Framework agreement for a cloud platform with consultancy services.

The objective of the framework agreement is to give the Customer access to public cloud services in the form of PaaS and IaaS (Standardised cloud services) from one Cloud platform with support. The contracting authority shall also have access to consultancy services, consultancy services and other value-added services from the …

CPV: 48000000 Softwarepaket und Informationssysteme, 48200000 Softwarepaket für Vernetzung, Internet und Intranet, 48210000 Vernetzungssoftwarepaket, 48600000 Datenbank- und -Betriebssoftwarepaket, 48700000 Dienstprogramme für Softwarepakete, 48710000 Softwarepakete für die Datensicherung und -wiederherstellung, 48730000 Sicherheitssoftwarepaket, 48780000 Softwarepaket für die System-, Speicher- und Inhaltsverwaltung, 48800000 Informationssysteme und Server, 48820000 Server, 48821000 Netzwerkserver, 71311300 Beratung im Bereich Infrastrukturen, 72000000 IT-Dienste: Beratung, Software-Entwicklung, Internet und Hilfestellung, 72200000 Softwareprogrammierung und -beratung, 72220000 Systemberatung und technische Beratung, 72222000 Strategische Prüfung und Planung im Bereich Informationssysteme oder -technologie, 72222300 Informationstechnologiedienste, 72224000 Beratung im Bereich Projektleitung, 72227000 Beratung im Bereich Software-Integration, 72228000 Beratung im Bereich Hardware-Integration, 72246000 Systemberatung, 72250000 Systemdienstleistungen und Unterstützungsdienste, 72260000 Dienstleistungen in Verbindung mit Software, 72266000 Software-Beratung, 72300000 Datendienste, 72310000 Datenverarbeitung, 72400000 Internetdienste, 72500000 Datenverarbeitungsdienste, 72510000 Mit der Datenverarbeitung verbundene Verwaltungsdienste, 72600000 Computerunterstützung und -beratung
Ausführungsort:
Framework agreement for a cloud platform with consultancy services.
Vergabestelle:
Tolletaten
Vergabenummer:
25/12559

1. Buyer

1.1 Buyer

Official name : Tolletaten
Legal type of the buyer : Body governed by public law, controlled by a central government authority
Activity of the contracting authority : Public order and safety

2. Procedure

2.1 Procedure

Title : Framework agreement for a cloud platform with consultancy services.
Description : The objective of the framework agreement is to give the Customer access to public cloud services in the form of PaaS and IaaS (Standardised cloud services) from one Cloud platform with support. The contracting authority shall also have access to consultancy services, consultancy services and other value-added services from the tenderer. The tenderer shall be the Customer's competence partner within the extent of the Framework agreement and shall have sufficient experience, competence and delivery ability in the contract period to assist the Customer in using and utilising the Standardised cloud services in The Cloud Platform. The contracting authority ́s strategic modernisation project "Future Customs Management" plans to start development on the new Sky platform in 2026. By utilising Public Cloud PaaS services, the project can benefit from a modern and scaleable platform that supports rapid development and implementation of innovative systems. This will be decisive for ensuring the project's success and contributing to the Contracting Authority ́s long-term goal. The framework agreement shall also give the Customer access to the tenderer ́s competence within cloud services, cloud platforms, the offered Cloud Platform and the Contracting Authority's Infrastructure Services. The competence can be provided in the form of planned and non planned hourly consultancy services or assignments at the agreed price with result responsibility. The framework agreement also includes value-added services from the tenderer. This can be free-standing services or consultancy services, related to the Cloud Platform or the Contracting Authority's Infrastructure services.
Procedure identifier : 0f8a7681-293f-4e35-a95c-1adeb469d555
Internal identifier : 25/12559
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 :

2.1.1 Purpose

Main nature of the contract : Services
Additional nature of the contract : Supplies
Main classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48200000 Networking, Internet and intranet software package
Additional classification ( cpv ): 48210000 Networking software package
Additional classification ( cpv ): 48600000 Database and operating software package
Additional classification ( cpv ): 48700000 Software package utilities
Additional classification ( cpv ): 48710000 Backup or recovery software package
Additional classification ( cpv ): 48730000 Security software package
Additional classification ( cpv ): 48780000 System, storage and content management software package
Additional classification ( cpv ): 48800000 Information systems and servers
Additional classification ( cpv ): 48820000 Servers
Additional classification ( cpv ): 48821000 Network servers
Additional classification ( cpv ): 71311300 Infrastructure works consultancy services
Additional classification ( cpv ): 72200000 Software programming and consultancy services
Additional classification ( cpv ): 72220000 Systems and technical consultancy services
Additional classification ( cpv ): 72222000 Information systems or technology strategic review and planning 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 ): 72228000 Hardware integration consultancy services
Additional classification ( cpv ): 72246000 Systems consultancy services
Additional classification ( cpv ): 72250000 System and support services
Additional classification ( cpv ): 72260000 Software-related services
Additional classification ( cpv ): 72266000 Software consultancy services
Additional classification ( cpv ): 72300000 Data services
Additional classification ( cpv ): 72310000 Data-processing services
Additional classification ( cpv ): 72400000 Internet services
Additional classification ( cpv ): 72500000 Computer-related services
Additional classification ( cpv ): 72510000 Computer-related management services
Additional classification ( cpv ): 72600000 Computer support and consultancy services

