Digital learning products for the health authorities in Norway

This framework agreement shall ensure that health companies have access to suppliers with development competence within digital learning products. The contract shall cover top competence within digital learning design, technical production and educational adaptation, where the health authorities themselves do not have sufficient competence and/or capacity. The professional content of …

CPV: 80420000 E-Learning, 72000000 IT-Dienste: Beratung, Software-Entwicklung, Internet und Hilfestellung, 72212911 Entwicklung von Computerspiel-Software, 80000000 Allgemeine und berufliche Bildung, 80590000 Tutorendienste, 92100000 Dienstleistungen im Bereich Film und Videofilm
Frist:
12. November 2025 11:00
Art der Frist:
Angebotsabgabe
Ausführungsort:
Digital learning products for the health authorities in Norway
Vergabestelle:
SYKEHUSINNKJØP HF
Vergabenummer:
2022/8531

1. Buyer

1.1 Buyer

Official name : SYKEHUSINNKJØP HF
Legal type of the buyer : Public undertaking
Activity of the contracting authority : Health

2. Procedure

2.1 Procedure

Title : Digital learning products for the health authorities in Norway
Description : This framework agreement shall ensure that health companies have access to suppliers with development competence within digital learning products. The contract shall cover top competence within digital learning design, technical production and educational adaptation, where the health authorities themselves do not have sufficient competence and/or capacity. The professional content of the learning products will always be provided by the contracting authority. The suppliers ́ role is to transform this content into efficient, engaging and educational based digital solutions - in close cooperation with professional environments, internal development environments or IT/e-health departments. Further description of what is included in the framework agreement can be seen in the annex - Description of the sub-contracts - Digital Learning Products. The procurement is divided into the following sub-contracts: A: E-learningB: VideoC: Animation and 3DD: XR (VR and AR)E: Games and gamification
Procedure identifier : 0a289d32-e902-4c37-a19f-425cd209833c
Internal identifier : 2022/8531
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 80420000 E-learning services
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72212911 Computer game software development services
Additional classification ( cpv ): 80000000 Education and training services
Additional classification ( cpv ): 80590000 Tutorial services
Additional classification ( cpv ): 92100000 Motion picture and video services

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 38 600 000 Norwegian krone

2.1.4 General information

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

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 5
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 5

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-0001

Title : Sub-contract A - E-Learning
Description : A. E-learning Design and development of complete or partial digital courses, based on subject content provided by the contracting authority. Examples of deliveries: • Structuring and educational adaptation of learning courses in consultation with the professional environment• Production of SCORM or xAPI-compatible modules for use in LMS• Integration of various content elements (e.g. text, quiz, podcast, picture)• Use of micro-learning and responsive design adapted to mobile and desktop• Design of user interface with a focus on accessibility and user friendliness• Testing and quality assurance of the technical and educational functionality List is not exhaustive.
Internal identifier : 2025/56663-0

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 80420000 E-learning services
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72212911 Computer game software development services
Additional classification ( cpv ): 80000000 Education and training services
Additional classification ( cpv ): 80590000 Tutorial services
Additional classification ( cpv ): 92100000 Motion picture and video services

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 08/03/2026
Duration end date : 08/03/2030

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. Minimum qualification requirements See point 5.2 in the competition provisions. Qualification requirement: Tenderers shall be registered in a company register or a trade register in the the state where the tenderer is established. Documentation requirement: Norwegian companies: Company Registration Certificate Foreign companies: Certificate for statutory registration in the country where the company is established.
Criterion : General yearly 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: Minimum qualification requirements See point 5.3 in the competition provisions. Qualification requirement: Tenderers shall have sufficient economic and financial solidity to be able to fulfil the contractual obligations including having positive equity and are credit worthy. Documentation requirement: The contracting authority will assess the tenderer's fulfilment of the qualification requirement in the following manner: • Last year's approved annual accounts with notes including auditor's statement. • credit check from known market actors (more recent than 6 months from the tender deadline). If the Tenderer has a justifiable reason not to submit the documentation The contracting authority has demanded that the tenderer prove its economic and financial capacity in any other document, including, for example, by a parent company guarantee, bank guarantee, etc. When using of a parent company guarantee, Organisation number of the parent company is to be given. The contracting authority reserves the right to: take out rating report in order to verify that the Tenderer have sufficient economic and financial capacity. Documentation is to be submitted with the tender.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 05/11/2025 11:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/265879199.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 : Allowed
Variants : Not allowed
Deadline for receipt of tenders : 12/11/2025 11:00 +00:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 12/11/2025 11:00 +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 :
Framework agreement, without reopening of competition
Maximum number of participants : 1000
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 : The appeals deadline for award is 10 days.

