Framework agreement, licence partner

The aim of the framework agreement is to enter into a licence partner who shall provide and offer services connected to the contracting authority ́s need for licences, services and consultancy services. This includes i.a. purchase, hire and maintenance of software, consultancy services and accompanying LSP services within specific product …

CPV: 72266000 Poradenství v oblasti programového vybavení, 48000000 Balíky programů a informační systémy, 48218000 Balík programů pro správu licencí, 48900000 Různé balíky programů a počítačové systémy, 72000000 Informační technologie: poradenství, vývoj programového vybavení, internet a podpora, 72200000 Programování programového vybavení a poradenské služby, 72260000 Služby programového vybavení, 72268000 Dodávka programového vybavení, 79121100 Poradenství v oblasti autorských práv k programového vybavení počítačů
Termín:
30. května 2025 10:00
Typ lhůty:
Podání nabídky
Místo provedení:
Framework agreement, licence partner
Misto zadání:
Nye Veier
Číslo zakázky:
387846

1. Buyer

1.1 Buyer

Official name : Nye Veier
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Framework agreement, licence partner
Description : The aim of the framework agreement is to enter into a licence partner who shall provide and offer services connected to the contracting authority ́s need for licences, services and consultancy services. This includes i.a. purchase, hire and maintenance of software, consultancy services and accompanying LSP services within specific product areas. The framework agreement shall also cover equivalent services for products delivered as Software as a Service (SaaS), Platform as a Service (PaaS) and Infrastructure as a Service (IaaS). Tenderers must have broad competence and access to a broad product range and must be able to put together good systems based on the contracting authority ́s needs, including coordination, administration and interaction with Nye Veier, and sub-suppliers/manufacturers.
Procedure identifier : 80a27f95-7d80-4fad-b893-817bfbfa0bb5
Internal identifier : 387846
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72266000 Software consultancy services
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48218000 License management software package
Additional classification ( cpv ): 48900000 Miscellaneous software package and computer systems
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72200000 Software programming and consultancy services
Additional classification ( cpv ): 72260000 Software-related services
Additional classification ( cpv ): 72268000 Software supply services
Additional classification ( cpv ): 79121100 Software copyright consultancy services

2.1.2 Place of performance

Anywhere

2.1.3 Value

Estimated value excluding VAT : 60 000 000 Norwegian krone
Maximum value of the framework agreement : 60 000 000 Norwegian krone

2.1.4 General information

Additional information : The requirements and criteria complied with the procurement regulations § 7-9 shall aim at reducing the procurement ́s total climate footprint or environmental impact, cf. The Public Procurement Regulations § 7-9 (1). The main rule in the Procurement Regulations § 7-9 (2) is that the Contracting Authority shall weight climate and environmental considerations with a minimum of thirty percent. Exception from the obligation to set environmental requirements or criteria exists if the procurement has a climate footprint and an environmental impact that is immaterial and this is justified in the procurement documents, cf. the procurement regulations § 7-9 (5). The contracting authority would like to cover the need is a system that is primarily a standardised service procurement over the internet. The work does not include any or little travel activities, and no use of paper or other consumables. A direct climate footprint as a result of the procurement is therefore expected to be of a modest character. The licence partner agreement will be a pure management service of software with a slight environmental impact. The software will involve the use of a data centre and servers at a third party, which will result in an environmental impact. This load will be almost the same regardless of what software is used, as all such software will require a computer centre, servers and power. In addition, the contracting authority believes that the actual data centre and servers will be out of the nature of the procurement, and it is therefore not possible for the contracting authority to set requirements or award criteria related to data centre or servers. Based on this, the procurement is, in its nature, considered to have immaterial climate footprint and environmental impact, and therefore falls under the exception rule in PPR §7-9 (5).
Legal basis :
Directive 2014/24/EU

