Framework agreement for licences and licence management.

The contracting authorities for this competition are Indigo IKT IKS with the accompanying owner municipalities and their associated operational units and municipal companies (KF) ("Indigo"), Digitale Gardermoen KO with the accompanying owner municipalities and their operational units and municipal companies (KF) ("DGI") and Bodø municipality including Hamarøy, Røst and Rødøy …

CPV: 48000000 Softwarepaket und Informationssysteme, 48600000 Datenbank- und -Betriebssoftwarepaket, 48800000 Informationssysteme und Server, 48900000 Diverse Softwarepakete und Computersysteme, 72000000 IT-Dienste: Beratung, Software-Entwicklung, Internet und Hilfestellung, 72212218 Entwicklung von Lizenzmanagementsoftware, 72266000 Software-Beratung
Ausführungsort:
Framework agreement for licences and licence management.
Vergabestelle:
Bodø kommune
Vergabenummer:
2330-2025

1. Buyer

1.1 Buyer

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

1.1 Buyer

Official name : Indigo IKT IKS
Legal type of the buyer : Public undertaking, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Digitale Gardermoen KO
Legal type of the buyer : Public undertaking, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

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

1.1 Buyer

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

1.1 Buyer

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

1.1 Buyer

Official name : Salten Brann IKS
Legal type of the buyer : Public undertaking, controlled by a regional authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Øvre Romerike Brann og Redning IKS
Legal type of the buyer : Public undertaking, controlled by a regional authority
Activity of the contracting authority : General public services

1.1 Buyer

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

1.1 Buyer

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

1.1 Buyer

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

1.1 Buyer

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

1.1 Buyer

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

1.1 Buyer

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

1.1 Buyer

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

1.1 Buyer

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

1.1 Buyer

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

1.1 Buyer

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

1.1 Buyer

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

1.1 Buyer

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

1.1 Buyer

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

1.1 Buyer

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

1.1 Buyer

Official name : Romerike Revisjon
Legal type of the buyer : Public undertaking, controlled by a local authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Framework agreement for licences and licence management.
Description : The contracting authorities for this competition are Indigo IKT IKS with the accompanying owner municipalities and their associated operational units and municipal companies (KF) ("Indigo"), Digitale Gardermoen KO with the accompanying owner municipalities and their operational units and municipal companies (KF) ("DGI") and Bodø municipality including Hamarøy, Røst and Rødøy municipalities with associated operational units and their municipal companies (KF), as well as Salten Brann IKS. The objective of the procurement is to cover the Contracting Authority's need for the purchase and administration of Microsoft and Citrix licences. This involves the procurement and maintenance of licences and software, and internal consulting/Software Asset Management ("SAM"). Licence procurements shall be made via the Tenderer as a dealer of third-party licences. The contract shall cover the contracting authority ́s need for licences and management as they change during the contract period. This agreement shall cover the entire Contracting Authority's need for Microsoft and Citrix licences and associated administration. The contracting authority can also have a need to procure other licences, including Adobe and Veeam. Indigo IKT is an intermunicipal company that provides ICT services to the following nine municipalities in Innlandet county: Hamar, Stange, Kongsvinger, Sør-Odal, Løten, Nord-Odal, Grue, Åsnes and Våler. Indigo serves around 22,000 daily users in over 300 locations, and also offers services to other public entities such as cinemas, water and sewage companies and fire service. DGI is a municipal task partnership owned by Eidsvoll, Gjerdrum, Hurdal, Nannestad and Nes municipalities, and also provides services for Øvre Romerike fire and rescue and Romerike audit. These last two can also be contracting authorities for the framework agreement. DGI serves approx. 16,500 active IT users in approx. 135 locations and the municipalities have a total of approx. 76,000 inhabitants. Bodø municipality has approx. 50,000 inhabitants in Nordland county areas. The municipality also provides ICT services to Hamarøy, Røst and Rødøy municipalities, as well as Salten Brann IKS. The last 4 can also be contracting authorities for the framework agreement.
Procedure identifier : 06054199-e61d-41c5-89b5-514d0620f870
Internal identifier : 2330-2025
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Main features of the procedure : The contracting authorities for this competition are Indigo IKT IKS with the accompanying owner municipalities and their associated operational units and municipal companies (KF) ("Indigo"), Digitale Gardermoen KO with the accompanying owner municipalities and their operational units and municipal companies (KF) ("DGI") and Bodø municipality including Hamarøy, Røst and Rødøy municipalities with associated operational units and their municipal companies (KF), as well as Salten Brann IKS. The competition is for the procurement and administration of licences from Microsoft, Citrix, Adobe and Veeam. Other licences can also be purchased and managed under the framework agreement.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72266000 Software consultancy services
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48600000 Database and operating software package
Additional classification ( cpv ): 48800000 Information systems and servers
Additional classification ( cpv ): 48900000 Miscellaneous software package and computer systems
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72212218 License management software development services

