Operation of professional applications and platform - qualification

The Norwegian Directorate of Health needs an operational supplier who can provide operational services on a standardised and industrialised platform. Tenderers must offer application operation, infrastructure and platform operation on the technology platform, internal development platform and analysis platform. Hdir processes, stores and processes a lot of sensitive data and …

CPV: 72000000 ИТ услуги: консултации, разработване на софтуер, Интернет и поддръжка, 72300000 Услуги по предаване и обработка на данни, 72400000 Интернет услуги, 72500000 Услуги, свързани с използване на компютри, 72600000 Услуги по оказване на помощ и консултации в областта на компютърните системи, 72700000 Услуги, свързани с компютърни мрежи
Място на изпълнение:
Operation of professional applications and platform - qualification
Издаващ орган:
Helsedirektoratet
Номер на наградата:
25/25556

1. Buyer

1.1 Buyer

Official name : Helsedirektoratet
Legal type of the buyer : Central government authority
Activity of the contracting authority : Health

2. Procedure

2.1 Procedure

Title : Operation of professional applications and platform - qualification
Description : The Norwegian Directorate of Health needs an operational supplier who can provide operational services on a standardised and industrialised platform. Tenderers must offer application operation, infrastructure and platform operation on the technology platform, internal development platform and analysis platform. Hdir processes, stores and processes a lot of sensitive data and personal data. Therefore there is a need for a flexible, hybrid cloud system where Hdir has the possibility to use both superb, private and public cloud. In addition it is decisive that the tenderer can offer services and a platform with consistently high information security. Hdir has a need for security monitoring and operation throughout and requests a SOC service as part of the delivery. Hdir does not have internal operational resources and it is therefore important that the new operations provider becomes a partner Hdir can rely on and that helps them realise gains in the new platform. The Norwegian Directorate of Health expects that the annual consumption on this contract will be between NOK 40 million and NOK 70 million, with an estimated total consumption of between NOK 300 and NOK 500 million over the total contract period of 4+1+1+1 year (including the option years). The maximum potential financial value of this agreement is NOK 600 million, comprising the estimated value of the consumption, volume changes, assignments, assistance, option services and additional services. PLEASE NOTE THAT QUESTIONS WILL NOT BE ANSWERED IN JULY.
Procedure identifier : 65806204-0eff-4b50-826a-459406d6753b
Internal identifier : 25/25556
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 : The Norwegian Directorate of Health needs an operational supplier who can provide operational services on a standardised and industrialised platform. Tenderers must offer application operation, infrastructure and platform operation on the technology platform, internal development platform and analysis platform. Hdir processes, stores and processes a lot of sensitive data and personal data. Therefore there is a need for a flexible, hybrid cloud system where Hdir has the possibility to use both superb, private and public cloud. In addition it is decisive that the tenderer can offer services and a platform with consistently high information security. Hdir has a need for security monitoring and operation throughout and requests a SOC service as part of the delivery. Hdir does not have internal operational resources and it is therefore important that the new operations provider becomes a partner Hdir can rely on and that helps them realise gains in the new platform. Further information is in the Qualification and competition document, as well as SSA-D with accompanying annexes.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72300000 Data services
Additional classification ( cpv ): 72400000 Internet services
Additional classification ( cpv ): 72500000 Computer-related services
Additional classification ( cpv ): 72600000 Computer support and consultancy services
Additional classification ( cpv ): 72700000 Computer network services

2.1.2 Place of performance

Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 600 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - The competition will be held in accordance with the Act of 17 June 2016 no. 73 on public procurements (LOA) and the public procurement regulations dated 12 August 2016 no. 974 (FOA) parts I and III. The competition will be held as a negotiated procedure in accordance with PPR § 13-1 (2), cf. § 13-2.

