Qualification: Case/archive system for The South Eastern Norway Regional Health Authority.

Helse Sør-Øst (HSØ) shall procure a complete Regional Information Management System for Case Processing and Archiving (RISA). The system shall include a robust archive core, user-friendly interface and contribute to compliance with public requirements. The system shall be based on standard products, have good options for automation and have integration …

CPV: 72512000 Forvaltning af dokumenter, 39132000 Kartoteksystemer, 48311000 Programpakke til dokumentforvaltning, 48311100 Dokumentforvaltningssystem, 48312000 Programpakke til elektroniske udgivelser, 72221000 Konsulentvirksomhed i forbindelse med forretningsanalyser, 72222300 Tjenesteydelser i forbindelse med informationsteknologi, 72224000 Konsulentvirksomhed i forbindelse med projektstyring, 72227000 Konsulentvirksomhed i forbindelse med integration af programmel, 72252000 Edb-arkivering, 72260000 Programmelrelaterede tjenester, 72263000 Implementering af programmel
Henrettelsessted:
Qualification: Case/archive system for The South Eastern Norway Regional Health Authority.
Tildelende organ:
SYKEHUSINNKJØP HF
Tildelingsnummer:
2024/32336

1. Buyer

1.1 Buyer

Official name : SYKEHUSINNKJØP HF
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : Health

1.1 Buyer

Official name : Sykehuspartner HF
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : Health

2. Procedure

2.1 Procedure

Title : Qualification: Case/archive system for The South Eastern Norway Regional Health Authority.
Description : Helse Sør-Øst (HSØ) shall procure a complete Regional Information Management System for Case Processing and Archiving (RISA). The system shall include a robust archive core, user-friendly interface and contribute to compliance with public requirements. The system shall be based on standard products, have good options for automation and have integration with national registers and trade systems.
Procedure identifier : 8c775856-84fb-456f-b32d-f73135fbd44c
Internal identifier : 2024/32336
Type of procedure : Competitive dialogue
Justification for the accelerated procedure :
Main features of the procedure : Helse Sør-Øst (HSØ) shall procure a complete Regional Information Management system for Case Handling and Archiving (RISA). The agreement shall cover the South Eastern Regional Health Authority and all health companies, including the private non-profit hospitals Betanien Hospital, Diakonhjemmet Sykehus, Lovisenberg Diakonale Sykehus, Martina Hansens Hospital and Revmatismesykehuset. In addition the contract includes the jointly owned health companies Helsetjenestenes driftsorganisasjon HF and Pasientreiser HF. The solution should include a robust archive core that safeguards the need for long-term storage of digital documents. It must also offer user friendly interface for case handling, archiving, access management, access system and integrations. Furthermore, the system must contribute to HSØ maintaining its ability to comply with all public requirements in the Archives Act, the Archive Regulations, the National Archive Regulations, the Personal Data Act, as well as the relevant provisions in the Public Service Act, the Public Administration Act and other laws that affect administration and statutory record keeping and archiving. The system shall also contribute to safeguarding the protection of sensitive information and at all times supporting the current national legal requirements. HSØ attaches great importance to the system building on standard products and it offers simple and user friendly support for data capture, electronic signing, as well as integration with national registers and joint components. HSØ focuses on automation for efficient, secure and seamless handling of information, documents, cases and projects. The system must support integration with trade systems for the collection, maintenance and storage of worthy cases and documents for preservation.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72512000 Document management services
Additional classification ( cpv ): 39132000 Filing systems
Additional classification ( cpv ): 48311000 Document management software package
Additional classification ( cpv ): 48311100 Document management system
Additional classification ( cpv ): 48312000 Electronic publishing software package
Additional classification ( cpv ): 72221000 Business analysis consultancy services
Additional classification ( cpv ): 72222300 Information technology services
Additional classification ( cpv ): 72224000 Project management consultancy services
Additional classification ( cpv ): 72227000 Software integration consultancy services
Additional classification ( cpv ): 72252000 Computer archiving services
Additional classification ( cpv ): 72260000 Software-related services
Additional classification ( cpv ): 72263000 Software implementation services

2.1.2 Place of performance

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

2.1.2 Place of performance

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

2.1.2 Place of performance

Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway

2.1.2 Place of performance

Country subdivision (NUTS) : Buskerud ( NO085 )
Country : Norway

2.1.2 Place of performance

Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway

2.1.2 Place of performance

Country subdivision (NUTS) : Vestfold ( NO093 )
Country : Norway

2.1.2 Place of performance

Country subdivision (NUTS) : Telemark ( NO094 )
Country : Norway

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - .

