Framework agreement, computer centre and network equipment.

DSS is currently responsible for providing a secure and operationally stable ICT platform and ensuring user friendly services and systems for ministries on a common ICT platform. From and including 01.01.2025, the Ministries Digitalisation Organisation (DIO) will take over this function and thereby also ownership of these framework agreements. The …

CPV: 30200000 Počítače, 30000000 Kancelářské a počítací stroje, zařízení a potřeby mimo nábytek a balíky programů, 30236200 Zařízení pro zpracovávání dat, 32400000 Sítě, 32413100 Síťové routery, 32420000 Síťová zařízení, 32424000 Síťová infrastruktura, 44300000 Kabely, dráty a příbuzné výrobky, 48000000 Balíky programů a informační systémy, 48800000 Informační systémy a servery, 48820000 Servery, 50800000 Různé opravy a údržba, 71356000 Technické služby, 72000000 Informační technologie: poradenství, vývoj programového vybavení, internet a podpora, 72310000 Zpracování dat, 72315100 Podpora datových sítí, 72315200 Správa datových sítí, 72317000 Ukládání dat
Místo provedení:
Framework agreement, computer centre and network equipment.
Misto zadání:
Departementenes sikkerhets- og serviceorganisasjon
Číslo zakázky:
24/293

1. Buyer

1.1 Buyer

Official name : Departementenes sikkerhets- og serviceorganisasjon
Legal type of the buyer : Central government authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Framework agreement, computer centre and network equipment.
Description : DSS is currently responsible for providing a secure and operationally stable ICT platform and ensuring user friendly services and systems for ministries on a common ICT platform. From and including 01.01.2025, the Ministries Digitalisation Organisation (DIO) will take over this function and thereby also ownership of these framework agreements. The aim of the procurement is to cover DIO and other included entities ́needs for computer centre and network equipment with the accompanying services. Based on consumption in the last 4 years, the estimated total amount of the procurement is NOK 300 million during the maximum contract period (seven years). Due to great uncertainty connected to the future need for the project New Government Block and Joint ICT Programme/Establishment of the Digitisation Organisation (DIO), the procurement is required to have an economic framework that takes into account this uncertainty. Based on this, the procurement will be announced with a combined maximum financial framework of NOK 700 million. Nok 200,000,000 for sub-contracts NOK 1 and NOK 500 million for lot 2. Construction phase 1 (BT1) is planned to be completed and put to use by the end of 2025. Construction phase 2 (BT2) has the provisional moving date in 2029, an estimate that is considered uncertain. Construction phase 3 (BT3) can also receive deliveries under this contract if this occurs during the contract period. In order to ensure unified, stable and continuing deliveries through BT1,BT2 and BT 3, a contract period that extends beyond the procurement regulations ́ main rule on maximum duration of four years for framework agreements is necessary. Based on this, a framework agreement(s) will be signed for 2 years. The contract can be extended 5 times for 1 year, so that the maximum contract period is 7 years.
Procedure identifier : ae6e2ed1-21e0-41cf-b705-66260fcf13d2
Previous notice : ec1fd348-228f-47d4-8c8c-fa0b719db9e8-01
Internal identifier : 24/293
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 30200000 Computer equipment and supplies
Additional classification ( cpv ): 30000000 Office and computing machinery, equipment and supplies except furniture and software packages
Additional classification ( cpv ): 30236200 Data-processing equipment
Additional classification ( cpv ): 32400000 Networks
Additional classification ( cpv ): 32413100 Network routers
Additional classification ( cpv ): 32420000 Network equipment
Additional classification ( cpv ): 32424000 Network infrastructure
Additional classification ( cpv ): 44300000 Cable, wire and related products
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48800000 Information systems and servers
Additional classification ( cpv ): 48820000 Servers
Additional classification ( cpv ): 50800000 Miscellaneous repair and maintenance services
Additional classification ( cpv ): 71356000 Technical services
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72310000 Data-processing services
Additional classification ( cpv ): 72315100 Data network support services
Additional classification ( cpv ): 72315200 Data network management services
Additional classification ( cpv ): 72317000 Data storage services

