Sorting system with robots for Trondheim public library

Trondheim municipality, hereafter called the Contracting Authority and/or the Customer invites tenderers to a negotiated procedure for a contract for sorting facilities with robots for Trondheim public library. In the first instance a sorting facility with robots shall be established in the main library. The procurement also includes the following …

CPV: 39155100 Wyposażenie bibliotek, 30000000 Maszyny biurowe i liczące, sprzęt i materiały, z wyjątkiem mebli i pakietów oprogramowania, 30193000 Organizatory i akcesoria, 39155000 Meble biblioteczne, 42000000 Maszyny przemysłowe, 42610000 Obrabiarki sterowane laserem lub centra obróbkowe, 42612000 Centra obróbkowe, 42900000 Różne maszyny ogólnego i specjalnego przeznaczenia, 42933000 Automaty sprzedające, 42961000 System sterowania i kontroli, 42964000 Zautomatyzowany sprzęt biurowy, 45300000 Roboty instalacyjne w budynkach, 45350000 Instalacje mechaniczne, 48000000 Pakiety oprogramowania i systemy informatyczne, 48160000 Pakiety oprogramowania bibliotecznego, 48161000 Biblioteczny system zarządzania, 50000000 Usługi naprawcze i konserwacyjne, 51000000 Usługi instalowania (z wyjątkiem oprogramowania komputerowego)
Miejsce wykonania:
Sorting system with robots for Trondheim public library
Miejsce udzielenia zamówienia:
Trondheim kommune
Numer nagrody:
2023/22261

1. Buyer

1.1 Buyer

Official name : Trondheim 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 : Sorting system with robots for Trondheim public library
Description : Trondheim municipality, hereafter called the Contracting Authority and/or the Customer invites tenderers to a negotiated procedure for a contract for sorting facilities with robots for Trondheim public library.  In the first instance a sorting facility with robots shall be established in the main library. The procurement also includes the following options: Option for various expansions of the facility in the main vehicle biotechnuticalOption for the establishment of sorting facilities on a larger or smaller scale, with or without robots, at other district libraries.
Procedure identifier : 4d866d08-3ce9-4e4c-8c4f-988bee9c6fca
Internal identifier : 2023/22261
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 : Further details on the assignment are in the attached tender documentation and in the Mercell portal.

2.1.1 Purpose

Main nature of the contract : Supplies
Additional nature of the contract : Services
Main classification ( cpv ): 39155100 Library equipment
Additional classification ( cpv ): 30000000 Office and computing machinery, equipment and supplies except furniture and software packages
Additional classification ( cpv ): 30193000 Organisers and accessories
Additional classification ( cpv ): 39155000 Library furniture
Additional classification ( cpv ): 42000000 Industrial machinery
Additional classification ( cpv ): 42610000 Machine tools operated by laser and machining centres
Additional classification ( cpv ): 42612000 Machining centre
Additional classification ( cpv ): 42900000 Miscellaneous general and special-purpose machinery
Additional classification ( cpv ): 42933000 Vending machines
Additional classification ( cpv ): 42961000 Command and control system
Additional classification ( cpv ): 42964000 Office automation equipment
Additional classification ( cpv ): 45300000 Building installation work
Additional classification ( cpv ): 45350000 Mechanical installations
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48160000 Library software package
Additional classification ( cpv ): 48161000 Library management system
Additional classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 51000000 Installation services (except software)

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 : Sorting system with robots for Trondheim public library
Description : Trondheim municipality, hereafter called the Contracting Authority and/or the Customer invites tenderers to a negotiated procedure for a contract for sorting facilities with robots for Trondheim public library.  In the first instance a sorting facility with robots shall be established in the main library. The procurement also includes the following options: Option for various expansions of the facility in the main vehicle biotechnuticalOption for the establishment of sorting facilities on a larger or smaller scale, with or without robots, at other district libraries.
Internal identifier : 2023/22261

5.1.1 Purpose

Main nature of the contract : Supplies
Additional nature of the contract : Services
Main classification ( cpv ): 39155100 Library equipment
Additional classification ( cpv ): 30000000 Office and computing machinery, equipment and supplies except furniture and software packages
Additional classification ( cpv ): 30193000 Organisers and accessories
Additional classification ( cpv ): 39155000 Library furniture
Additional classification ( cpv ): 42000000 Industrial machinery
Additional classification ( cpv ): 42610000 Machine tools operated by laser and machining centres
Additional classification ( cpv ): 42612000 Machining centre
Additional classification ( cpv ): 42900000 Miscellaneous general and special-purpose machinery
Additional classification ( cpv ): 42933000 Vending machines
Additional classification ( cpv ): 42961000 Command and control system
Additional classification ( cpv ): 42964000 Office automation equipment
Additional classification ( cpv ): 45300000 Building installation work
Additional classification ( cpv ): 45350000 Mechanical installations
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48160000 Library software package
Additional classification ( cpv ): 48161000 Library management system
Additional classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 51000000 Installation services (except software)
Options :
Description of the options : Option for various expansions of the plant in the main library. Option for the establishment of a sorting plant on a larger or smaller scale, with or without robots, at other district libraries.

