and Ålesund.

5.1.11 Procurement documents

Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=58739

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 : Allowed
Deadline for receipt of tenders : 20/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 89 Day
Information about public opening :
Opening date : 20/06/2025 10:01 +00:00
Place : Trondheim
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
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Trøndelag Tingrett -
Organisation providing more information on the review procedures : Trøndelag Tingrett -

5.1 Lot technical ID : LOT-0008

Title : Sub-contract 7 Trondheim Surveillance cameras and licences.
Description : The aim of the procurement is to have new framework agreements for video surveillance equipment NTNU ́s campuses in Trondheim, and licences for video cameras for NTNU in Trondheim, Gjøvik and Ålesund.
Internal identifier : 1728276

5.1.1 Purpose

Main nature of the contract : Services
Additional nature of the contract : Supplies
Main classification ( cpv ): 51000000 Installation services (except software)
Additional classification ( cpv ): 32323500 Video-surveillance system
Additional classification ( cpv ): 35120000 Surveillance and security systems and devices

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 2 Year

5.1.4 Renewal

Maximum renewals : 2

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 relevant professional register
Description : The aim of the procurement is to put in place new framework agreements for surveillance cameras ntnu ́s campuses in Trondheim, as well as licences for surveillance cameras at NTNU Trondheim, Gjøvik and Ålesund.

5.1.11 Procurement documents

Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=58739

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 : Allowed
Deadline for receipt of tenders : 20/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 89 Day
Information about public opening :
Opening date : 20/06/2025 10:01 +00:00
Place : Trondheim
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
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Trøndelag Tingrett -
Organisation providing more information on the review procedures : Trøndelag Tingrett -

8. Organisations

8.1 ORG-0001

Official name : NTNU
Registration number : 974767880
Department : Seksjon for anskaffelser og innkjøp
Postal address : Høyskoleringen 1
Town : Trondheim
Postcode : 7491
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Contact point : Martin Lauritzen
Telephone : 47 73 59 80 80
Internet address : http://www.ntnu.no
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Trøndelag Tingrett
Registration number : 926 722 794
Postal address : Postboks 2317 Torgarden
Town : Trondheim
Postcode : 7004
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Telephone : 73 54 24 00
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures
Mediation organisation
Notice information
Notice identifier/version : 70fc3f73-b1ae-4791-9d42-3efbbec05e83 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 16/05/2025 14:56 +00:00
Notice dispatch date (eSender) : 16/05/2025 15:08 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00323722-2025
OJ S issue number : 96/2025
Publication date : 20/05/2025