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 : Qualification: Case/archive system for The South Eastern Norway Regional Health Authority.
Description : Helse Sør-Øst (HSØ) shall procure a complete Regional Information Management System for Case Processing and Archiving (RISA). The system shall include a robust archive core, user-friendly interface and contribute to compliance with public requirements. The system shall be based on standard products, have good options for automation and have integration with national registers and trade systems.
Internal identifier : 2024/32336

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72512000 Document management services
Additional classification ( cpv ): 39132000 Filing systems
Additional classification ( cpv ): 48311000 Document management software package
Additional classification ( cpv ): 48311100 Document management system
Additional classification ( cpv ): 48312000 Electronic publishing software package
Additional classification ( cpv ): 72221000 Business analysis consultancy services
Additional classification ( cpv ): 72222300 Information technology services
Additional classification ( cpv ): 72224000 Project management consultancy services
Additional classification ( cpv ): 72227000 Software integration consultancy services
Additional classification ( cpv ): 72252000 Computer archiving services
Additional classification ( cpv ): 72260000 Software-related services
Additional classification ( cpv ): 72263000 Software implementation services

5.1.2 Place of performance

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

5.1.2 Place of performance

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

5.1.2 Place of performance

Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Buskerud ( NO085 )
Country : Norway
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Vestfold ( NO093 )
Country : Norway
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Telemark ( NO094 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.6 General information

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

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 : 10
Criterion : Other economic or financial requirements
Description : Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that: Minimum qualification requirements Tenderers shall have sufficient economic and financial solidity to fulfil the contractual obligations. Tenderers shall be credit worthy without security. See the competition terms for further information.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Maximum number of tenders passing : 10
Criterion : References on specified services
Description : Only for services: In the reference period, the tenderer has carried out the following important goods deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three years to be taken into consideration. Minimum qualification requirements Tenderers must have sufficient ability and capacity to fulfil the contract. See the competition terms for further information.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Subcontracting proportion
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. Minimum qualification requirements
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Maximum number of tenders passing : 10
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 : 10
The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.10 Award criteria

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

Address of the procurement documents : https://permalink.mercell.com/256351369.aspx

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Required
Variants : Not allowed
Deadline for receipt of requests to participate : 11/06/2025 07:00 +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

5.1.16 Further information, mediation and review

Review organisation : Indre og Østre Finnmark Tingrett -
Information about review deadlines : See the competition terms
Organisation providing more information on the review procedures : SYKEHUSINNKJØP HF -

8. Organisations

8.1 ORG-0001

Official name : SYKEHUSINNKJØP HF
Registration number : 916879067
Postal address : Postboks 40
Town : VADSØ
Postcode : 9811
Country subdivision (NUTS) : Extra-Regio NUTS 3 ( NOZZZ )
Country : Norway
Contact point : Postmottak Sykehusinnkjøp
Telephone : +47 78950700
Roles of this organisation :
Buyer
Group leader
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Sykehuspartner HF
Registration number : 914637651
Town : Drammen
Postcode : 3045
Country subdivision (NUTS) : Extra-Regio NUTS 3 ( NOZZZ )
Country : Norway
Telephone : 32235700
Roles of this organisation :
Buyer

8.1 ORG-0003

Official name : Indre og Østre Finnmark Tingrett
Registration number : 926722840
Town : Vadsø
Postcode : 9811
Country subdivision (NUTS) : Extra-Regio NUTS 3 ( NOZZZ )
Country : Norway
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : eb2582b5-5f67-417c-a4ed-93f675493e41 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 08/05/2025 08:13 +00:00
Notice dispatch date (eSender) : 08/05/2025 08:22 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00300111-2025
OJ S issue number : 90/2025
Publication date : 12/05/2025