FDVU system (new) Stage 1: Prequalification

Fredrikstad municipality shall procure a new MOMD system for better care of its areas of responsibility and buildings. The municipality has recently implemented an organisational change and the aim is that the new MOMD system shall contribute to improving work flow and processes. Fredrikstad municipality currently uses the MOMD system …

CPV: 48000000 Софтуерни пакети и информационни системи, 48420000 Софтуерни пакети за управление на съоръжения и комплекти от софтуерни пакети, 48421000 Софтуерни пакети за управление на съоръжения, 72212421 Услуги по разработване на софтуер за управление на съоръжения, 72220000 Системни и технически консултантски услуги, 72268000 Услуги по доставка на софтуерни продукти
Място на изпълнение:
FDVU system (new) Stage 1: Prequalification
Издаващ орган:
Fredrikstad kommune
Номер на наградата:
2025/16788

1. Buyer

1.1 Buyer

Official name : Fredrikstad 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 : FDVU system (new) Stage 1: Prequalification
Description : Fredrikstad municipality shall procure a new MOMD system for better care of its areas of responsibility and buildings. The municipality has recently implemented an organisational change and the aim is that the new MOMD system shall contribute to improving work flow and processes. Fredrikstad municipality currently uses the MOMD system ISY-property, but the situation is that much of the documentation is stored in other locations, such as common areas on file server, good archive and in the existing trade system ISY eiendom. It is decisive for Fredrikstad municipality that all the documentation is collected in one place in the new FDVU system.
Procedure identifier : 63843df8-c432-4e9c-8783-88b235bd4b05
Internal identifier : 2025/16788
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Main features of the procedure : Fredrikstad municipality shall procure a new MOMD system for better care of its areas of responsibility and buildings. The municipality has recently implemented an organisational change and the aim is that the new MOMD system shall contribute to improving work flow and processes. Fredrikstad municipality currently uses the MOMD system ISY-property, but the situation is that much of the documentation is stored in other locations, such as common areas on file server, good archive and in the existing trade system ISY eiendom. It is decisive for Fredrikstad municipality that all the documentation will be collected in one place in the new FDVU system.the MOM system shall include: Correct, available, logical, structured, standardised information about: The residence/building/area/heated area/user areaAddressBY-numberGårds/usage number Area Technical installationsLeietaker Initiatives Service Contracts Contracts, Error messages, Operations Manager Internal control book fire, electro and HSE Reports from the service and maintenance value of the propertyWe would like to. carry out a procurement that will result in Fredrikstad municipality acquiring the system that harmonises best with their needs.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72212421 Facilities management software development services
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48420000 Facilities management software package and software package suite
Additional classification ( cpv ): 48421000 Facilities management software package
Additional classification ( cpv ): 72220000 Systems and technical consultancy services
Additional classification ( cpv ): 72268000 Software supply services

2.1.2 Place of performance

Country subdivision (NUTS) : Østfold ( NO083 )
Country : Norway

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - Procurement Regulations

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 set under purely national exclusion grounds : The contracting authority shall state that in Norway there are national rejection reasons. These shall be described in the procurement documents. Tenderers must respond to whether they are in one or more of the situations described in the national rejection reasons. Will the purely national rejection reasons, as stated in the relevant notice or in the procurement documents, apply?
Breaching obligation relating to payment of social security contributions : Have tenderers failed to fulfil all their social security obligations in the country where they are established and in their member state, if this is a different country than what he is established in?
Breaching obligation relating to payment of taxes : Has the tenderer not fulfilled his tax and duty obligations in the country in which he is established, and in the contracting authority's member state, if this is a different country than what he is established in?

5. Lot

5.1 Lot technical ID : LOT-0000

Title : FDVU system (new) Stage 1: Prequalification
Description : Fredrikstad municipality shall procure a new MOMD system for better care of its areas of responsibility and buildings. The municipality has recently implemented an organisational change and the aim is that the new MOMD system shall contribute to improving work flow and processes. Fredrikstad municipality currently uses the MOMD system ISY-property, but the situation is that much of the documentation is stored in other locations, such as common areas on file server, good archive and in the existing trade system ISY eiendom. It is decisive for Fredrikstad municipality that all the documentation is collected in one place in the new FDVU system.
Internal identifier : 2025/16788

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72212421 Facilities management software development services
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48420000 Facilities management software package and software package suite
Additional classification ( cpv ): 48421000 Facilities management software package
Additional classification ( cpv ): 72220000 Systems and technical consultancy services
Additional classification ( cpv ): 72268000 Software supply services

5.1.2 Place of performance

Country subdivision (NUTS) : Østfold ( NO083 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 120 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

5.1.7 Strategic procurement

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade 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.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Other economic or 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 Tenderers must have sufficient economic and financial capacity to be able to fulfil the contract. Creditworthiness with no requirement for collateral will be sufficient to meet the requirement. The contracting authority will evaluate the tenderer's fulfilment of the requirement in the following manner: - A credit rating based on the most recent financial figures. The rating shall be carried out by a credit rating company with licence to conduct this service. - The credit rating shall have a minimum rating of creditworthy. - Newly established companies, or companies that are rated lower than credit worthy, can instead submit a parent company guarantee or a bank guarantee that can document sufficient economic and financial capacity to fulfil the contract obligations. - If a parent company guarantee is submitted, the parent company will be rated in an equivalent way so the requirement for creditworthiness thus applies to the parent company. See the annex parent company guarantee. 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.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : References on specified services
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. Minimum qualification requirements Tenderers shall have experience from comparable contracts. Documented by a description of the tenderer ́s up to 3 most relevant assignments in the course of the last 3 years. The description must include a statement of the contract ́s value, date and recipient (name, telephone number and e-mail address). It is the tenderer ́s responsibility to document relevance through the description. Tenderers can document their experience by referring to competence of the personnel he has at his disposal and can use this assignment, even if the experience has been worked up while the personnel have served another service provider.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 3
Maximum number of candidates to be invited for the second stage of the procedure : 8
The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Address of the procurement documents : https://permalink.mercell.com/261075649.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 : Allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Deadline for receipt of requests to participate : 01/09/2025 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 : Allowed
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

5.1.16 Further information, mediation and review

Review organisation : Søndre Østfold Tingrett
Information about review deadlines : Complaint: Within six months from when the contract has been signed. Allegation of illegal direct procurement: Within 2 years from when the contract is signed

8. Organisations

8.1 ORG-0001

Official name : Fredrikstad kommune
Registration number : 940039541
Postal address : Rådhuset, Nygaardsgaten 14-16
Town : FREDRIKSTAD
Postcode : 1606
Country subdivision (NUTS) : Østfold ( NO083 )
Country : Norway
Contact point : Karin Nordal
Telephone : 40900850
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Søndre Østfold Tingrett
Registration number : 926722808
Town : Fredrikstad
Postcode : 1601
Country subdivision (NUTS) : Østfold ( NO083 )
Country : Norway
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : 65451a79-4cc3-4a8d-916f-b92ee12df2d3 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 08/07/2025 10:08 +00:00
Notice dispatch date (eSender) : 08/07/2025 12:13 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00446576-2025
OJ S issue number : 129/2025
Publication date : 09/07/2025