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.2 Place of performance

Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Additional information : See the tender documentation

2.1.2 Place of performance

Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway
Additional information : See the tender documentation

2.1.2 Place of performance

Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Additional information : See the tender documentation

2.1.3 Value

Estimated value excluding VAT : 1 000 000 000 Norwegian krone

2.1.4 General information

Additional information : The competition has no selection criteria, cf. point 7.3 in the tender documentation. Due to the functionality in the eForms form, selection criteria were added there. The procurement has neither a minimum or maximum number of tenderers who can participate. Regarding the processing of appeals in this form: Hedmarken and Østerdal District Court: Org. number: 935 364 892 Address: Post box 4450, 2326 Country: Norway NUTS code: Innlandet (NO020) Telephone no.: 62 78 27 00 Email: thoopost@domstol.no Hedmarken and Østerdal District Court are the complaints body for the following contracting authorities: - Indigo IKT IKS - Hamar municipality - Stange municipality - Løten municipality - We are coming. Åsnes Municipality Romerike and Glåmdal District Court: Org. no.: 926 723 863 Address: Post box 393, 2001 Lillestrøm Country: Norway NUTS code: Innlandet (NO020) Telephone: tel: 61 99 22 00 Email: romerike.og.glamdal.tingrett@domstol.no Romerike and Glåmdal Courthouse are the complaints body for the following contracting authorities: Eidsvoll. - Gjerdrum municipality Hurdal municipality - Nannestad municipality Nes municipality Nord-Odal municipality Grue municipality - Kongsvinger municipality Sør-Odal municipality - Digitale Gardermoen KO Salten and Lofoten District Court: Org. no.: 826 723 122 Address: Post box 322, 8001 Bodø. Country: Norway NUTS code: Nordland/Nordlánnda Telephone no.: 75 43 49 00 Email: salten.og.lofoten.tingrett@domstol.no Salten and lofoten district court are the complaints body for the following contracting authorities: - Hamarøy municipality - Rødøy municipality - Røst municipality - Salten Fire IKS
Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - The procurement will follow the Act of 17 June 2016 no. 73 and the Regulations of 12 August 2016 no. 974 on public procurements. It will be conducted as a negotiated procedure after prior notice, in line with PPR parts I and III. This procedure allows all interested suppliers to submit a request to participate in the competition.

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 : Framework agreement for licences and licence management.
Description : The contracting authorities for this competition are Indigo IKT IKS with the accompanying owner municipalities and their associated operational units and municipal companies (KF) ("Indigo"), Digitale Gardermoen KO with the accompanying owner municipalities and their operational units and municipal companies (KF) ("DGI") and Bodø municipality including Hamarøy, Røst and Rødøy municipalities with associated operational units and their municipal companies (KF), as well as Salten Brann IKS. The objective of the procurement is to cover the Contracting Authority's need for the purchase and administration of Microsoft and Citrix licences. This involves the procurement and maintenance of licences and software, and internal consulting/Software Asset Management ("SAM"). Licence procurements shall be made via the Tenderer as a dealer of third-party licences. The contract shall cover the contracting authority ́s need for licences and management as they change during the contract period. This agreement shall cover the entire Contracting Authority's need for Microsoft and Citrix licences and associated administration. The contracting authority can also have a need to procure other licences, including Adobe and Veeam. Indigo IKT is an intermunicipal company that provides ICT services to the following nine municipalities in Innlandet county: Hamar, Stange, Kongsvinger, Sør-Odal, Løten, Nord-Odal, Grue, Åsnes and Våler. Indigo serves around 22,000 daily users in over 300 locations, and also offers services to other public entities such as cinemas, water and sewage companies and fire service. DGI is a municipal task partnership owned by Eidsvoll, Gjerdrum, Hurdal, Nannestad and Nes municipalities, and also provides services for Øvre Romerike fire and rescue and Romerike audit. These last two can also be contracting authorities for the framework agreement. DGI serves approx. 16,500 active IT users in approx. 135 locations and the municipalities have a total of approx. 76,000 inhabitants. Bodø municipality has approx. 50,000 inhabitants in Nordland county areas. The municipality also provides ICT services to Hamarøy, Røst and Rødøy municipalities, as well as Salten Brann IKS. The last 4 can also be contracting authorities for the framework agreement.
Internal identifier : 2330-2025