2.1.2 Place of performance

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

2.1.3 Value

Estimated value excluding VAT : 700 000 000 Norwegian krone
Maximum value of the framework agreement : 700 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Network equipment and accompanying services
Description : DSS is currently responsible for providing a secure and operationally stable ICT platform and ensuring user friendly services and systems for ministries on a common ICT platform. From and including 01.01.2025, the Ministries Digitalisation Organisation (DIO) will take over this function and thereby also ownership of these framework agreements. The aim of the procurement is to cover DIO and other included entities ́needs for computer centre and network equipment with the accompanying services. Based on consumption in the last 4 years, the estimated total amount of the procurement is NOK 300 million during the maximum contract period (seven years). Due to great uncertainty connected to the future need for the project New Government Block and Joint ICT Programme/Establishment of the Digitisation Organisation (DIO), the procurement is required to have an economic framework that takes into account this uncertainty. Based on this, the procurement will be announced with a combined maximum financial framework of NOK 700 million. Nok 200,000,000 for sub-contracts NOK 1 and NOK 500 million for lot 2. Construction phase 1 (BT1) is planned to be completed and put to use by the end of 2025. Construction phase 2 (BT2) has the provisional moving date in 2029, an estimate that is considered uncertain. Construction phase 3 (BT3) can also receive deliveries under this contract if this occurs during the contract period. In order to ensure unified, stable and continuing deliveries through BT1,BT2 and BT 3, a contract period that extends beyond the procurement regulations ́ main rule on maximum duration of four years for framework agreements is necessary. Based on this, a framework agreement(s) will be signed for 2 years. The contract can be extended 5 times for 1 year, so that the maximum contract period is 7 years.
Internal identifier : 1

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 30200000 Computer equipment and supplies
Additional classification ( cpv ): 30000000 Office and computing machinery, equipment and supplies except furniture and software packages
Additional classification ( cpv ): 30236200 Data-processing equipment
Additional classification ( cpv ): 32400000 Networks
Additional classification ( cpv ): 32413100 Network routers
Additional classification ( cpv ): 32420000 Network equipment
Additional classification ( cpv ): 32424000 Network infrastructure
Additional classification ( cpv ): 44300000 Cable, wire and related products
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48800000 Information systems and servers
Additional classification ( cpv ): 48820000 Servers
Additional classification ( cpv ): 50800000 Miscellaneous repair and maintenance services
Additional classification ( cpv ): 71356000 Technical services
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72310000 Data-processing services
Additional classification ( cpv ): 72315100 Data network support services
Additional classification ( cpv ): 72315200 Data network management services
Additional classification ( cpv ): 72317000 Data storage services

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 2 Year

5.1.4 Renewal

Maximum renewals : 5
Other information about renewals : Framework agreement(s) will be signed for 2 years. The contract can be extended 5 times for 1 year, so that the maximum contract period is 7 years.

5.1.5 Value

Estimated value excluding VAT : 700 000 000 Norwegian krone
Maximum value of the framework agreement : 200 000 000 Norwegian krone

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Complete annex 5 Annex 1 to the contract, per sub-contract. The price will be evaluated based on the total evaluation sum consisting of prices connected to (1) case and (2) hourly rates for assistance as stated in the price forms tab 2 "Summary #Case and hourly rates".
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : Quality
Description : Quality Under this criteria there are the following sub-criteria with the following weighting • General requirements (15%) • Product groups (40%) o For sub-contract 1, the product groups 1,4,5 and 6 will be weighted more than the other o For sub-contract 2, product groups 1,3 and 5 will be weighted more than the other • Services (35%) o Operational assistance and other consultancy services will be weighted more than the other. • Privacy and security (10%)
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 60

5.1.15 Techniques

Framework agreement :
Framework agreement, with reopening of competition
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 : The waiting period and information on lodging appeals were given in the notification letter in accordance with provisions in the published tender documentation.

