Qualification - procurement of wages and personnel systems.

The Norwegian Labour and Welfare Administration shall procure cloud based systems for wages and personnel handling. The procurement shall ensure that nav gets future orientated, quality efficient and resource efficient payroll and personnel systems so that nav can continue digitalisation, automation and, not least, raise the quality further in the …

CPV: 72000000 Informační technologie: poradenství, vývoj programového vybavení, internet a podpora, 48000000 Balíky programů a informační systémy, 48450000 Balík programů pro měření a zúčtování pracovní doby a lidských zdrojů, 72212450 Vývoj programového vybavení pro měření a zúčtování pracovní doby a lidských zdrojů, 72220000 Systémové a technické poradenské služby, 72268000 Dodávka programového vybavení, 72410000 Poskytovatelé služeb, 72416000 Poskytovatelé aplikačních služeb, 72600000 Výpočetní podpora a poradenské služby, 79211110 Vedení mzdového účetnictví, 79631000 Personální a mzdové služby
Místo provedení:
Qualification - procurement of wages and personnel systems.
Misto zadání:
ARBEIDS- OG VELFERDSETATEN
Číslo zakázky:
25/24998

1. Buyer

1.1 Buyer

Official name : ARBEIDS- OG VELFERDSETATEN
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Qualification - procurement of wages and personnel systems.
Description : The Norwegian Labour and Welfare Administration shall procure cloud based systems for wages and personnel handling. The procurement shall ensure that nav gets future orientated, quality efficient and resource efficient payroll and personnel systems so that nav can continue digitalisation, automation and, not least, raise the quality further in the support and management processes. The agreement format is SSA - small cloud. The contract period is 5 years. The agreement will then be renewed automatically for 1 year at a time. The contract ́s maximum length is ten years. The procurement will cover Cloud Services and Additional Services, including Establishment Project and Assistance.
Procedure identifier : 2a7edd8d-5b22-4c63-bb5c-ee78d1ede686
Internal identifier : 25/24998
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The Norwegian Labour and Welfare Administration shall procure cloud based, generic systems that initially handle wages and personnel data. Nav would like the generic systems offered through a system platform that can be expanded to include comprehensive personnel administration with the accompanying services that include employer responsibility beyond payroll and indemnification payments. The aims of the new systems include i.a.: Compliance with laws and regulations and contributing to very good accounting quality User friendly self-service systems for employeesUser-friendly systems for managers and HR and wage employeesStor degree of automation, where data is recorded in one place and supports good data quality Wasted processes that ensure efficient use of resources, which requires good integration systems for reception and delivery of dataNav intends that the new systems shall cover the following service areas: Submission and registration of wages and personnel data Support for personnel administrative processes in the employees ́ "lifetime" in nav, such as, for example, sick leave follow-up Calculation, payment and reporting of wages for government employees and external employeesRefusion and parent money fusion of travel and outlay for employees in the business and external employees Management of working hours in accordance with the Working Environment Act Planning and registration of stand-by and rota Time registration and follow-upThe resource and capacity planning Pay negotiation Integration with internal and external interactersThe storage of relevant documents in nav ́s document archiveMore types of management information - such as posting, office placement etc. that are used in business management and reportsNo of the above mentioned service areas will be options to the systems and will be specified separately as options in Annex 1 Customer ́s needs description: Time registration and follow-up Preparedness and rota journey. all the options shall be offered and part of the price in the tender. Nav will choose which and when the options shall be exercised. The scope of the delivery based on the current figures (can be changed over time) is as follows: The wages and personnel systems shall be used by approx. 20,000 government employees and external employees Report wage income NOK 10 billionThe number of annual assignments 20,000 Payments Travel and outlay 162 millionThe number of travel expenses 120 thousand Payments Stand-by & Turnus 27 million Overtime, addition etc. 110 million Number of users time registration 15,000Refusion revenues NOK 600 million Additional services, including establishment project including integrations, training and migration of data Assistance.

