223092 Qualification phase Map software for the Gjøvik region and Hadeland digital

The current GIS systems are fragmented, with different systems across the municipalities. This limits the efficiency, interaction and possibilities for utilising geographical data across administrative borders. The current GIS systems are fragmented, with different systems across the municipalities. This limits the efficiency, interaction and possibilities for utilising geographical data across …

CPV: 22114300 Kartografische Erzeugnisse, 22114310 Katasterkarten, 30220000 Geräte für digitale Kartografie, 48100000 Branchenspezifisches Softwarepaket, 48326000 Abbildungssoftwarepaket, 48326100 Digitales Abbildungssystem, 71222100 Kartierung städtischer Gebiete, 71222200 Kartierung ländlicher Gebiete, 71354000 Kartografiedienste, 71354100 Digitalisierte Kartenerstellung, 72212326 Entwicklung von Abbildungssoftware, 72212327 Entwicklung von Zeichen- und Malsoftware
Ausführungsort:
223092 Qualification phase Map software for the Gjøvik region and Hadeland digital
Vergabestelle:
Gjøvikregionen - Anskaffelser
Vergabenummer:
2025/7213

1. Buyer

1.1 Buyer

Official name : Gjøvikregionen - Anskaffelser
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : 223092 Qualification phase Map software for the Gjøvik region and Hadeland digital
Description : The current GIS systems are fragmented, with different systems across the municipalities. This limits the efficiency, interaction and possibilities for utilising geographical data across administrative borders.
Procedure identifier : e1312f43-e52a-48b3-848d-258f3aa34c34
Internal identifier : 2025/7213
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 : There is, therefore, a need for a joint procurement of a GIS system that: Ensures cost efficient and long-term management of GIS servicesThis provides better availability to geodata for municipal services, businesses and inhabitants Facilitation for increased automation, digitalisation and streamlining of work processesIn accordance with security requirements and privacy in accordance with the current regulations, Supports integration with other municipal IT systems and national joint systems.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71222100 Urban areas mapping services
Additional classification ( cpv ): 22114300 Maps
Additional classification ( cpv ): 22114310 Cadastral maps
Additional classification ( cpv ): 30220000 Digital cartography equipment
Additional classification ( cpv ): 48100000 Industry specific software package
Additional classification ( cpv ): 48326000 Mapping software package
Additional classification ( cpv ): 48326100 Digital mapping system
Additional classification ( cpv ): 71222200 Rural areas mapping services
Additional classification ( cpv ): 71354000 Map-making services
Additional classification ( cpv ): 71354100 Digital mapping services
Additional classification ( cpv ): 72212326 Mapping software development services
Additional classification ( cpv ): 72212327 Drawing and painting software development services

2.1.2 Place of performance

Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - Negotiated procedure, two stages, qualification phase and negotiation phase.

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 2
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 2