5.1 Lot technical ID : LOT-0002

Title : Sub-contract B - Video
Description : B. Video Production of instruction, explanation and mood videos for learning purposes. Examples of deliveries: • Planning, script preparation and management based on subject content• Recording lectures, procedures, simulations or interviews• Video editing and post-work for different formats and channels• Including sub-texts, sign language interpretation and visual aids• Combination of video and graphics to illustrate processes or key points• Production of short videos for use in learning or campaignsThe list is not exhaustive.
Internal identifier : 2025/56665-1

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 80420000 E-learning services
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72212911 Computer game software development services
Additional classification ( cpv ): 80000000 Education and training services
Additional classification ( cpv ): 80590000 Tutorial services
Additional classification ( cpv ): 92100000 Motion picture and video services

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 08/03/2026
Duration end date : 08/03/2030

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. Minimum qualification requirements See point 5.2 in the competition provisions. Qualification requirement: Tenderers shall be registered in a company register or a trade register in the the state where the tenderer is established. Documentation requirement: Norwegian companies: Company Registration Certificate Foreign companies: Certificate for statutory registration in the country where the company is established.
Criterion : General yearly 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: Minimum qualification requirements See point 5.3 in the competition provisions. Qualification requirement: Tenderers shall have sufficient economic and financial solidity to be able to fulfil the contractual obligations including having positive equity and are credit worthy. Documentation requirement: The contracting authority will assess the tenderer's fulfilment of the qualification requirement in the following manner: • Last year's approved annual accounts with notes including auditor's statement. • credit check from known market actors (more recent than 6 months from the tender deadline). If the Tenderer has a justifiable reason not to submit the documentation The contracting authority has demanded that the tenderer prove its economic and financial capacity in any other document, including, for example, by a parent company guarantee, bank guarantee, etc. When using of a parent company guarantee, Organisation number of the parent company is to be given. The contracting authority reserves the right to: take out rating report in order to verify that the Tenderer have sufficient economic and financial capacity. Documentation is to be submitted with the tender.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 05/11/2025 11:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/265879199.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 : Allowed
Variants : Not allowed
Deadline for receipt of tenders : 12/11/2025 11:00 +00:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 12/11/2025 11:00 +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 :
Framework agreement, without reopening of competition
Maximum number of participants : 1000
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 : The appeals deadline for the award is ten days.

5.1 Lot technical ID : LOT-0003

Title : Sub-contract C - Animation and 3D
Description : C. Animation and 3D Visualisation of complex concepts, processes or structures to strengthen learning. Examples of deliveries: • 2D animations to explain professional or organisational conditions• 3D modelling of anatomy, medical equipment or rooms (e.g. theatre)• Combination of animation and voiceover for uniform communication• Illustrations and infographics for use in larger e-learning modules• Delivery of graphic elements that make courses more accessible and engaging• Adaptations for universal design and multilingual solutions The list is not exhaustive
Internal identifier : 2025/56667-2

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 80420000 E-learning services
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72212911 Computer game software development services
Additional classification ( cpv ): 80000000 Education and training services
Additional classification ( cpv ): 80590000 Tutorial services
Additional classification ( cpv ): 92100000 Motion picture and video services

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 08/03/2026
Duration end date : 08/03/2030

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. Minimum qualification requirements See point 5.2 in the competition provisions. Qualification requirement: Tenderers shall be registered in a company register or a trade register in the the state where the tenderer is established. Documentation requirement: Norwegian companies: Company Registration Certificate Foreign companies: Certificate for statutory registration in the country where the company is established.
Criterion : General yearly 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: Minimum qualification requirements See point 5.3 in the competition provisions. Qualification requirement: Tenderers shall have sufficient economic and financial solidity to be able to fulfil the contractual obligations including having positive equity and are credit worthy. Documentation requirement: The contracting authority will assess the tenderer's fulfilment of the qualification requirement in the following manner: • Last year's approved annual accounts with notes including auditor's statement. • credit check from known market actors (more recent than 6 months from the tender deadline). If the Tenderer has a justifiable reason not to submit the documentation The contracting authority has demanded that the tenderer prove its economic and financial capacity in any other document, including, for example, by a parent company guarantee, bank guarantee, etc. When using of a parent company guarantee, Organisation number of the parent company is to be given. The contracting authority reserves the right to: take out rating report in order to verify that the Tenderer have sufficient economic and financial capacity. Documentation is to be submitted with the tender.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 05/11/2025 11:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/265879199.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 : Allowed
Variants : Not allowed
Deadline for receipt of tenders : 12/11/2025 11:00 +00:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 12/11/2025 11:00 +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 :
Framework agreement, without reopening of competition
Maximum number of participants : 1000
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 : The appeals deadline for the award is ten days.