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 ): 48000000 Software package and information systems
Additional classification ( cpv ): 48450000 Time accounting or human resources software package
Additional classification ( cpv ): 72212450 Time accounting or human resources software development services
Additional classification ( cpv ): 72220000 Systems and technical consultancy services
Additional classification ( cpv ): 72268000 Software supply services
Additional classification ( cpv ): 72410000 Provider services
Additional classification ( cpv ): 72416000 Application service providers
Additional classification ( cpv ): 72600000 Computer support and consultancy services
Additional classification ( cpv ): 79211110 Payroll management services
Additional classification ( cpv ): 79631000 Personnel and payroll services

2.1.2 Place of performance

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

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften -

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy under national law : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Bankruptcy : Is the tenderer in a bankruptcy situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Corruption : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a enforceable verdict has been convicted of corruption by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Corruption as defined in Article 3 of the Convention on Combating Corruption, Involving European Communities or European Union Member States (EUT C 195 of 25.6.1997, s. 1), and in Article 2, point 1, in the Council ́s framework decision 2003/568/RIA of 22 July 2003 on combating corruption in the private sector (EUT L 192 of 31.7.2003, p. 54). This rejection reason also includes corruption as defined in national law for the contracting authority or supplier.
Arrangement with creditors : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Participation in a criminal organisation : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted verdict of participation in a criminal organisation by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Participation in a criminal organisation as defined in Article 2 of the Council ́s framework decision 2008/841/RIA of 24 October 2008 on control of organised crime (EUT L 300 of 11.11.2008, p. 42)
Agreements with other economic operators aimed at distorting competition : Has the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition?
Breaching of obligations in the fields of environmental law : Is the tenderer aware of breaches of environmental provisions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Money laundering or terrorist financing : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of money laundering or financing terrorism by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Money laundering or financing terrorism As defined in Article 1 of the European Parliament and Council Directive 2005/60/EF of 26 October 2005 on preventive measures against the use of the financial system for money laundering and financing terrorism (EUT L 309 of 25.11.2005, p. 15).
Fraud : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted of fraud has been convicted of fraud by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Fraud included in Article 1 of the Convention on protection of the Financial Interests of the European Communities (EFT C 316 of 27.11.1995, p. 48).
Child labour and other forms of trafficking in human beings : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of child labour and other forms of human trafficking by a verdict handed down no more than five years ago, or a rejection period determined directly in the judgement that still applies? Child labour and other forms of human trafficking as defined in Article 2 of the European Parliament and council directive 2011/36/EU of 5. 1 April 2011 on the prevention and control of human trafficking and the protection of its victims and for compensation of the Council ́s framework decision 2002/629/RIA (EUT L 101 of 15.4.2011, p. 1).
Insolvency : Is the tenderer in an insolvency situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Breaching of obligations in the fields of labour law : Is the tenderer aware of breaches of provisions on working conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Assets being administered by liquidator : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Have the tenderer:a) given grossly incorrect information when notifying the information required to verify that there is no basis for rejection, or of the qualification requirements being met,b) failed to provide such information,c) subject to immediately submitting the supporting documents requested by the Contracting Authority, ord) improperly affecting the Contracting Authority's decision process to acquire confidential information that could give this an unlawful advantage in connection with competition, or negligently has given misleading information that can have a significant influence on decisions on rejection, selection or award?
Purely national exclusion grounds : The contracting authority shall state that in Norway there are national rejection reasons. These shall be described in the procurement documents. Tenderers must respond to whether they are in one or more of the situations described in the national rejection reasons. Will the purely national rejection reasons, as stated in the relevant notice or in the procurement documents, apply?
Conflict of interest due to its participation in the procurement procedure : Are tenderers aware of a conflict of interest as stated in national law, the relevant notice or procurement documents?
Direct or indirect involvement in the preparation of this procurement procedure : Has the tenderer or an entity associated with the supplier advised the contracting authority or in another way been involved in the planning of the competition?
Guilty of grave professional misconduct : Has the tenderer committed serious errors in professional practice? If relevant, see the definitions in national law, the relevant notice or procurement documents.
Early termination, damages or other comparable sanctions : Has the tenderer committed significant breaches of contract in connection with the fulfilment of a previous public contract, a previous contract with a public contracting authority or a previous concession contract, where the breach has led to the cancellation of the contract, compensation or other similar sanctions?
Breaching of obligations in the fields of social law : Is the tenderer aware of breaches of provisions on social conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Payment of social security contributions : Have tenderers failed to fulfil all their social security obligations in the country where they are established and in their member state, if this is a different country than what he is established in?
Business activities are suspended : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Payment of taxes : Has the tenderer not fulfilled his tax and duty obligations in the country in which he is established, and in the contracting authority's member state, if this is a different country than what he is established in?
Terrorist offences or offences linked to terrorist activities : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body, or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of acts of terrorism or criminal acts connected to terrorist activities by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Acts of terrorism or criminal acts relating to terrorist activity as defined in Article 1 and 3 of the Council ́s framework decision 2002/475/RIA of 13 June 2002 on combating terrorism (EFT L 164, af 22.6.2002, p. 3). This rejection reason also includes incitement to, participation or attempts to commit such actions as included in Article 4 in the mentioned framework decision.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Qualification - procurement of wages and personnel systems.
Description : The Norwegian Labour and Welfare Administration shall procure cloud based systems for wages and personnel handling. The procurement shall ensure that nav gets future orientated, quality efficient and resource efficient payroll and personnel systems so that nav can continue digitalisation, automation and, not least, raise the quality further in the support and management processes. The agreement format is SSA - small cloud. The contract period is 5 years. The agreement will then be renewed automatically for 1 year at a time. The contract ́s maximum length is ten years. The procurement will cover Cloud Services and Additional Services, including Establishment Project and Assistance.
Internal identifier : 25/24998