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 following rejection reasons in the procurement regulations § 24-2 are purely national rejection reasons: § 24-2(2). This provision states that the contracting authority shall reject a tenderer when he is aware that the tenderer has been legally convicted or has accepted a wrought for the stated punishable conditions. The requirement that the contracting authority shall reject tenderers who have accepted a wreap for the stated punishable conditions is a distinctively Norwegian requirement. - 24-2(3) letter in. The rejection reason in the ESPD form only concerns serious errors in professional practice, whilst the Norwegian rejection reason also includes other serious errors that can lead to doubt about the tenderer's professional integrity.
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 : Framework agreement, licence partner
Description : The aim of the framework agreement is to enter into a licence partner who shall provide and offer services connected to the contracting authority ́s need for licences, services and consultancy services. This includes i.a. purchase, hire and maintenance of software, consultancy services and accompanying LSP services within specific product areas. The framework agreement shall also cover equivalent services for products delivered as Software as a Service (SaaS), Platform as a Service (PaaS) and Infrastructure as a Service (IaaS). Tenderers must have broad competence and access to a broad product range and must be able to put together good systems based on the contracting authority ́s needs, including coordination, administration and interaction with Nye Veier, and sub-suppliers/manufacturers.
Internal identifier : 387846

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72266000 Software consultancy services
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48218000 License management software package
Additional classification ( cpv ): 48900000 Miscellaneous software package and computer systems
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72200000 Software programming and consultancy services
Additional classification ( cpv ): 72260000 Software-related services
Additional classification ( cpv ): 72268000 Software supply services
Additional classification ( cpv ): 79121100 Software copyright consultancy services

5.1.2 Place of performance

Anywhere
Additional information :

5.1.3 Estimated duration

Duration : 4 Year

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : The framework agreement will be valid for 2 years, with the contracting authority having the possibility to extend the contract for a further 1+1 year. The total length can then be up to four years.

5.1.5 Value

Estimated value excluding VAT : 60 000 000 Norwegian krone
Maximum value of the framework agreement : 60 000 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.
The names and professional qualifications of the staff assigned to perform the contract must be given : Not required
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
Additional information : The requirements and criteria complied with the procurement regulations § 7-9 shall aim at reducing the procurement ́s total climate footprint or environmental impact, cf. The Public Procurement Regulations § 7-9 (1). The main rule in the Procurement Regulations § 7-9 (2) is that the Contracting Authority shall weight climate and environmental considerations with a minimum of thirty percent. Exception from the obligation to set environmental requirements or criteria exists if the procurement has a climate footprint and an environmental impact that is immaterial and this is justified in the procurement documents, cf. the procurement regulations § 7-9 (5). The contracting authority would like to cover the need is a system that is primarily a standardised service procurement over the internet. The work does not include any or little travel activities, and no use of paper or other consumables. A direct climate footprint as a result of the procurement is therefore expected to be of a modest character. The licence partner agreement will be a pure management service of software with a slight environmental impact. The software will involve the use of a data centre and servers at a third party, which will result in an environmental impact. This load will be almost the same regardless of what software is used, as all such software will require a computer centre, servers and power. In addition, the contracting authority believes that the actual data centre and servers will be out of the nature of the procurement, and it is therefore not possible for the contracting authority to set requirements or award criteria related to data centre or servers. Based on this, the procurement is, in its nature, considered to have immaterial climate footprint and environmental impact, and therefore falls under the exception rule in PPR §7-9 (5).

