Procurement of a new BIM-platform

Statnett shall procure a new BIM platform for use in development projects and for administering information on Statnett ́s installations. The objective of the procurement is to establish a capable and scalable BIM platform that can cover Statnett ́s technology needs for using a model as an information carrier in …

CPV: 72268000 Bereitstellung von Software, 72300000 Datendienste, 72320000 Datenbankdienste
Ausführungsort:
Procurement of a new BIM-platform
Vergabestelle:
Statnett SF
Vergabenummer:
BPM-001299

1. Buyer

1.1 Buyer

Official name : Statnett SF
Activity of the contracting entity : Electricity-related activities

2. Procedure

2.1 Procedure

Title : Procurement of a new BIM-platform
Description : Statnett shall procure a new BIM platform for use in development projects and for administering information on Statnett ́s installations. The objective of the procurement is to establish a capable and scalable BIM platform that can cover Statnett ́s technology needs for using a model as an information carrier in network project and system operation. The technology shall support the processes for model-based project implementation and model-based operation and maintenance of additional information. Statnett has identified the need to build a future BIM platform as a set of systems or modules that are integrated so that information can be distributed between the systems in a standardised manner and predictable way. This procurement is for the core modules in a new BIM platform for Statnett. The core modules are defined as the components of a BIM platform that must be first established in order to achieve basic functionality. Later modules will extend the BIM platform's combined functionality, but will use the core module's information or functionality.
Procedure identifier : 9de1524e-3800-4336-8cf8-3a9b8a3a27ef
Internal identifier : BPM-001299
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 : See the tender documentation, Chapter 2.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72268000 Software supply services
Additional classification ( cpv ): 72300000 Data services
Additional classification ( cpv ): 72320000 Database services

2.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : The project is being managed from Oslo and it is anticipated that the tenderer will be able to meet the project participants there. The address is Nydalen Alle 33.

2.1.3 Value

Estimated value excluding VAT : 10 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/25/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 of obligations set under purely national exclusion grounds : Approved procedures for staffing conditions Does 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, approved procedures for some of the punishable conditions mentioned above, j.f. the Procurement Regulations § 24-2, (2) paragraph, a-f? Serious errors that cause doubt about his professional integrity Has the tenderer otherwise committed serious errors that cause doubt about his professional integrity, cf.f. the procurement regulations § 24-2, (3) letter in?
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 : Procurement of a new BIM-platform
Description : Statnett shall procure a new BIM platform for use in development projects and for administering information on Statnett ́s installations. The objective of the procurement is to establish a capable and scalable BIM platform that can cover Statnett ́s technology needs for using a model as an information carrier in network project and system operation. The technology shall support the processes for model-based project implementation and model-based operation and maintenance of additional information. Statnett has identified the need to build a future BIM platform as a set of systems or modules that are integrated so that information can be distributed between the systems in a standardised manner and predictable way. This procurement is for the core modules in a new BIM platform for Statnett. The core modules are defined as the components of a BIM platform that must be first established in order to achieve basic functionality. Later modules will extend the BIM platform's combined functionality, but will use the core module's information or functionality.
Internal identifier : BPM-001299

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72268000 Software supply services
Additional classification ( cpv ): 72300000 Data services
Additional classification ( cpv ): 72320000 Database services
Options :
Description of the options : iN

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : The project is being managed from Oslo and it is anticipated that the tenderer will be able to meet the project participants there. The address is Nydalen Alle 33.