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 ): 48000000 Software package and information systems
Additional classification ( cpv ): 48450000 Time accounting or human resources software package
Additional classification ( cpv ): 72212450 Time accounting or human resources software development services
Additional classification ( cpv ): 72220000 Systems and technical consultancy services
Additional classification ( cpv ): 72268000 Software supply services
Additional classification ( cpv ): 72410000 Provider services
Additional classification ( cpv ): 72416000 Application service providers
Additional classification ( cpv ): 72600000 Computer support and consultancy services
Additional classification ( cpv ): 79211110 Payroll management services
Additional classification ( cpv ): 79631000 Personnel and payroll services
Options :
Description of the options : Option 1 - registration of time and follow-up Option 2 - stand-by and rota Option 3 - travel and outlay.

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 120 Month

5.1.4 Renewal

Maximum renewals : 5
The buyer reserves the right for additional purchases from the contractor, as described here : 1 year options that can be exercised 5 times. The contract ́s maximum length is ten years.

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) : yes
Information about previous notices :
Identifier of the previous notice : 673407-2024
Identifier of the previous notice : 135487-2025

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : 'Total' annual turnover
Description : The tenderer ́s ("total") annual turnover for the number of financial years requested in the tender notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average annual turnover
Description : The tenderer ́s average annual turnover for the number of years requested in the notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : "Specific annual turnover"
Description : Are the tenderer's ("specific") annual turnover within the area that the contract applies to and specified in the notice or in the procurement documents for the number of accounting years requested is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average set-up
Description : Is the tenderer's average annual turnover within the area requested by the contract and specified in the notice or in the procurement documents for the number of financial years requested:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : The tenderer's establishment date
Description : If the information about the turnover (combined or specific) is not available for the entire requested period, please state the date the company was established, or the tenderers started their business:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Financial key figures
Description : For financial key figures stated in the notice or in the procurement documents, the tenderer declares that the actual value(s) of the requested key figures are as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Liability insurance
Description : The insured amount in the tenderer ́s liability insurance is the following:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Other economic and financial requirements
Description : Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that: Minimum requirement for qualification requirements Qualification requirements: Tenderers are required to have sufficient financial capacity to fulfil the contract. Documentation requirement: The contracting authority will obtain a credit rating carried out by Experian, see the www.experian.no. If the tenderer feels that the credit rating will not provide an accurate picture, please send supplementary information together with the qualification enquiry.
Use of this criterion : Used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for quality assurance standards.
Description : Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements?
Use of this criterion : Not used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for environmental management standards.
Description : Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards?
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register
Description : Tenderers are registered in a professional register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register or company register.
Description : Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex. Minimum qualification requirement qualification requirement: Tenderers are required to be a legally established company. Documentation requirement: Norwegian tenderers: Company registration certificate from the Brønnøysund Register Centre. Foreign tenderers: Certificate for registration in the Register of Business Enterprises as prescribed in the legislation of the country in which the tenderer is established.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : In the case of service contracts: Authorisations from a particular organisation required
Description : Is a specific authorisation required from a particular organisation to provide the service in the tenderer's home country?