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Financial ratio
Description : Demand: Tenderers shall be credit worthy with a status of 'satisfactory' or better, as well as be able to obtain credit. Who shall meet the requirement: -Vendor - Companies that the tenderer will use through a commitment statement to fulfil the qualification requirements for finances. - If several tenderers participate in the competition as a working partnership (working partnership), the requirement applies for each participant in the working partnership. How to document fulfilment of the requirement: Credit rating, not older than 6 months prior to the tender deadline. The credit rating shall be issued by a certified credit rating company, which has a licence to operate within the EU/EEA area. The tenderer can rely on a parent company to fulfil the requirement. If so, a declaration is required that the parent company is joint and severally responsible for the fulfilment of the tenderer's obligations in accordance with the contract.
Criterion : References on specified services
Description : Demand: Tenderers shall have experience from three comparable contracts. Comparable assignments means assignments of an equivalent scope/value, in which the tenderer has provided licensor advice and software licences to the customer. Who shall meet the requirement: -Vendor - Companies that the tenderer will use through a commitment statement to fulfil the qualification requirement. How to document fulfilment of the requirement: An overview of three reference projects that the tenderer has carried out in the last three years. It is the tenderer ́s responsibility to document relevance through the description. The contracting authority reserves the right to contact the reference persons directly and/or other sources in order to verify the information provided.
Criterion : Measures for ensuring quality
Description : Demand: Tenderers shall have a quality assurance system adapted to the assignment ́s complexity. ISO 9001 will meet the requirement. Who shall meet the requirement: Tenderers, or one participant in a working partnership must meet the requirement. Documentation requirement: If a tenderer is certified in accordance with ISO 9001, sufficient confirmation of the certification is sufficient. If a tenderer is not certified in accordance with ISO 9001, a description must be enclosed of the tenderer's quality assurance system.
Criterion : Security to process, store and transmit classified information
Description : Tenderers shall have a management system for information security adapted to the complexity of the assignment. ISO 27001 will meet the requirement. Who shall meet the requirement: Tenderers, or one participant in a working partnership must meet the requirement. Documentation requirement: If a tenderer is certified in accordance with ISO 27001, there is sufficient confirmation of the certification. If a tenderer is not certified in accordance with ISO 27001, a description must be enclosed of the tenderer's management system for information security.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : • Mark-up percentage • Price for consultancy services for additional services
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 60
Criterion :
Type : Quality
Name : Ought-requirements
Description : Response to the ought-requirements, c.f. the SSA-L annex 1.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Quality of the plan for the establishment phase.
Description : The tenderer ́s plan for the establishment phase, cf. the Public Procurement Regulations (SSA-L) annex 3.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10
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

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 tenders : 30/05/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 30/05/2025 11:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : yes
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 1
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Mediation organisation : Agder tingrett -
Review organisation : Klagenemnda for offentlige anskaffelse -
Organisation providing additional information about the procurement procedure : Nye Veier -
Organisation providing offline access to the procurement documents : Nye Veier -
Organisation providing more information on the review procedures : Agder tingrett -

8. Organisations

8.1 ORG-0001

Official name : Nye Veier
Registration number : 915 488 099
Postal address : Kjøita 6
Town : Kristiansand
Postcode : 4630
Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Contact point : Ruben Ramsland
Telephone : +47 47972727
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents

8.1 ORG-0002

Official name : Agder tingrett
Registration number : 926 723 480
Postal address : Postboks 63
Town : Kristiansand
Postcode : 4661
Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Telephone : +47 38176300
Roles of this organisation :
Organisation providing more information on the review procedures
Mediation organisation

8.1 ORG-0003

Official name : Klagenemnda for offentlige anskaffelse
Registration number : 918 195 548
Postal address : Zander Kaaes gate 7
Town : Bergen
Postcode : 5015
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Telephone : +47 55193000
Internet address : http://www.kofa.no
Roles of this organisation :
Review organisation

10. Change

Version of the previous notice to be changed : af96ff0e-974f-4253-bb75-b46de44b37fc-01
Main reason for change : Information updated

10.1 Change

Section identifier : PROCEDURE
The procurement documents were changed on : 05/05/2025

10.1 Change

Section identifier : ORG-0001

10.1 Change

Section identifier : ORG-0002

10.1 Change

Section identifier : ORG-0003

10.1 Change

Section identifier : LOT-0000
Notice information
Notice identifier/version : d18ab91f-21a1-4349-bd50-75fbbcb7a5b4 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 05/05/2025 09:34 +00:00
Notice dispatch date (eSender) : 05/05/2025 09:48 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00288506-2025
OJ S issue number : 87/2025
Publication date : 06/05/2025