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72266000 Software consultancy services
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48600000 Database and operating software package
Additional classification ( cpv ): 48800000 Information systems and servers
Additional classification ( cpv ): 48900000 Miscellaneous software package and computer systems
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72212218 License management software development services
Options :
Description of the options : The contracting authority has the option to extend the contract (the framework agreement) on unchanged terms for 1+1 year, so that the total possible contract length is 4 years. Any extension of the framework agreement must be taken up at least three months before the contract expires.

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Additional information : See the tender documentation

5.1.2 Place of performance

Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway
Additional information : See the tender documentation

5.1.2 Place of performance

Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Additional information : See the tender documentation

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 1 000 000 000 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
This procurement is also suitable for small and medium-sized enterprises (SMEs) : no
Additional information : The competition has no selection criteria, cf. point 7.3 in the tender documentation. Due to the functionality in the eForms form, selection criteria were added there. The procurement has neither a minimum or maximum number of tenderers who can participate. Regarding the processing of appeals in this form: Hedmarken and Østerdal District Court: Org. number: 935 364 892 Address: Post box 4450, 2326 Country: Norway NUTS code: Innlandet (NO020) Telephone no.: 62 78 27 00 Email: thoopost@domstol.no Hedmarken and Østerdal District Court are the complaints body for the following contracting authorities: - Indigo IKT IKS - Hamar municipality - Stange municipality - Løten municipality - We are coming. Åsnes Municipality Romerike and Glåmdal District Court: Org. no.: 926 723 863 Address: Post box 393, 2001 Lillestrøm Country: Norway NUTS code: Innlandet (NO020) Telephone: tel: 61 99 22 00 Email: romerike.og.glamdal.tingrett@domstol.no Romerike and Glåmdal Courthouse are the complaints body for the following contracting authorities: Eidsvoll. - Gjerdrum municipality Hurdal municipality - Nannestad municipality Nes municipality Nord-Odal municipality Grue municipality - Kongsvinger municipality Sør-Odal municipality - Digitale Gardermoen KO Salten and Lofoten District Court: Org. no.: 826 723 122 Address: Post box 322, 8001 Bodø. Country: Norway NUTS code: Nordland/Nordlánnda Telephone no.: 75 43 49 00 Email: salten.og.lofoten.tingrett@domstol.no Salten and lofoten district court are the complaints body for the following contracting authorities: - Hamarøy municipality - Rødøy municipality - Røst municipality - Salten Fire IKS