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : In the case of service contracts: Membership in a particular organisation is required
Description : Is it necessary to have a particular membership in a particular organisation in order to provide the service in the tenderer ́s home country?
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Services only
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 Qualification requirements: Considerable experience from similar deliveries is required. Documentation requirement: The tenderer ́s 3 most important deliveries over the last three years, including a description of the assignment, their scope/value, date and recipients. The template in the qualification documentation annex 2 shall be used to document fulfilment of the requirement.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Technical personnel or technical units
Description : Tenderers can use the following technical personnel or technical units , particularly those who are responsible for quality control: For technical personnel or technical units that do not directly belong to the tenderer ́s business, but if the capacity the tenderer will use, cf. part II, section C, separate ESPD forms shall be supplemented. Minimum qualification requirements Qualification requirements: Very good implementation ability is required. Documentation requirement: Description of the tenderer's technical capacity and professional qualifications. With regard to the capacity, a description of the tenderer's relevant units shall be given. With regard to qualifications, a short overview of the tenderer's general relevant expertise shall be given. Persons that will be offered should not be specified, and CVs should not be submitted.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Technical facilities and quality assurance measures
Description : The tenderer uses the following technical facilities and quality assurance measures, and the tenderer's survey and research facilitator is as follows: Minimum qualification requirements Qualification requirements: A good and well-functioning quality assurance system is required. Documentation requirement: A description of the tenderer's quality assurance measures/methods for quality assurance.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Investigation and research facilities
Description : The tenderer ́s survey and research facilitates are as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Management and tracing of the supply chain
Description : The tenderer will be able to use the following management of the supply chain and tracing systems for the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Control Permission
Description : For goods or services that are complicated, or that in exceptional cases shall be used for a particular purpose: Will the tenderer allow checks of the tenderer's production capacity or technical capacity and, where necessary, of the survey and research facilities that the tenderer has at its disposal and of quality control measures? The inspections shall be undertaken by the contracting authority or the contracting authority can leave it to a competent public body in the country where the tenderer is established.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Education and professional qualifications
Description : The following education and professional qualifications are possessed by the tenderer and/or (depending on the requirements set in the notice or in the procurement documents) of the leading employees:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Environmental management measures
Description : Tenderers can employ the following environmental management measures in connection with the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Number of employees in the management
Description : The tenderer ́s number of employees in the management during the last three years was as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Average workforce
Description : The tenderer's average annual workforce in the last three years has been as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Tools, materials and technical equipment.
Description : Tenderers can use the following tools, material and technical equipment to carry out the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Portion of the contract to sub-suppliers.
Description : The tenderer is considering to outsource the following part (as a percentage) of the contract to sub-suppliers. Note that if the tenderer has decided to outsource a part of the contract to sub-suppliers and will use the sub-suppliers ́ capacity to carry out this part, a special ESPD will be supplemented for such sub-suppliers, see part II, section C, above.
Use of this criterion : Not used
Information about the second stage of a two-stage procedure :
The procedure will take place in successive stages. At each stage, some participants may be eliminated
The buyer reserves the right to award the contract on the basis of the initial tenders without any further negotiations