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 60 Month

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
This procurement is also suitable for small and medium-sized enterprises (SMEs)

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : 'Total' annual turnover
Description : The tenderer ́s ("total") annual turnover for the number of financial years requested in the tender notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average annual turnover
Description : The tenderer ́s average annual turnover for the number of years requested in the notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : "Specific annual turnover"
Description : Are the tenderer's ("specific") annual turnover within the area that the contract applies to and specified in the notice or in the procurement documents for the number of accounting years requested is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average set-up
Description : Is the tenderer's average annual turnover within the area requested by the contract and specified in the notice or in the procurement documents for the number of financial years requested:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : The tenderer's establishment date
Description : If the information about the turnover (combined or specific) is not available for the entire requested period, please state the date the company was established, or the tenderers started their business:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Financial key figures
Description : For financial key figures stated in the notice or in the procurement documents, the tenderer declares that the actual value(s) of the requested key figures are as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Liability insurance
Description : The insured amount in the tenderer ́s liability insurance is the following:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Other economic and financial requirements
Description : Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that: Minimum qualification requirements Requirement: The tenderer shall have sufficient economic and financial capacity to carry out the assignment - the tenderer shall be credit worthy. Credit worthy with security is not accepted. Documentation requirement: Credit rating of the tenderer, not older than six months calculated from the deadline for receipt of tenders. The assessment shall be based on the last known fiscal figures with an indication of how the credit rating has evolved during the past three years. The result of the credit rating must be given as a graded value (letters or numbers) on a defined scale. Newly established tenderers must document the financial capacity to fulfil the assignment by other documentation, such as accounting figures and a bank guarantee.
Use of this criterion : Used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for quality assurance standards.
Description : Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements?
Use of this criterion : Not used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for environmental management standards.
Description : Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards?
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register
Description : Tenderers are registered in a professional register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register or company register.
Description : Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex. Minimum qualification requirements Requirement: The tenderer shall be a legally established company. Documented by a Company Registration Certificate or equivalent.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Only for public goods deliveries
Description : Only for public goods deliveries: In the reference period, the tenderer has carried out the following important deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three years to be taken into consideration. Minimum qualification requirements Requirement: The tenderer shall have experience from similar deliveries. Similar deliveries means sorting facilities to libraries and robots. Experience is accepted for sorting systems and robots separately. Documentation requirement: An overview of the most important goods deliveries or services that the tenderer has carried out in the last three years, together with information on the contract ́s value, date of delivery or execution and the name of the recipient.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Technical personnel or technical units
Description : Tenderers can use the following technical personnel or technical units , particularly those who are responsible for quality control: For technical personnel or technical units that do not directly belong to the tenderer ́s business, but if the capacity the tenderer will use, cf. part II, section C, separate ESPD forms shall be supplemented.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Technical facilities and quality assurance measures
Description : The tenderer utilises the following technical facilities and quality assurance measures and the tenderer ́s survey and research facility is as follows: Minimum qualification requirements Requirement: Tenderers shall have a functioning quality assurance/quality management system, for example ISO 9001. Documentation requirement: Valid certificate of certification. Alternatively: Description of the management system.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Investigation and research facilities
Description : The tenderer ́s survey and research facilitates are as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Management and tracing of the supply chain
Description : The tenderer will be able to use the following management of the supply chain and tracing systems for the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Control Permission
Description : For goods or services that are complicated, or that in exceptional cases shall be used for a particular purpose: Will the tenderer allow checks of the tenderer's production capacity or technical capacity and, where necessary, of the survey and research facilities that the tenderer has at its disposal and of quality control measures? The inspections shall be undertaken by the contracting authority or the contracting authority can leave it to a competent public body in the country where the tenderer is established.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Education and professional qualifications
Description : The following education and professional qualifications are possessed by the tenderer and/or (depending on the requirements set in the notice or in the procurement documents) of the leading employees:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Environmental management measures
Description : Tenderers can employ the following environmental management measures in connection with the execution of the contract: Minimum qualification requirements Requirement: Tenderers shall have a system and routines for reducing the most important environmental impact from their activities and shall use environmental management measures throughout the contract period. Therefore it is a requirement that the company has an environmental management system, such as Miljøfyrtårn, EMAS, ISO 14001 or equivalent. If the entire company is environmentally labelled with a type 1 environmental label, such as the Swan Ecolabel or equivalent, this is also approved. Documentation: Tenderers shall complete the attached Environmental Self-Declaration, as well as enclose a certificate of environmental management system.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Number of employees in the management
Description : The tenderer ́s number of employees in the management during the last three years was as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Average workforce
Description : The tenderer's average annual workforce in the last three years has been as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Tools, materials and technical equipment.
Description : Tenderers can use the following tools, material and technical equipment to carry out the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Portion of the contract to sub-suppliers.
Description : The tenderer is considering to outsource the following part (as a percentage) of the contract to sub-suppliers. Note that if the tenderer has decided to outsource a part of the contract to sub-suppliers and will use the sub-suppliers ́ capacity to carry out this part, a special ESPD will be supplemented for such sub-suppliers, see part II, section C, above.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Procurement of goods: Requested samples, descriptions or photographs that do not need to be accompanied by certificates that they are genuine.
Description : Procurement of goods: The tenderer presents supplies that shall be delivered, requested samples, descriptions or photographs, which do not need to be accompanied by certificates that they are genuine.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Procurement of goods: Requested samples, descriptions or photographs with certificates.
Description : When procurement of goods: If requested, the tenderer further declares that they will deliver the requested certificates that they are genuine.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : When procuring goods: Certificates issued by official bodies for quality control
Description : Can tenderers submit the requested certificates issued by official bodies for quality control, and who can confirm that the goods, which are clearly identified by reference to technical specifications or standards, as determined in the notice or in the procurement documents, are in accordance with these?
Use of this criterion : Not used
Information about the second stage of a two-stage procedure :
The procedure will take place in successive stages. At each stage, some participants may be eliminated
The buyer reserves the right to award the contract on the basis of the initial tenders without any further negotiations