5.1 Lot technical ID : LOT-0004

Title : Sub-contract D - XR (VR and AR)
Description : D. XR (VR and AR) Development of learning experiences using augmented and virtual reality. Examples of deliveries: • VR simulations for procedures or scenario training (e.g. patient meetings)• AR visualisations of equipment or anatomy via mobile/tablet• Interactive 360° environments where the user explores and makes choices• XR experiences that support behavioural changes (e.g. hand hygiene)• Design and script preparation• User experience and learning dividends tested in the target audienceList are not exhaustive
Internal identifier : 2025/56669-3

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 80420000 E-learning services
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72212911 Computer game software development services
Additional classification ( cpv ): 80000000 Education and training services
Additional classification ( cpv ): 80590000 Tutorial services
Additional classification ( cpv ): 92100000 Motion picture and video services

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 08/03/2026
Duration end date : 08/03/2030

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. Minimum qualification requirements See point 5.2 in the competition provisions. Qualification requirement: Tenderers shall be registered in a company register or a trade register in the the state where the tenderer is established. Documentation requirement: Norwegian companies: Company Registration Certificate Foreign companies: Certificate for statutory registration in the country where the company is established.
Criterion : General yearly 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: Minimum qualification requirements See point 5.3 in the competition provisions. Qualification requirement: Tenderers shall have sufficient economic and financial solidity to be able to fulfil the contractual obligations including having positive equity and are credit worthy. Documentation requirement: The contracting authority will assess the tenderer's fulfilment of the qualification requirement in the following manner: • Last year's approved annual accounts with notes including auditor's statement. • credit check from known market actors (more recent than 6 months from the tender deadline). If the Tenderer has a justifiable reason not to submit the documentation The contracting authority has demanded that the tenderer prove its economic and financial capacity in any other document, including, for example, by a parent company guarantee, bank guarantee, etc. When using of a parent company guarantee, Organisation number of the parent company is to be given. The contracting authority reserves the right to: take out rating report in order to verify that the Tenderer have sufficient economic and financial capacity. Documentation is to be submitted with the tender.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 05/11/2025 11:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/265879199.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 : Allowed
Variants : Not allowed
Deadline for receipt of tenders : 12/11/2025 11:00 +00:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 12/11/2025 11:00 +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 :
Framework agreement, without reopening of competition
Maximum number of participants : 1000
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 : The appeals deadline for the award is ten days.

5.1 Lot technical ID : LOT-0005

Title : Sub-contract E - Games and gamification
Description : E. Games and gamificationUse of game mechanisms and design to create engaging and effective learning experiences. Examples of deliveries: • Scenario or assignment-based learning games where choices have consequences• Game modules with points, levels, badges and feedback• Games that visualise ethical problems or management challenges• Integration of gamification elements in existing courses (e.g. quiz duels)• Games that train the user in reflection, decision-making or knowledge application• Evaluation and documentation of use and the learning effect list are not exhaustive.
Internal identifier : 2025/56671-4

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 80420000 E-learning services
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72212911 Computer game software development services
Additional classification ( cpv ): 80000000 Education and training services
Additional classification ( cpv ): 80590000 Tutorial services
Additional classification ( cpv ): 92100000 Motion picture and video services

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 08/03/2026
Duration end date : 08/03/2030

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. Minimum qualification requirements See point 5.2 in the competition provisions. Qualification requirement: Tenderers shall be registered in a company register or a trade register in the the state where the tenderer is established. Documentation requirement: Norwegian companies: Company Registration Certificate Foreign companies: Certificate for statutory registration in the country where the company is established.
Criterion : General yearly 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: Minimum qualification requirements See point 5.3 in the competition provisions. Qualification requirement: Tenderers shall have sufficient economic and financial solidity to be able to fulfil the contractual obligations including having positive equity and are credit worthy. Documentation requirement: The contracting authority will assess the tenderer's fulfilment of the qualification requirement in the following manner: • Last year's approved annual accounts with notes including auditor's statement. • credit check from known market actors (more recent than 6 months from the tender deadline). If the Tenderer has a justifiable reason not to submit the documentation The contracting authority has demanded that the tenderer prove its economic and financial capacity in any other document, including, for example, by a parent company guarantee, bank guarantee, etc. When using of a parent company guarantee, Organisation number of the parent company is to be given. The contracting authority reserves the right to: take out rating report in order to verify that the Tenderer have sufficient economic and financial capacity. Documentation is to be submitted with the tender.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 05/11/2025 11:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/265879199.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 : Allowed
Variants : Not allowed
Deadline for receipt of tenders : 12/11/2025 11:00 +00:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 12/11/2025 11:00 +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 :
Framework agreement, without reopening of competition
Maximum number of participants : 1000
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 : The appeals deadline for the award is ten days.

8. Organisations

8.1 ORG-0001

Official name : SYKEHUSINNKJØP HF
Registration number : 916879067
Postal address : Postboks 40
Town : VADSØ
Postcode : 9811
Country subdivision (NUTS) : Finnmark/Finnmárku/Finmarkku ( NO073 )
Country : Norway
Contact point : Postmottak Sykehusinnkjøp
Telephone : +47 78950700
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Indre og Østre Finnmark tingrett
Registration number : 926 722 840
Postal address : Postboks 54
Town : Vadsø
Postcode : 9811
Country subdivision (NUTS) : Finnmark/Finnmárku/Finmarkku ( NO073 )
Country : Norway
Telephone : +47 78 01 17 00
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : 4e228f3b-ef22-4c65-bf28-c5e2e6b1c2c2 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 10/10/2025 12:44 +00:00
Notice dispatch date (eSender) : 10/10/2025 12:57 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00673634-2025
OJ S issue number : 197/2025
Publication date : 14/10/2025