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
Corruption : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a enforceable verdict has been convicted of corruption by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Corruption as defined in Article 3 of the Convention on Combating Corruption, Involving European Communities or European Union Member States (EUT C 195 of 25.6.1997, s. 1), and in Article 2, point 1, in the Council ́s framework decision 2003/568/RIA of 22 July 2003 on combating corruption in the private sector (EUT L 192 of 31.7.2003, p. 54). This rejection reason also includes corruption as defined in national law for the contracting authority or supplier.
Fraud : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted of fraud has been convicted of fraud by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Fraud included in Article 1 of the Convention on protection of the Financial Interests of the European Communities (EFT C 316 of 27.11.1995, p. 48).
Money laundering or terrorist financing : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of money laundering or financing terrorism by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Money laundering or financing terrorism As defined in Article 1 of the European Parliament and Council Directive 2005/60/EF of 26 October 2005 on preventive measures against the use of the financial system for money laundering and financing terrorism (EUT L 309 of 25.11.2005, p. 15).
Participation in a criminal organisation : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted verdict of participation in a criminal organisation by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Participation in a criminal organisation as defined in Article 2 of the Council ́s framework decision 2008/841/RIA of 24 October 2008 on control of organised crime (EUT L 300 of 11.11.2008, p. 42)
Terrorist offences or offences linked to terrorist activities : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body, or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of acts of terrorism or criminal acts connected to terrorist activities by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Acts of terrorism or criminal acts relating to terrorist activity as defined in Article 1 and 3 of the Council ́s framework decision 2002/475/RIA of 13 June 2002 on combating terrorism (EFT L 164, af 22.6.2002, p. 3). This rejection reason also includes incitement to, participation or attempts to commit such actions as included in Article 4 in the mentioned framework decision.
Child labour and including other forms of trafficking in human beings : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of child labour and other forms of human trafficking by a verdict handed down no more than five years ago, or a rejection period determined directly in the judgement that still applies? Child labour and other forms of human trafficking as defined in Article 2 of the European Parliament and council directive 2011/36/EU of 5. 1 April 2011 on the prevention and control of human trafficking and the protection of its victims and for compensation of the Council ́s framework decision 2002/629/RIA (EUT L 101 of 15.4.2011, p. 1).
Breaching of obligations 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?

5. Lot

5.1 Lot technical ID : LOT-0001

Title : 223092 Qualification phase Map software for the Gjøvik region and Hadeland digital
Description : The current GIS systems are fragmented, with different systems across the municipalities. This limits the efficiency, interaction and possibilities for utilising geographical data across administrative borders.
Internal identifier : 2025/7213

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71222100 Urban areas mapping services
Additional classification ( cpv ): 22114300 Maps
Additional classification ( cpv ): 22114310 Cadastral maps
Additional classification ( cpv ): 30220000 Digital cartography equipment
Additional classification ( cpv ): 48100000 Industry specific software package
Additional classification ( cpv ): 48326000 Mapping software package
Additional classification ( cpv ): 48326100 Digital mapping system
Additional classification ( cpv ): 71222200 Rural areas mapping services
Additional classification ( cpv ): 71354000 Map-making services
Additional classification ( cpv ): 71354100 Digital mapping services
Additional classification ( cpv ): 72212326 Mapping software development services
Additional classification ( cpv ): 72212327 Drawing and painting software development services

5.1.2 Place of performance

Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 180 Month

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 : Request to participate requirement
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a relevant professional 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.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
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
Criterion : Financial ratio
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: Minimum qualification requirements
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Technicians or technical bodies for quality control
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
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Relevant educational 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: Minimum qualification requirements
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Environmental management measures
Description : Tenderers can employ the following environmental management measures in connection with the execution of the contract: Minimum qualification requirements
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : References on specified works
Description : References from similar projects
The criteria will be used to select the candidates to be invited for the second stage of the procedure
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

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Address of the procurement documents : https://permalink.mercell.com/258022288.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 : Not allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Deadline for receipt of requests to participate : 20/06/2025 07:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : 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 : VESTRE INNLANDET TINGRETT -
Information about review deadlines : See in Mercell

5.1 Lot technical ID : LOT-0002

Title : Management
Description : Management: This sub-contract covers functionality connected to the municipalities ́ statutory administration of geodata, such as land register, surveying and plan. Here road management is wanted as an option, see the separate tab in the requirement specifications.
Internal identifier : 2025/7220

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71354000 Map-making services
Additional classification ( cpv ): 22114300 Maps
Additional classification ( cpv ): 30220000 Digital cartography equipment
Additional classification ( cpv ): 48100000 Industry specific software package
Additional classification ( cpv ): 48326000 Mapping software package
Additional classification ( cpv ): 48326100 Digital mapping system
Additional classification ( cpv ): 71222100 Urban areas mapping services
Additional classification ( cpv ): 71222200 Rural areas mapping services
Additional classification ( cpv ): 71354100 Digital mapping services
Additional classification ( cpv ): 72212326 Mapping software development services
Additional classification ( cpv ): 72212327 Drawing and painting software development services