5.1.10 Award criteria

Criterion :
Type : Price
Name :
Description :
Weight (percentage, exact) : 30
Criterion :
Type : Quality
Name :
Description :
Weight (percentage, exact) : 70
Criterion :
Type : Quality
Name :
Description : Justification for exceptions from the procurement regulations § 7-9, 2nd section, "The contracting authority shall emphasise climate and environmental considerations with a minimum of thirty percent". Exception homes: The procurement regulations § 7-9, 4th paragraph: Award criteria in accordance with the second and third paragraphs can be replaced with climate and environmental requirements in the requirement specification, if it is clear that this provides a better climate and environmental effect and this is justified in the procurement documents. This procurement concerns cloud services (SaaS) where the service is provided as standard software, through networks from data centres primarily located within the EU/EEA. In the table under award criteria, NAV has chosen not to weight climate and environment considerations by 30%, but, replaced such award criteria with climate and environmental requirements in the requirement specifications, cf. point 4.6 Sustainability in Part III Annex 1, on the following reason: Mapping: The Norwegian Labour and Welfare Directorate has collaborated with a number of public departments on how we shall best develop the tender documentation ́s requirement specifications to promote climate and environmental considerations in public procurements. It is generally considered that, for cloud services, it would be challenging to emphasise climate and the environment by 30% in a way that is in accordance with the fundamental principles of the procurement regulations. The Norwegian Labour and Welfare Administration has recently completed a consultation round with providers of cloud services for a system for competition implementation and contract administration. The Norwegian Labour and Welfare Administration asked, among other things, for concrete proposals for suitable environmental criteria in the procurement, alternatively, suitable climate and environmental requirements. Assessment: Our conclusion from the hearing and other mapping is that it is challenging to establish fair, measurable criteria that are aimed at services from data centres and that provide good climate and environmental effect. We also have no basis for the possibility of contributing to separating the tenders from each other. In many cases the tenderers will be one of several links between external data centres and the contracting authority and manage to a very small degree the daily operation of data centres. By setting climate and environmental requirements in the procurement, suppliers can influence their manufacturers in the portfolio of data centres to improve environmental considerations throughout the contract period. The Norwegian Labour and Welfare Directorate has assessed that what will have the greatest effect on limiting environmentally damaging emissions from computer centres, and give the best climate and environmental effect, will be to set concrete climate and environmental requirements for the performance of the procurement, rather than using criteria. We have examined possible standards that target computer centres in order to limit environmentally damaging emissions and that are required in the requirement specification.
Weight (percentage, exact) : 0
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Address of the procurement documents : https://permalink.mercell.com/254282356.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 : 19/05/2025
Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 16/05/2025 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 : 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
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Oslo Tingrett
Organisation receiving requests to participate : ARBEIDS- OG VELFERDSETATEN
Organisation processing tenders : ARBEIDS- OG VELFERDSETATEN

8. Organisations

8.1 ORG-0001

Official name : ARBEIDS- OG VELFERDSETATEN
Registration number : 889640782
Postal address : Postboks 354
Town : Mo i Rana
Postcode : 8601
Country subdivision (NUTS) : Nordland ( NO071 )
Country : Norway
Contact point : Henrik Lerche
Telephone : +4790692678
Internet address : http://www.nav.no/
Roles of this organisation :
Buyer
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Oslo Tingrett
Registration number : 926725939
Postal address : Postboks 354
Town : Oslo
Postcode : 8601
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : +47 22035200
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : 2fc69c9e-5fbd-4f8f-81bc-2a5f8fc2ea77 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 11/04/2025 14:03 +00:00
Notice dispatch date (eSender) : 11/04/2025 14:14 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00245618-2025
OJ S issue number : 74/2025
Publication date : 15/04/2025