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Tenderers shall state prices in annex 3 - Price form, sheet 1 - Priscase and sheet 2 - KTR - Sorteringsanlegg - Heimdal neighbourhood library. See the price settlements in annex 7 in SSA-K and SSA-V respectively. The prices shall be stated in NOK excluding VAT. Calculation of points on price. The lowest price will achieve a maximum score, whilst a point score will be given that reflects relevant differences in the price downwards for the other tenders.
Criterion :
Type : Quality
Name : Solution
Description : Tenderers shall make a comprehensive solution proposal with text/description and pictures/illustrations for sorting facilities with robots for the main library, as well as fill in Annex 2 - The tenderer ́s response to the Contracting Authority ́s requirement specifications (evaluation requirement), as well as. project and progress plan for the project, cf. requirement K37 on the Project and progress plan. The following shall also be stated in the solution proposal: Capacity: Number of books per hour at full load. Number of books per hour for the delivery machine for employees. How long a robot spends collecting a full box in the sorting facility, running the box 20 metres in a straight line and putting the box down at a docking station. How long is the robot ́s operational time for continual use before it has to charge and how long is the charging time from 0% to 100% battery capacity. Universal Design How the requirements for universal design are taken care of, cf. requirement K15 and option OP2. Monitoring and follow-up How requirements K4 is solved (stated together with the response to the requirement) How requirements K6 is met (stated together with the response to the requirement) The contracting authority will make a judgemental overall assessment of which total concept is best suited to the contracting authority ́s needs.
Criterion :
Type : Cost
Name : Mark-up - products that the Contracting Authority chooses to purchase
Description : Tenderers shall, in annex 3 - Price Form, sheet 1 - Price case, state mark-up on the procurement price for products that the Contracting Authority chooses to purchase, cf. Annex 7 in SSA-K.
Criterion :
Type : Cost
Name : Mark-up - spare parts and components
Description : Tenderers shall, in annex 3 - Price form, sheet 1 - Price case, state mark-up on the purchase price for spare parts and components, cf. annex 7 in SSA-V.
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Address of the procurement documents : https://permalink.mercell.com/249631297.aspx
Ad hoc communication channel :
Name : Mercell KGV. Ta kontakt med Mercell support for brukerstøtte.

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Not allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 24/03/2025 11:00 +00:00
Information that can be supplemented after the submission deadline :
At the discretion of the buyer, some missing tenderer-related documents may be submitted later.
Additional information : Concrete assessment will be made in each case.
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 : no
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 : Trøndelag tingrett
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed : Trøndelag tingrett
Organisation providing additional information about the procurement procedure : Trondheim kommune
Organisation providing offline access to the procurement documents : Trondheim kommune
Organisation receiving requests to participate : Trondheim kommune
Organisation processing tenders : Trondheim kommune

8. Organisations

8.1 ORG-0001

Official name : Trondheim kommune
Registration number : 942110464
Postal address : Erling Skakkes gate 14
Town : TRONDHEIM
Postcode : 7004
Country subdivision (NUTS) : Trøndelag ( NO060 )
Country : Norway
Contact point : Kåre Sagmo-Søvde
Telephone : +47 72540000
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Trøndelag tingrett
Registration number : 926722794
Town : Trondheim
Country : Norway
Telephone : 73542400
Roles of this organisation :
Review organisation
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed

11. Notice information

11.1 Notice information

Notice identifier/version : 8946c58b-268a-479e-95fe-7391fa1a764f - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 19/02/2025 09:29 +00:00
Notice dispatch date (eSender) : 19/02/2025 11:48 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00114295-2025
OJ S issue number : 36/2025
Publication date : 20/02/2025