5.1.7 Strategic procurement

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : Requirement 7.3.3 - Requirement of the tenderer ́s registration, authorisation etc. The tenderer shall be a legally established company. Documentation requirement: Norwegian tenderers: › Company Registration Certificate Foreign tenderers: › Confirmation that the tenderer is registered in a trade register or company register in accordance with the law 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
Minimum score : 0
Criterion : Financial ratio
Description : 7.3.4 - Requirement for economic and financial position. The tenderer shall have sufficient financial strength to be able to fulfil the contract. Documentation requirement: Tenderers are asked to present a credit rating, not older than six months from the deadline for submitting a request for participation in the competition, from a certified credit rating company. The Contracting Authority reserves the right to carry out a credit assessment itself. The financial strength will be assessed on the credit rating, including the tenderer's turnover, liquidity, solidity and debt ratio.
Criterion : Enrolment in a trade register
Description : Requirement 7.3.5 - Requirement for technical and professional qualifications. The tenderer must have the necessary implementation ability to fulfil the contract. Documentation requirement: A short, concise description of the company shall be given, including: › An account of the company ́s core competence related to the scope of the delivery. › A description of how much of the contract the tenderer is considering to outsource to sub-supplier(s). › A description of how the tenderer is organised for the execution of this contract. › A description of the tools, materials and technical equipment that the tenderer has at its disposal for fulfilment of the contract. Tenderers shall document fulfilment by filling in the attached template for the tenderer's implementation ability; See Annex 5: The tenderer's implementation ability.
Criterion : Enrolment in a trade register
Description : Requirement 7.3.5 - Requirement for technical and professional qualifications. Tenderers shall have good experience from relevant and comparable deliveries. Relevant and comparable deliveries means major contracts with customers that include licences and licence management/consultancy services. Documentation requirement: Description of the tenderer's three most relevant and comparable contracts from the last three years. Tenderers shall document fulfilment by filling in the attached template for reference descriptions; See Annex 6: Reference Descriptions. If a tenderer has signed certificates from previous assignments available, they are to be enclosed.
Criterion : Enrolment in a trade register
Description : Requirement 7.3.5 - Requirement for technical and professional qualifications. Tenderers shall have a documented and implemented satisfactory quality assurance system/management system. Documentation requirement: A brief description of the tenderer's quality assurance/management system. The description must, however, be sufficient for the Contracting Authority to undertake an independent assessment of whether the tenderer's quality assurance/management system can be considered well-functioning for this contract. If a tenderer is certified in accordance with ISO 9001 or equivalent quality assurance certifications, it is sufficient to enclose a copy of a valid certificate.
Criterion : Enrolment in a trade register
Description : Requirement 7.3.5 - Requirement for technical and professional qualifications. Tenderers shall have a documented and implemented environmental management system. Documentation requirement: A brief description of the tenderer's environmental management system that will form the basis for the execution of the contract. The description must, however, be sufficient for the Contracting Authority to undertake an independent assessment of whether the tenderer's environmental management system can be seen as well-functioning for this contract. If a tenderer is certified in accordance with ISO 14001 or equivalent certified certifications, it is sufficient to enclose a copy of a valid certificate.
Criterion : Enrolment in a trade register
Description : Requirement 7.3.5 - Requirement for technical and professional qualifications. Tenderers shall have a documented and implemented information security management system. The management system shall cover all organisation units and processes included in the delivery. A brief description of the tenderer's information security management system is not certified. Tenderers shall document that the management system is equivalent to a recognised standard (ISO 27001) with a brief description of the system as well as how the system is implemented and managed in the entity. If a tenderer is certified in accordance with ISO 27001 or equivalent recognised standard for information security, it is sufficient to enclose a copy of a valid certificate.
Criterion : Enrolment in a trade register
Description : 7.3.5. - Requirement for technical and professional qualifications. Tenderers shall have a documented and implemented information security management system. The management system shall cover all organisation units and processes included in the delivery. Documentation requirement: A brief description of the tenderer's information security management system is not certified. Tenderers shall document that the management system is equivalent to a recognised standard (ISO 27001) with a brief description of the system as well as how the system is implemented and managed in the entity. If a tenderer is certified in accordance with ISO 27001 or equivalent recognised standard for information security, it is sufficient to enclose a copy of a valid certificate.
Criterion : Other economic or financial requirements
Description : 7.3.2. - Requirement for tax certificate Tenderers shall have their tax, payroll tax and VAT payments in order. Tax certificate not older than six months calculated from the deadline for submitting a request for participation in the competition. Tax certificate means: Norwegian tenderers: A tax and VAT certificate issued by the tax office via Altinn. Foreign tenderers: Foreign tenderers must submit equivalent certificates from their own country that show that they have an arrangement for the payment of taxes and duties. If the authorities in the relevant country do not issue such certificates, the tenderer shall submit a statement which states that all taxes and duties have been paid. The declaration shall be approved and signed by the tenderer's Financial Director/ person responsible for Finance.
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
The buyer reserves the right to award the contract on the basis of the initial tenders without any further negotiations