5.1.3 Estimated duration

Other duration : Unlimited

5.1.4 Renewal

Maximum renewals : 0

5.1.5 Value

Estimated value excluding VAT : 10 000 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.
The names and professional qualifications of the staff assigned to perform the contract must be given : Not yet known
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : References on specified deliveries
Description : Tenderers shall have sufficient relevant experience from equivalent deliveries. The deliveries from (submitted deliveries) scale must be carried out in a satisfactory manner. Detailed description of the tenderer ́s 5 most important relevant deliveries in the last 3 years calculated from the application deadline. The following must be stated for each of the deliveries: a) Brief description of the content and scope of the delivery. b) Date of the delivery c) The delivery ́s value d) Name of the contracting authority e) Contact person at the contracting authority with contact data (telephone number and email address). In addition to the tenderer ́s provided deliveries, Statnett will also look into any own experiences with the supplier, including completed score Cards from previous relevant assignments. If the tenderer will use the capacity of other companies to fulfil the requirement for relevant experience, the tenderer shall document that the tenderer can use the necessary resources by presenting a commitment statement from these entities.
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 : Average yearly manpower
Description : The tenderer must have organisational capacity to fulfil the contract, i.e. sufficient staffing and necessary competence. a) Overview of the company's total manpower, specified per location. b) Overview of available competence/disciplines that the tenderer has and the number of resources with competence in each discipline. This shall include any sub-suppliers, cf. point 5.3.
Criterion : Other economic or financial requirements
Description : The tenderer shall have sufficient financial strength to be able to fulfil the contract. The requirement for the credit rating is score A according to Bisnode, or equivalent. The tenderer's Annual Financial Statements including notes with the Board's and the auditor's reports from the last two years. In addition, the tenderer is asked to present a credit rating, not older than three months from the deadline for submitting a request for participation in the competition, from a certified credit rating company with permission from the Financial Supervisory Authority to carry out such credit ratings. The Contracting Authority reserves the right to carry out a credit assessment itself. The financial strength will be assessed on the tenderer's turnover, liquidity, solidity and debt ratio.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Tenderers shall have a documented and implemented environmental management system. The environmental management system shall cover all organisation units and processes included in the deliveries to the Contracting Authority. The environmental management system shall fulfil the requirements in ISO 14001 or equivalent. Copy of AN ISO 14001 certificate or equivalent recognised standard for environmental management, issued by an accredited certification body. If the tenderer ́s environmental management system is not certified, the tenderer shall document that the system is equivalent to a certified standard with: › Report/evaluation of the tenderer's environmental management system, prepared by an independent third party (e.g. an audit company), with competence to assess that the system is equivalent to the requested standard. Or › A description of the environmental management system and how the system was implemented and managed in the entity. The description must be so detailed that the Contracting Authority can undertake an independent assessment of the tenderer's environmental management system.
Criterion : Security of information
Description : Tenderers shall have a documented and implemented management system for information security. The management system shall cover all organisation units and processes included in the deliveries to the Contracting Authority. The management system shall fulfil the requirements in ISO 27001 or equivalent. A copy of an ISO 27001 certificate or equivalent recognised standard for information security, issued by an accredited certification body. If the tenderer's information security management system is not certified, the tenderer shall document that the management system is equivalent to a certified standard with: › Report/evaluation of the tenderer's management system for information security, prepared by an independent third party (e.g. an audit company), with competence to assess that the management system is an equivalently requested standard. Or › A description of the information security management system as well as how the system is implemented and managed in the entity. The description must be so detailed that the Contracting Authority can undertake an independent assessment of the tenderer's management system.
Criterion : Enrolment in a trade register
Description : The tenderer shall be a legally established company. 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.
Criterion : Other economic or financial requirements
Description : 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: › 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 their tax and duty payments in order. 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 : 5
The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.11 Procurement documents

Deadline for requesting additional information : 29/05/2025 22:00 +00:00

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 13/06/2025
Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian, English
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 06/06/2025 10:00 +00:00
Information that can be supplemented after the submission deadline :
At the discretion of the buyer, some missing tenderer-related documents may be submitted later.
Additional information : Clarifications and supplements are allowed.
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : See the tender documentation, the SSA-L delivery contract BIM-platform and Annex 3.
A non-disclosure agreement is required : yes
Additional information about the non-disclosure agreement : 3. Requirements for suppliers participating in a consortium If suppliers participate in a consortium (collaborative constellations such as a consortium, Joint Venture, etc.), this must be clearly stated in the request to participate in the competition (request for qualification). The suppliers that are part of the consortium must be stated in the request form (Appendix 1: Request form), and the form must be signed by an authorised representative of the consortium (one common request form for the consortium). The consortium must only provide one gender neutral preferred. All suppliers in the consortium must submit their own self-declaration form (ESPD), as well as documentation of fulfilment of relevant qualification requirements (see section 5.3 Support from other companies). The suppliers in the consortium must also, as preliminary documentation of the collaboration, submit a declaration of commitment to each other (Appendix 3: Declaration of commitment). In connection with the submission of any offer in the competition (bid phase), the suppliers must submit a signed cooperation agreement for the consortium as part of the offer. Please note that changing the constellation after qualification has been completed may result in the right or obligation to reject. The contracting authority will assess each individual participant in the consortium against the provisions on rejection. When assessing rejection based on fulfilment of qualification requirements, the consortium will be assessed as a whole. The contracting authority asks all suppliers to be aware of competition law restrictions on tender cooperation, and encourage all suppliers in the consortium to conduct an assessment before initiating cooperation to submit an inquiry and/or offer in the competition.
Electronic invoicing : Allowed
Electronic ordering will be used : no
Electronic payment will be used : yes
Financial arrangement : See the tender documentation, the SSA-L Delivery Agreement BIM-platform.

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Oslo tingrett -
Information about review deadlines : No deadlines, but the regulation's waiting period applies
Organisation providing additional information about the procurement procedure : Statnett SF -
Organisation providing offline access to the procurement documents : Odin Prosjekt AS -
Organisation providing more information on the review procedures : Statnett SF -
Organisation receiving requests to participate : Statnett SF -
Organisation processing tenders : Statnett SF -

8. Organisations

8.1 ORG-0001

Official name : Odin Prosjekt AS
Registration number : 994950967
Department : Oslo
Postal address : Fabrikkgaten 6
Town : BERGEN
Postcode : 5059
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Contact point : Kjetil Oksavik
Telephone : +47 90738503
Internet address : https://odinprosjekt.no
Roles of this organisation :
Organisation providing offline access to the procurement documents

8.1 ORG-0002

Official name : Statnett SF
Registration number : 962986633
Town : Oslo
Postcode : 0484
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : 90738503
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation receiving requests to participate
Organisation processing tenders
Organisation providing more information on the review procedures

8.1 ORG-0003

Official name : Oslo tingrett
Registration number : 926725939
Town : Oslo
Postcode : 0484
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : 4bf96065-3a9d-44e4-8ede-6fd4455e5b52 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 06/05/2025 13:40 +00:00
Notice dispatch date (eSender) : 06/05/2025 14:02 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00295203-2025
OJ S issue number : 89/2025
Publication date : 08/05/2025