5.1 Lot technical ID : LOT-0002

Title : Computer centre equipment with the accompanying services (1)
Description : DSS is currently responsible for providing a secure and operationally stable ICT platform and ensuring user friendly services and systems for ministries on a common ICT platform. From and including 01.01.2025, the Ministries Digitalisation Organisation (DIO) will take over this function and thereby also ownership of these framework agreements. The aim of the procurement is to cover DIO and other included entities ́needs for computer centre and network equipment with the accompanying services. Based on consumption in the last 4 years, the estimated total amount of the procurement is NOK 300 million during the maximum contract period (seven years). Due to great uncertainty connected to the future need for the project New Government Block and Joint ICT Programme/Establishment of the Digitisation Organisation (DIO), the procurement is required to have an economic framework that takes into account this uncertainty. Based on this, the procurement will be announced with a combined maximum financial framework of NOK 700 million. Nok 200,000,000 for sub-contracts NOK 1 and NOK 500 million for lot 2. Construction phase 1 (BT1) is planned to be completed and put to use by the end of 2025. Construction phase 2 (BT2) has the provisional moving date in 2029, an estimate that is considered uncertain. Construction phase 3 (BT3) can also receive deliveries under this contract if this occurs during the contract period. In order to ensure unified, stable and continuing deliveries through BT1,BT2 and BT 3, a contract period that extends beyond the procurement regulations ́ main rule on maximum duration of four years for framework agreements is necessary. Based on this, a framework agreement(s) will be signed for 2 years. The contract can be extended 5 times for 1 year, so that the maximum contract period is 7 years.
Internal identifier : 2

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 30200000 Computer equipment and supplies
Additional classification ( cpv ): 30000000 Office and computing machinery, equipment and supplies except furniture and software packages
Additional classification ( cpv ): 30236200 Data-processing equipment
Additional classification ( cpv ): 32400000 Networks
Additional classification ( cpv ): 32413100 Network routers
Additional classification ( cpv ): 32420000 Network equipment
Additional classification ( cpv ): 32424000 Network infrastructure
Additional classification ( cpv ): 44300000 Cable, wire and related products
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48800000 Information systems and servers
Additional classification ( cpv ): 48820000 Servers
Additional classification ( cpv ): 50800000 Miscellaneous repair and maintenance services
Additional classification ( cpv ): 71356000 Technical services
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72310000 Data-processing services
Additional classification ( cpv ): 72315100 Data network support services
Additional classification ( cpv ): 72315200 Data network management services
Additional classification ( cpv ): 72317000 Data storage services

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 2 Year

5.1.4 Renewal

Maximum renewals : 5
Other information about renewals : Framework agreement(s) will be signed for 2 years. The contract can be extended 5 times for 1 year, so that the maximum contract period is 7 years.

5.1.5 Value

Estimated value excluding VAT : 700 000 000 Norwegian krone
Maximum value of the framework agreement : 500 000 000 Norwegian krone

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Complete annex 5 Annex 1 to the contract, per sub-contract. The price will be evaluated based on the total evaluation sum consisting of prices connected to (1) case and (2) hourly rates for assistance as stated in the price forms tab 2 "Summary #Case and hourly rates".
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : Quality
Description : Quality Under this criteria there are the following sub-criteria with the following weighting • General requirements (15%) • Product groups (40%) o For sub-contract 1, the product groups 1,4,5 and 6 will be weighted more than the other o For sub-contract 2, product groups 1,3 and 5 will be weighted more than the other • Services (35%) o Operational assistance and other consultancy services will be weighted more than the other. • Privacy and security (10%)
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 60

5.1.15 Techniques

Framework agreement :
Framework agreement, with reopening of competition
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 : Information was given about the waiting period and lodging appeals in the award letter, in accordance with the announced tender documentation.