5.1.10 Award criteria

Criterion :
Type : Quality
Name : Quality
Description : Tenderers shall submit the following as documentation of fulfilment of the criteria: Responses to the contracting authority ́s requirement specification and assignment comprehension in the SSA-R Evaluation Requirement (all of the ought-requirements will be evaluated, with the exception of those that are evaluated separately under the criteria Compliance) and the requirements in SSA-B Evaluation Requirement. It is the tenderer ́s responsibility to submit sufficient relevant documentation so that the Contracting Authority can assess how well tender meets the criteria. Tenderers are asked, on a general basis, to respond to requirements precisely, pointed and concise. Weight: 30-40%.
Category of award threshold criterion : Weight (percentage, middle of a range)
Award criterion number : 35
Criterion :
Type : Quality
Name : Complience
Description : Tenderers shall submit the following as documentation of fulfilment of the criteria: Response to the contracting authority ́s requirement specification in SSA-R Evaluation requirements connected to the requirement for 'Privacy and security'. It is the tenderer ́s responsibility to submit sufficient relevant documentation so that the Contracting Authority can assess how well the tender fulfils the criteria. Tenderers are asked, on a general basis, to respond to requirements precisely, pointed and briefly. Weight: 5-15 %.
Category of award threshold criterion : Weight (percentage, middle of a range)
Award criterion number : 10
Criterion :
Type : Price
Name : Price
Description : Tenderers shall submit the following as documentation of fulfilment of the criteria: Completed SSA-R and SSA-B Price form. Weight: 55-65 %.
Category of award threshold criterion : Weight (percentage, middle of a range)
Award criterion number : 60

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Address of the procurement documents : https://permalink.mercell.com/260547895.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
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 15/08/2025 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 : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 1
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Hedmarken og Østerdal Tingrett
Information about review deadlines : Waiting period: 10 days.
Organisation providing additional information about the procurement procedure : Inventura AS

8. Organisations

8.1 ORG-0001

Official name : Inventura AS
Registration number : 983351417
Postal address : Solheimsgaten 15
Town : Bergen
Postcode : 5058
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Contact point : Dag Thomas Nybø-Sørensen (innkjøper)
Telephone : +47 55134480
Internet address : https://www.inventura.no
Roles of this organisation :
Organisation providing additional information about the procurement procedure

8.1 ORG-0002

Official name : Bodø kommune
Registration number : 972418013
Postal address : Kongens gate 23
Town : Bodø
Postcode : 8006
Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway
Telephone : 75 55 50 00
Roles of this organisation :
Buyer

8.1 ORG-0003

Official name : Indigo IKT IKS
Registration number : 930283487
Postal address : Postboks 4063
Town : Hamar
Postcode : 2306
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Telephone : 62 56 17 00
Roles of this organisation :
Buyer
Group leader

8.1 ORG-0004

Official name : Digitale Gardermoen KO
Registration number : 915498582
Postal address : Brages veg 8
Town : Gardermoen
Postcode : 2060
Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Telephone : 64 00 90 00
Roles of this organisation :
Buyer

8.1 ORG-0005

Official name : Hamarøy kommune
Registration number : 970542507
Postal address : Marie Hamsuns vei 3
Town : Oppeid
Postcode : 8294
Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway
Telephone : 75765000
Roles of this organisation :
Buyer

8.1 ORG-0006

Official name : Røst kommune
Registration number : 945037687
Postal address : Røstlandveien 37
Town : Røstlandet
Postcode : 8064
Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway
Telephone : 76050500
Roles of this organisation :
Buyer

8.1 ORG-0007

Official name : Rødøy kommune
Registration number : 945717173
Postal address : Vågaveien 100
Town : Vågaholmen
Postcode : 8185
Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway
Telephone : 75098000
Roles of this organisation :
Buyer

8.1 ORG-0008

Official name : Salten Brann IKS
Registration number : 990565325
Postal address : Olav V gate 200, 8070 Bodø
Town : Bodø
Postcode : 8070
Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway
Telephone : 05110
Roles of this organisation :
Buyer

8.1 ORG-0009

Official name : Øvre Romerike Brann og Redning IKS
Registration number : 987 615 516
Postal address : Industrivegen 28
Town : Jessheim
Postcode : 2069
Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Telephone : 47884300
Roles of this organisation :
Buyer