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
Corruption : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a enforceable verdict has been convicted of corruption by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Corruption as defined in Article 3 of the Convention on Combating Corruption, Involving European Communities or European Union Member States (EUT C 195 of 25.6.1997, s. 1), and in Article 2, point 1, in the Council ́s framework decision 2003/568/RIA of 22 July 2003 on combating corruption in the private sector (EUT L 192 of 31.7.2003, p. 54). This rejection reason also includes corruption as defined in national law for the contracting authority or supplier.
Fraud : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted of fraud has been convicted of fraud by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Fraud included in Article 1 of the Convention on protection of the Financial Interests of the European Communities (EFT C 316 of 27.11.1995, p. 48).
Money laundering or terrorist financing : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of money laundering or financing terrorism by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Money laundering or financing terrorism As defined in Article 1 of the European Parliament and Council Directive 2005/60/EF of 26 October 2005 on preventive measures against the use of the financial system for money laundering and financing terrorism (EUT L 309 of 25.11.2005, p. 15).
Participation in a criminal organisation : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted verdict of participation in a criminal organisation by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Participation in a criminal organisation as defined in Article 2 of the Council ́s framework decision 2008/841/RIA of 24 October 2008 on control of organised crime (EUT L 300 of 11.11.2008, p. 42)
Terrorist offences or offences linked to terrorist activities : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body, or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of acts of terrorism or criminal acts connected to terrorist activities by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Acts of terrorism or criminal acts relating to terrorist activity as defined in Article 1 and 3 of the Council ́s framework decision 2002/475/RIA of 13 June 2002 on combating terrorism (EFT L 164, af 22.6.2002, p. 3). This rejection reason also includes incitement to, participation or attempts to commit such actions as included in Article 4 in the mentioned framework decision.
Child labour and including other forms of trafficking in human beings : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of child labour and other forms of human trafficking by a verdict handed down no more than five years ago, or a rejection period determined directly in the judgement that still applies? Child labour and other forms of human trafficking as defined in Article 2 of the European Parliament and council directive 2011/36/EU of 5. 1 April 2011 on the prevention and control of human trafficking and the protection of its victims and for compensation of the Council ́s framework decision 2002/629/RIA (EUT L 101 of 15.4.2011, p. 1).
Breaching of obligations in the fields of environmental law : Is the tenderer aware of breaches of environmental provisions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Breaching of obligations in the fields of labour law : Is the tenderer aware of breaches of provisions on working conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Breaching of obligations in the fields of social law : Is the tenderer aware of breaches of provisions on social conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Agreements with other economic operators aimed at distorting competition : Has the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition?
Grave professional misconduct : Has the tenderer committed serious errors in professional practice? If relevant, see the definitions in national law, the relevant notice or procurement documents.
Misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : 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?
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 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?
Business activities are suspended : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Bankruptcy : Is the tenderer in a bankruptcy situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Arrangement with creditors : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Insolvency : Is the tenderer in an insolvency situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Assets being administered by liquidator : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national law : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Operation of professional applications and platform - qualification
Description : The Norwegian Directorate of Health needs an operational supplier who can provide operational services on a standardised and industrialised platform. Tenderers must offer application operation, infrastructure and platform operation on the technology platform, internal development platform and analysis platform. Hdir processes, stores and processes a lot of sensitive data and personal data. Therefore there is a need for a flexible, hybrid cloud system where Hdir has the possibility to use both superb, private and public cloud. In addition it is decisive that the tenderer can offer services and a platform with consistently high information security. Hdir has a need for security monitoring and operation throughout and requests a SOC service as part of the delivery. Hdir does not have internal operational resources and it is therefore important that the new operations provider becomes a partner Hdir can rely on and that helps them realise gains in the new platform. The Norwegian Directorate of Health expects that the annual consumption on this contract will be between NOK 40 million and NOK 70 million, with an estimated total consumption of between NOK 300 and NOK 500 million over the total contract period of 4+1+1+1 year (including the option years). The maximum potential financial value of this agreement is NOK 600 million, comprising the estimated value of the consumption, volume changes, assignments, assistance, option services and additional services. PLEASE NOTE THAT QUESTIONS WILL NOT BE ANSWERED IN JULY.
Internal identifier : 25/25556

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72300000 Data services
Additional classification ( cpv ): 72400000 Internet services
Additional classification ( cpv ): 72500000 Computer-related services
Additional classification ( cpv ): 72600000 Computer support and consultancy services
Additional classification ( cpv ): 72700000 Computer network services
Options :
Description of the options : Some services related to operation as options are described in the tender documents.

5.1.2 Place of performance

Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 28/02/2026
Duration end date : 28/02/2033

5.1.4 Renewal

Maximum renewals : 3
Other information about renewals : The contract can be extended for one year up to three times, totalling a duration of seven years. The duration described in the above fields, including a three year extension.