2.1.2 Place of performance

Postal address : Tollbugata 1a
Town : Oslo
Postcode : 0152
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 720 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

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

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Framework agreement for a cloud platform with consultancy services.
Description : The objective of the framework agreement is to give the Customer access to public cloud services in the form of PaaS and IaaS (Standardised cloud services) from one Cloud platform with support. The contracting authority shall also have access to consultancy services, consultancy services and other value-added services from the tenderer. The tenderer shall be the Customer's competence partner within the extent of the Framework agreement and shall have sufficient experience, competence and delivery ability in the contract period to assist the Customer in using and utilising the Standardised cloud services in The Cloud Platform. The contracting authority ́s strategic modernisation project "Future Customs Management" plans to start development on the new Sky platform in 2026. By utilising Public Cloud PaaS services, the project can benefit from a modern and scaleable platform that supports rapid development and implementation of innovative systems. This will be decisive for ensuring the project's success and contributing to the Contracting Authority ́s long-term goal. The framework agreement shall also give the Customer access to the tenderer ́s competence within cloud services, cloud platforms, the offered Cloud Platform and the Contracting Authority's Infrastructure Services. The competence can be provided in the form of planned and non planned hourly consultancy services or assignments at the agreed price with result responsibility. The framework agreement also includes value-added services from the tenderer. This can be free-standing services or consultancy services, related to the Cloud Platform or the Contracting Authority's Infrastructure services.
Internal identifier : 25/12559

5.1.1 Purpose

Main nature of the contract : Services
Additional nature of the contract : Supplies
Main classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48200000 Networking, Internet and intranet software package
Additional classification ( cpv ): 48210000 Networking software package
Additional classification ( cpv ): 48600000 Database and operating software package
Additional classification ( cpv ): 48700000 Software package utilities
Additional classification ( cpv ): 48710000 Backup or recovery software package
Additional classification ( cpv ): 48730000 Security software package
Additional classification ( cpv ): 48780000 System, storage and content management software package
Additional classification ( cpv ): 48800000 Information systems and servers
Additional classification ( cpv ): 48820000 Servers
Additional classification ( cpv ): 48821000 Network servers
Additional classification ( cpv ): 71311300 Infrastructure works consultancy services
Additional classification ( cpv ): 72200000 Software programming and consultancy services
Additional classification ( cpv ): 72220000 Systems and technical consultancy services
Additional classification ( cpv ): 72222000 Information systems or technology strategic review and planning 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 ): 72228000 Hardware integration consultancy services
Additional classification ( cpv ): 72246000 Systems consultancy services
Additional classification ( cpv ): 72250000 System and support services
Additional classification ( cpv ): 72260000 Software-related services
Additional classification ( cpv ): 72266000 Software consultancy services
Additional classification ( cpv ): 72300000 Data services
Additional classification ( cpv ): 72310000 Data-processing services
Additional classification ( cpv ): 72400000 Internet services
Additional classification ( cpv ): 72500000 Computer-related services
Additional classification ( cpv ): 72510000 Computer-related management services
Additional classification ( cpv ): 72600000 Computer support and consultancy services

5.1.2 Place of performance

Postal address : Tollbugata 1a
Town : Oslo
Postcode : 0152
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 2 Year

5.1.4 Renewal

Maximum renewals : 5
Other information about renewals : Furthermore, the Contracting Authority has the option to extend the Framework Agreement for five (1+1+1+1+1)years, as follows. that the total possible contract length is seven (7) years.

5.1.5 Value

Estimated value excluding VAT : 720 000 000 Norwegian krone

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 : Technicians or technical bodies to carry out the work
Description : Tenderers shall have relevant experience from similar deliveries. During the last three years the tenderer must have delivered similar deliveries to three other customers in the EU/EEA. At least one of the customers shall be a customer in the Norwegian public sector.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Maximum number of tenders passing : 5
Criterion : Other economic or financial requirements
Description : The tenderer shall have sufficient economic and financial capacity to be able to carry out Contract.
Criterion : Other economic or financial requirements
Description : 1. Tenderers shall have their tax and VAT payments in order. 2. The tenderer must be a legally established company.
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 : 5
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 : 01/09/2025 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 :
Framework agreement, without reopening of competition
Maximum number of participants : 5
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Oslo Tingrett -
Information about review deadlines : The waiting period expires 10 days after notification of award of contract

8. Organisations

8.1 ORG-0001

Official name : Tolletaten
Registration number : 880455702
Postal address : Tollbugata 1A
Town : OSLO
Postcode : 0152
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Morten Aune Johannessen
Telephone : +47 46848484
Internet address : https://www.toll.no/
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Oslo Tingrett
Registration number : 926 725 939
Postal address : C. J. Hambros plass 4
Town : Oslo
Postcode : 0164
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : +47 22035200
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : 2ae6cd8b-c71e-4ad9-bc2a-5ccbd482b425 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 17/06/2025 12:32 +00:00
Notice dispatch date (eSender) : 18/06/2025 06:00 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00396588-2025
OJ S issue number : 116/2025
Publication date : 19/06/2025