5.1.2 Place of performance

Postal address : Kauffeldts plass 1
Town : Gjøvik
Postcode : 2815
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 180 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) : no

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : Tenderers shall be registered in a company register, professional register or a commerce register in the country where the tenderer is established.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Financial ratio
Description : Tenderers must have sufficient economic and financial capacity to fulfil the contract. Creditworthiness with no requirement for collateral will be sufficient to meet the requirement.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Technicians or technical bodies for quality control
Description : The tenderer shall have good and relevant experience with deliveries of Geodata/GIS systems to municipalities or other public actors. Alternatively, experience from private actors with equivalent complexity will be accepted. Tenderers shall document relevant experience by stating a minimum of three (3) and a maximum of five (5) reference projects from the last three (3) years. The references shall include: • Description of the project • Customer/contracting authority • Scope and length • Technologies and systems that were delivered If more than five reference projects are given, only the first five will be assessed. Tenderers shall also enclose an overview of relevant competence and professional qualifications for key personnel who will be responsible for the delivery.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Technicians or technical bodies for quality control
Description : Tenderers shall have implemented quality management systems in order to ensure high quality deliveries. Tenderers shall primarily submit certificates from independent certification bodies that document a satisfactory quality management system. For example, valid ISO 9001 certificates will be accepted. If such third party certification is not available, the tenderer can document their internal quality management system through a quality hand book, procedure descriptions etc.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Environmental management measures
Description : Tenderers shall have procedures and systems that ensure environmentally friendly deliveries and compliance with information security requirements in accordance with relevant standards. Tenderers shall document their environmental management system by presenting certificates from independent bodies, for example: • ISO 14001 certificate • Eco-lighthouse certificate • EMAS certification For information security tenderers are required to present documentation that the offered systems fulfil the requirements of relevant standards such as: • ISO 27001 (Management System for Information Security) • ISO 27701 (Privacy Management) • NS 5832 (Information security in the municipal sector) If there is no third party certification, the tenderer can enclose a quality handbook or procedure descriptions that document internal environment and security routines.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Enrolment in a trade register
Description : Tenderers shall be registered as a legal company in Norway or have a Norwegian branch registered in the Register of Business Enterprises. Tenderers shall be able to document their presence in Norway through their own offices or some other form of established representation. Tenderers shall enclose a company registration certificate from the Register of Business Enterprises. Tenderers who are not registered in the Register of Business Enterprises must submit equivalent confirmation from the company register in the country where the tenderer is established. The documentation shall not be older than six months at the tender deadline.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : References on specified works
Description : The tenderer shall have sufficient manpower and systems in place to make place to ensure long-term cooperation with the municipalities. Norwegian shall be the primary working language in all communication, support and training aimed at the municipalities.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
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

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian

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
Deadline for receipt of requests to participate : 20/06/2025 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

Mediation organisation : VESTRE INNLANDET TINGRETT -
Review organisation : VESTRE INNLANDET TINGRETT -
Organisation providing more information on the review procedures : VESTRE INNLANDET TINGRETT -

8. Organisations

8.1 ORG-0001

Official name : Gjøvikregionen - Anskaffelser
Registration number : 940155223
Postal address : Kauffelds plass 1
Town : GJØVIK
Postcode : 2815
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Contact point : Kristian Sivertsen
Telephone : +47 61189500
Fax : +47 61176333
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : VESTRE INNLANDET TINGRETT
Registration number : 974 726 017
Postal address : Strandgata 26
Town : Gjøvik
Postcode : 2821
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures
Mediation organisation
Notice information
Notice identifier/version : 8752faa1-1931-4f73-97a6-c270e9b85138 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 27/05/2025 08:22 +00:00
Notice dispatch date (eSender) : 27/05/2025 08:36 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00343791-2025
OJ S issue number : 102/2025
Publication date : 28/05/2025