5.1.5 Value

Estimated value excluding VAT : 600 000 000 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
This procurement is also suitable for small and medium-sized enterprises (SMEs) : no
Information about previous notices :
Identifier of the previous notice : 105838-2025

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
Maximum number of tenders passing : 5
Criterion : Other economic or financial requirements
Description : Tenderers must have sufficient economic and financial capacity to be able to fulfil the contract. Documentation requirement: The company's last Annual Financial Statement including notes, the Board's Annual Report and Audit Report, as well as new information of relevance to the company's fiscal numbers. and Credit rating from publicly certified credit rating institution. 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.
Criterion : References on specified deliveries
Description : Tenderers shall have relevant good, experience with the execution of equivalent deliveries. Equivalent deliveries means operation and platform services connected to the extent of this agreement. Documentation requirement: Description of the tenderer's most relevant deliveries during the last 3 years, as well as information on the contracts ́ value, date of delivery or execution and the name of the recipient. Contact information must be provided for the reference person at the contracting authorities who can confirm the information and can be contacted if needed. Documentation of relevant deliveries or services that the tenderer has carried out more than three years ago can be considered in order to ensure sufficient competition. Ref. FOA §16-6 (1) b).
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (percentage, exact) : 50
Criterion : Average yearly manpower
Description : Capacity Tenderers shall have sufficient capacity to fulfil the contract. Capacity means available resources that can be prioritised for the contracting authority. Documentation requirement: A description of the total technical and professional personnel that the tenderer has at his disposal for fulfilment of the contract in Norway and any other countries that are relevant. A description of the tenderer's average workforce and the number of employees in the management during the last three years.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (percentage, exact) : 50
Criterion : Certificates by independent bodies about quality assurance standards
Description : Quality assurance Tenderers shall have an established quality assurance system relevant for the content of the contract. The requirement shall be documented by one of the alternatives below: -A description of the tenderer's quality assurance measures. -Certificate for the company's quality assurance system issued by independent bodies that confirms the tenderer fulfils certain quality assurance standards, for example ISO 9001.
Criterion : Security of information
Description : Information Security Tenderers shall have an established management system for information security based on ISO/IEC 27001 or equivalent standards. Documentation requirement: The requirement shall be documented by one of the alternatives below: - Valid certificate for ISO/IEC 27001 - An account of an equivalent management system, with documentation of: - Information Security Policy -Risk assessment and handling. -Organisation and responsibility -Continual improvement (e.g. audits and deviation management) It is the tenderer ́s responsibility to document that their management system is equivalent to a recognised standard as ISO/IEC 27001.
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 : 5
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 : Quality
Name : Establishment
Description : The tenderer ́s response to requirements in Annex 1 connected to the criterium.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 5
Criterion :
Type : Quality
Name : Collaboration and multi-disciplinary services
Description : The tenderer ́s response to requirements in Annex 1 connected to the criterium.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10
Criterion :
Type : Quality
Name : Secure operation of applications and platform and service integration
Description : The tenderer ́s response to requirements in Annex 1 connected to the criterium.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 25
Criterion :
Type : Price
Name : Establishment cost
Description : Establishment costs cf. Annex 7 - Annex 1.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 5
Criterion :
Type : Price
Name : Basic Services
Description : Summed price for basic services cf. Annex 7 - Annex 1
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
Criterion :
Type : Price
Name : Rates
Description : The combined hourly rates for the different categories of consultancy services stated in Annex 7 - Annex 1.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 5
Criterion :
Type : Quality
Name : Climate and environmentally friendly operation delivery
Description : • What average energy efficiency Power usage Effectivness (PUE) their data centres are used in the contract and what the supplier does to improve PUE • Which environment and climate measures have been implemented in computer centres that will be used to deliver the contract, connected, but not limited to: - Utilisation of surplus heat - Handling electronic waste in relation to computer centres/server rooms. - Use of chemicals • Share of renewable energy in the portfolio of data centres that are used to provide the services in the contract.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 20/08/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/260743602.aspx
Ad hoc communication channel :
Name : Mercell

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 11/09/2025
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 : 27/08/2025 10:00 +00:00
Information that can be supplemented after the submission deadline :
At the discretion of the buyer, all missing tenderer-related documents may be submitted later.
Additional information : Whether the post-submission of documents is relevant and in accordance with the Public Procurement Regulations/Public Procurement Regulations (LOA) will be assessed 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 : 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 : Oslo Tingrett
Information about review deadlines : Tenderers must appeal the decision within two weeks.
Organisation receiving requests to participate : Helsedirektoratet

8. Organisations

8.1 ORG-0001

Official name : Helsedirektoratet
Registration number : 983544622
Postal address : Postboks 220 Skøyen
Town : OSLO
Postcode : 0213
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Tale Nergård Rønne
Telephone : +47 47472020
Roles of this organisation :
Buyer
Organisation receiving requests to participate

8.1 ORG-0002

Official name : Oslo Tingrett
Registration number : 926 725 939
Town : Oslo
Postcode : 0164
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : 7c65c5bc-88e0-4366-b1b8-c601f7bf11f1 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 04/07/2025 10:33 +00:00
Notice dispatch date (eSender) : 04/07/2025 10:34 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00438569-2025
OJ S issue number : 127/2025
Publication date : 07/07/2025