8.1 ORG-0010

Official name : Hamar kommune
Registration number : 970540008
Postal address : Vangsvegen 51
Town : Hamar
Postcode : 2317
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Telephone : 62563000
Roles of this organisation :
Buyer

8.1 ORG-0011

Official name : Stange kommune
Registration number : 970169717
Postal address : Storgata 45
Town : Stange
Postcode : 2335
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Telephone : 62562000
Roles of this organisation :
Buyer

8.1 ORG-0012

Official name : Kongsvinger kommune
Registration number : 944117784
Postal address : Rådhusplassen 3 2212 Kongsvinger
Town : Kongsvinger
Postcode : 2212
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Telephone : 62874000
Roles of this organisation :
Buyer

8.1 ORG-0013

Official name : Sør-Odal kommune
Registration number : 964947716
Postal address : Øgardsvegen 2
Town : Skarnes
Postcode : 2100
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Telephone : 62 96 80 00
Roles of this organisation :
Buyer

8.1 ORG-0014

Official name : Løten kommune
Registration number : 964 950 679
Postal address : Øgardsvegen 2
Town : Skarnes
Postcode : 2100
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Telephone : 62 96 80 00
Roles of this organisation :
Buyer

8.1 ORG-0015

Official name : Nord-Odal kommune
Registration number : 964950768
Postal address : Herredsvegen 2
Town : Sagstua
Postcode : 2120
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Telephone : 62978100
Roles of this organisation :
Buyer

8.1 ORG-0016

Official name : Grue kommune
Registration number : 964948143
Postal address : Rådhusplassen 2
Town : Kirkenær
Postcode : 2260
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Telephone : 62942000
Roles of this organisation :
Buyer

8.1 ORG-0017

Official name : Åsnes kommune
Registration number : 964948232
Postal address : Rådhusgata 1
Town : Flisa
Postcode : 2270
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Telephone : 62 95 66 00
Roles of this organisation :
Buyer

8.1 ORG-0018

Official name : Våler kommune
Registration number : 871034222
Postal address : Vålgutua 251, 2436 Våler i Solør
Town : Våler i Solør
Postcode : 2436
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Telephone : 62424000
Roles of this organisation :
Buyer

8.1 ORG-0019

Official name : Hedmarken og Østerdal Tingrett
Registration number : 935364892
Postal address : Postboks 4450
Town : Hamar
Postcode : 2326
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Telephone : 62782700
Roles of this organisation :
Review organisation

8.1 ORG-0020

Official name : Eidsvoll kommune
Registration number : 964950113
Postal address : Rådhusgata 1
Town : Eidsvoll
Postcode : 2080
Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Telephone : 66107000
Roles of this organisation :
Buyer

8.1 ORG-0021

Official name : Gjerdrum kommune
Registration number : 864949762
Postal address : Gjerivegen 1
Town : Gjerdrum
Postcode : 2022
Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Telephone : 66 10 60 00
Roles of this organisation :
Buyer

8.1 ORG-0022

Official name : Hurdal kommune
Registration number : 939780777
Postal address : Minneåsvegen 3
Town : HURDAL
Postcode : 2090
Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Telephone : 66106610
Roles of this organisation :
Buyer

8.1 ORG-0023

Official name : Nannestad kommune
Registration number : 964950202
Postal address : Teiealleen 31
Town : Nannestad
Postcode : 2030
Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Telephone : 66 10 50 00
Roles of this organisation :
Buyer

8.1 ORG-0024

Official name : Nes kommune
Registration number : 938679088
Postal address : Rådhusgata 2, Årnes
Town : Årnes
Postcode : 2150
Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Telephone : 66104000
Roles of this organisation :
Buyer

8.1 ORG-0025

Official name : Romerike Revisjon
Registration number : 913 150 619
Postal address : Ringvegen 4,
Town : Jessheim
Postcode : 2050
Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Telephone : 66 10 69 00
Roles of this organisation :
Buyer

Notice information

Notice identifier/version : b22513b7-377a-42d6-bde4-72b831e01e2c - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 30/06/2025 16:57 +00:00
Notice dispatch date (eSender) : 01/07/2025 06:38 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00428718-2025
OJ S issue number : 124/2025
Publication date : 02/07/2025