Prequalification for the procurement of electronic interaction boards.

Nærøysund municipality intends to procure electronic interaction boards for the health sector. municipal council decision 143/2024.The procurement will be carried out as a competition with negotiations and divided into two stages. Stage 1 is for a request to participate in the competition (prequalification). Deadline for submitting a request for qualification: …

CPV: 72300000 Servicios relacionados con datos, 30195200 Tableros electrónicos o accesorios, 48000000 Paquetes de software y sistemas de información, 48211000 Paquetes de software de interconectividad de plataformas, 48810000 Sistemas de información, 48814000 Sistemas de información médica
Lugar de ejecución:
Prequalification for the procurement of electronic interaction boards.
Organismo adjudicador:
Nærøysund kommune
Número de premio:
143/2024

1. Buyer

1.1 Buyer

Official name : Nærøysund kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Prequalification for the procurement of electronic interaction boards.
Description : Nærøysund municipality intends to procure electronic interaction boards for the health sector. municipal council decision 143/2024.The procurement will be carried out as a competition with negotiations and divided into two stages. Stage 1 is for a request to participate in the competition (prequalification). Deadline for submitting a request for qualification: 5 May 2025 Stage 2 applies to a negotiated procedure (tender submission and negotiation). Deadline for qualified tenderers to submit a tender: 2 June 2025 See the documents attached in this notice.
Procedure identifier : 82e99fb6-1c73-4286-af85-0d8b50189687
Internal identifier : 143/2024
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : Nærøysund municipality has, in the municipal council 17 December 2024, approved a procurement of personnel saving technology. The case proposal states, among other things: "There are a number of solutions that have the potential to simplify and automate work tasks for employees. With the exception of different forms of patient lifts, such technology is to a small degree used in Nærøysund municipality. This plan, like the Health Personnel Commission, will use the "principle that assignments where personnel do not have direct contact with patients, users or relatives, will be automated to the greatest possible degree." One of the described solutions in the case proposal is electronic interaction boards: "Electronic interaction boards are currently used by service offices, 24 hour services (health centres, nursing homes, immediate help 24 hour stays, home based services and manned housing in a number of municipalities. The tailor made board provides assignment and process support for employees and managers. From the board, you can also interact with other departments. This contributes to good patient pathways, patient safety, patient flow and interaction, efficient services and insight for service improvement. The user follow-up is standardised with thoughtful check-lists and deadlines. It ensures effective and individually adapted follow-up in accordance with legislation, national guidelines and professional requirements. Patient safety and board meetings: The board provides real time overview of all users with follow-up status and scores on the department ́s focus areas. The focus will be chosen per department and can be areas from the Patient Safety Programme, what is important for users, professional goals, agreed meetings, infection, risk of violence/threats etc. Interaction and patient flow: The board system ensures seamless user follow-up in the department and in the transition between departments. Once several departments are involved, they can collaborate via the boards. They see mapping results from each other's departments and can send messages. The department can transfer a user to another department board and choose which information to accompany. Data capture and reporting: Data capture occurs by daily use of the board. Reports and graphs about quality and efficiency are automatically generated. The departments can see details, history and compare themselves to others." Terminology Nærøysund municipality has carried out a market dialogue in which we perceive that the term "board" covers a specific dataset that is presented on a digital surface (large screen, PC screen, tablet or mobile phone). The dataset always starts from the users' names and assigned services (decisions), but the different services have different writing and read access and can have the dataset adapted to their own needs so that the most relevant data is displayed (board).

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72300000 Data services
Additional classification ( cpv ): 30195200 Electronic copyboards or accessories
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48211000 Platform interconnectivity software package
Additional classification ( cpv ): 48810000 Information systems
Additional classification ( cpv ): 48814000 Medical information systems

2.1.2 Place of performance

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

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 : Prequalification for the procurement of electronic interaction boards.
Description : Nærøysund municipality intends to procure electronic interaction boards for the health sector. municipal council decision 143/2024.The procurement will be carried out as a competition with negotiations and divided into two stages. Stage 1 is for a request to participate in the competition (prequalification). Deadline for submitting a request for qualification: 5 May 2025 Stage 2 applies to a negotiated procedure (tender submission and negotiation). Deadline for qualified tenderers to submit a tender: 2 June 2025 See the documents attached in this notice.
Internal identifier : 143/2024

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72300000 Data services
Additional classification ( cpv ): 30195200 Electronic copyboards or accessories
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48211000 Platform interconnectivity software package
Additional classification ( cpv ): 48810000 Information systems
Additional classification ( cpv ): 48814000 Medical information systems

5.1.2 Place of performance

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

5.1.3 Estimated duration

Start date : 05/05/2025
Duration end date : 05/06/2025

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:
Use of this criterion : Not 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 : 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.
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.
Use of this criterion : Not 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:
Use of this criterion : Not 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:
Use of this criterion : Not 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
Criterion :
Type : Technical and professional ability
Name : The tenderer's references
Description : Tenderers shall state other municipalities as references for the delivered system. Documentation requirement: 1. Name of municipalities and telephone number/email to the tenderer's gender neutral preferred at the municipality. 2. Short description of the duration and extent of the customer relationship, the minimum requirements for the qualification requirements.
Use of this criterion : Used

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Address of the procurement documents : https://permalink.mercell.com/253813907.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
Variants : Not allowed
Deadline for receipt of requests to participate : 05/05/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
No framework agreement
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 more information on the review procedures : Trøndelag tingrett

8. Organisations

8.1 ORG-0001

Official name : Nærøysund kommune
Registration number : 921785410
Postal address : Engasvegen 27
Town : RØRVIK
Postcode : 7900
Country subdivision (NUTS) : Trøndelag ( NO060 )
Country : Norway
Contact point : Kenneth Haug
Telephone : 95040821
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Trøndelag tingrett
Registration number : Trøndelag tingrett
Department : Trøndelag tingrett
Postal address : Postboks 2317
Town : Trondheim
Postcode : 7004
Country subdivision (NUTS) : Trøndelag ( NO060 )
Country : Norway
Contact point : Trøndelag tingrett
Telephone : 73542400
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures
Mediation organisation

11. Notice information

11.1 Notice information

Notice identifier/version : a04c7fc3-41ff-48a6-80b5-60c70a1d9165 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 03/04/2025 10:32 +00:00
Notice dispatch date (eSender) : 03/04/2025 11:27 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00218219-2025
OJ S issue number : 67/2025
Publication date : 04/04/2025