6. Results

Maximum value of the framework agreements in this notice : 700 000 000 Norwegian krone
Approximate value of the framework agreements : 700 000 000 Norwegian krone

6.1 Result lot ldentifier : LOT-0001

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 200 000 000 Norwegian krone
Re-estimated value of the framework agreement : 200 000 000 Norwegian krone

6.1.2 Information about winners

Winner :
Official name : Netsecurity AS
Tender :
Tender identifier : Nettverksutstyr med tilhørende tjenester - Netsecurity AS
Identifier of lot or group of lots : LOT-0001
Subcontracting : No
Contract information :
Identifier of the contract : Nettverksutstyr med tilhørende tjenester - Netsecurity AS
Date of the conclusion of the contract : 17/06/2025
The contract is awarded within a framework agreement : no
Winner :
Official name : Atea AS
Tender :
Tender identifier : Nettverksutstyr med tilhørende tjenester - Atea AS
Identifier of lot or group of lots : LOT-0001
Subcontracting : No
Contract information :
Identifier of the contract : Nettverksutstyr med tilhørende tjenester - Atea AS
Date of the conclusion of the contract : 17/06/2025
Winner :
Official name : NetNordic Norway AS
Tender :
Tender identifier : Nettverksutstyr med tilhørende tjenester - NetNordic Norway AS
Identifier of lot or group of lots : LOT-0001
Subcontracting : No
Contract information :
Identifier of the contract : Nettverksutstyr med tilhørende tjenester - NetNordic Norway AS
Date of the conclusion of the contract : 17/06/2025
The contract is awarded within a framework agreement : no

6.1.4 Statistical information

Summary of the review requests the buyer received :
Number of complainants : 0
Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 3

6.1 Result lot ldentifier : LOT-0002

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 500 000 000 Norwegian krone
Re-estimated value of the framework agreement : 500 000 000 Norwegian krone

6.1.2 Information about winners

Winner :
Official name : Atea AS
Tender :
Tender identifier : Datasenterutstyr med tilhørende tjenester (1) - Atea AS
Identifier of lot or group of lots : LOT-0002
Subcontracting : No
Contract information :
Identifier of the contract : Datasenterutstyr med tilhørende tjenester (1) - Atea AS
Date of the conclusion of the contract : 17/06/2025
The contract is awarded within a framework agreement : no

6.1.4 Statistical information

Summary of the review requests the buyer received :
Number of complainants : 0
Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 1

8. Organisations

8.1 ORG-0001

Official name : Departementenes sikkerhets- og serviceorganisasjon
Registration number : 974 761 424
Postal address : Postboks 8129 Dep
Town : Oslo
Postcode : 0032
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Lars Haatveit Jenssen
Telephone : +47 22249090
Internet address : https://www.dss.dep.no
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Oslo Tingrett
Registration number : 926725939
Department : Oslo Tingrett
Postal address : Postboks 2106 Vika
Town : Oslo
Postcode : 0125
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : +47 22035200
Internet address : http://www.domstol.no/otir
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Netsecurity AS
Size of the economic operator : Medium
Registration number : 993856886
Postal address : Drammensveien 288
Town : Oslo
Postcode : 0283
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : +47 46410121
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001

8.1 ORG-0004

Official name : Atea AS
Size of the economic operator : Medium
Registration number : 976 239 997
Postal address : Karvesvingen 5, Postboks 6472 Etterstad
Town : Oslo
Postcode : 0605
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : +47 22095000
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001 LOT-0002

8.1 ORG-0005

Official name : NetNordic Norway AS
Size of the economic operator : Medium
Registration number : NO993062561MVA
Postal address : Vollsveien 2B
Town : Lysaker
Postcode : 1366
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : +47 95160960
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001

Notice information

Notice identifier/version : 608950f7-867d-4946-877e-310b3ae8ff46 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 04/08/2025 19:46 +00:00
Notice dispatch date (eSender) : 04/08/2025 20:00 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00515447-2025
OJ S issue number : 149/2025
Publication date : 06/08/2025