Procurement of an electronic locking system (e-Locking)

The contracting authority shall procure an e-Locking system for users living at home for municipal health and care services, where the municipality administers keys to the private residences. The system is considered important in order to get safer and more efficient operation in the home based services. eLås shall be …

CPV: 44521120 Cerraduras de seguridad electrónicas, 44000000 Estructuras y materiales de construcción; productos auxiliares para la construcción (excepto aparatos eléctricos), 44500000 Herramientas, cerraduras, llaves, bisagras, elementos de sujeción, cadenas y muelles, 44520000 Cerraduras, llaves y bisagras, 44521100 Cerraduras, 44521110 Cerraduras para puertas
Plazo:
25 de abril de 2025 a las 10:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
Procurement of an electronic locking system (e-Locking)
Organismo adjudicador:
Sandnes kommune
Número de premio:
24/04564

1. Buyer

1.1 Buyer

Official name : Sandnes 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 : Procurement of an electronic locking system (e-Locking)
Description : The contracting authority shall procure an e-Locking system for users living at home for municipal health and care services, where the municipality administers keys to the private residences. The system is considered important in order to get safer and more efficient operation in the home based services. eLås shall be used at persons living at home who receive health and care services, currently approx. 1,190 patients. The system shall include both e-Locking units that shall be installed at different entrance doors for patients and an administration system that the eLås devices are connected to and that can be used for, among other things, access control. The system shall also include the accompanying infrastructure and equipment that f.eks. app by telephone, an electronic key, key collectors etc.
Procedure identifier : e9b57b33-07ee-445f-8cdf-9d246f86f054
Internal identifier : 24/04564
Type of procedure : Open
Justification for the accelerated procedure :
Main features of the procedure : The procurement will be made in accordance with the Public Procurement Act dated 17 June 2016 no. 73 (LOA) and the Public Procurement Regulations (FOA) dated 12 August 2016 no. 974 parts I and III. The contract will be awarded in accordance with the open tender contest procedure, c.f. the Public Procurement Regulations § 13-1(1).

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 44521120 Electronic security lock
Additional classification ( cpv ): 44000000 Construction structures and materials; auxiliary products to construction (except electric apparatus)
Additional classification ( cpv ): 44500000 Tools, locks, keys, hinges, fasteners, chain and springs
Additional classification ( cpv ): 44520000 Locks, keys and hinges
Additional classification ( cpv ): 44521100 Locks
Additional classification ( cpv ): 44521110 Door locks

2.1.2 Place of performance

Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 12 500 000 Norwegian krone
Maximum value of the framework agreement : 12 500 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU

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?
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 : Procurement of an electronic locking system (e-Locking)
Description : The contracting authority shall procure an e-Locking system for users living at home for municipal health and care services, where the municipality administers keys to the private residences. The system is considered important in order to get safer and more efficient operation in the home based services. eLås shall be used at persons living at home who receive health and care services, currently approx. 1,190 patients. The system shall include both e-Locking units that shall be installed at different entrance doors for patients and an administration system that the eLås devices are connected to and that can be used for, among other things, access control. The system shall also include the accompanying infrastructure and equipment that f.eks. app by telephone, an electronic key, key collectors etc.
Internal identifier : 24/04564

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 44521120 Electronic security lock
Additional classification ( cpv ): 44000000 Construction structures and materials; auxiliary products to construction (except electric apparatus)
Additional classification ( cpv ): 44500000 Tools, locks, keys, hinges, fasteners, chain and springs
Additional classification ( cpv ): 44520000 Locks, keys and hinges
Additional classification ( cpv ): 44521100 Locks
Additional classification ( cpv ): 44521110 Door locks
Options :
Description of the options : The framework agreement will be valid for 3 years, with an option for a one year extension. The options will be automatically taken up unless the contract is terminated in writing before the contract expires.

5.1.2 Place of performance

Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 3 Year

5.1.5 Value

Estimated value excluding VAT : 12 500 000 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
Information about previous notices :
Identifier of the previous notice : 360014-2024

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Other economic and financial requirements
Description : Tenderers must have sufficient economic and financial capacity to fulfil the contract. Tenderers must achieve a minimum rating of creditworthy. Documentation requirement: Norwegian companies: As documentation, the contracting authority will obtain the credit rating Commercial Delphi Score from Experian. Tenderers must achieve a minimum rating of "Credit worthy", i.e. tenderers must be in risk class 5 or higher on experians scale. Tenderers are required to have made aware of registered information about the company and agree by submitting the tender to the fact that the information is collected and used as a basis for assessing none of the tenderer ́s financial conditions. When submitting their tender offer, the tenderer can enclose a credit rating from a certified credit rating company showing that the tenderer fulfils the requirement. The credit rating shall be based on the last available accounting system and it shall be carried out by a company with licence to carry out credit information activities. If a tenderer has a justifiable reason for not submitting the documentation required by the contracting authority, he can document his economic and financial capacity by presenting any other document that the Contracting Authority deems appropriate. Foreign companies: Tenderers are requested to enclose a credit rating from a certified credit rating company that shows that the tenderer fulfils the requirement. The credit rating shall be based on the last available accounting system and it shall be carried out by a company with licence to carry out credit information activities.
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 : Tax Certificate
Description : Tenderers must not have significant tax and VAT arrears, or an approved repayment plan shall be in existence. Documentation requirement: - Tax certificate, not older than six months.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : The tenderer ́s technical and professional qualifications.
Description : Tenderers shall have experience from at least three equivalent assignments. Equivalent assignments means: • The same type of goods/services • For equivalent customers (municipal contracting authorities) with several delivery addresses. Documentation requirement: Documented by enclosing a list of the three most important equivalent assignments in the last three years in "Annex 7 - Reference Assignment". All fields in Annex 7 shall be filled in. It is the tenderer ́s responsibility to document relevance through the description. The references will only be contacted if required.
Use of this criterion : Used

5.1.11 Procurement documents

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
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 25/04/2025 10:00 +00:00
Information about public opening :
Opening date : 25/04/2025 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

Review organisation : Sør Rogaland Tingrett Sandnes

8. Organisations

8.1 ORG-0001

Official name : Sandnes kommune
Registration number : 964965137
Postal address : Rådhusgata 1
Town : Sandnes
Postcode : 4306
Country : Norway
Contact point : Marlena Wichowska
Telephone : +47 94088306
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Sør Rogaland Tingrett Sandnes
Registration number : 926 723 448
Town : Sandnes
Country : Norway
Telephone : 52 00 46 00
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : 75956c1a-160e-49b2-95fc-446e8056a799 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 17/03/2025 11:23 +00:00
Notice dispatch date (eSender) : 17/03/2025 12:30 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00174635-2025
OJ S issue number : 54/2025
Publication date : 18/03/2025