Qualification: MDM - Master Data Management for Helseplattformen AS

The purpose of this tender is to acquire a modern system for reference and master data management. The system will be used to access data via API or from flat files, enrich and export to the receiving system by API or a flat file. Extracted data is transformed and loaded …

CPV: 48000000 Softwarepaket und Informationssysteme, 72000000 IT-Dienste: Beratung, Software-Entwicklung, Internet und Hilfestellung, 72222200 Planung von Informationssystemen oder -technologie, 72222300 Informationstechnologiedienste, 72260000 Dienstleistungen in Verbindung mit Software, 72310000 Datenverarbeitung, 72320000 Datenbankdienste
Ausführungsort:
Qualification: MDM - Master Data Management for Helseplattformen AS
Vergabestelle:
SYKEHUSINNKJØP HF
Vergabenummer:
2025/45006

1. Buyer

1.1 Buyer

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

2. Procedure

2.1 Procedure

Title : Qualification: MDM - Master Data Management for Helseplattformen AS
Description : The purpose of this tender is to acquire a modern system for reference and master data management. The system will be used to access data via API or from flat files, enrich and export to the receiving system by API or a flat file. Extracted data is transformed and loaded into staging tables. Then defined business rules ensure data completeness and compliance by adding attributes' values during data validation step. Validated data sets are exported to a flat file or sent through an API to the receiving application. Export is based on defined subscription views tailored to the needs of the receiving application. Master Data Management (MDM) is used to manage and administer the data about healthcare professionals who use the Health Platform solution, and this data forms the basis for granting correct access rights. MDM is therefore considered a critical component in the operation and administration of the Health Platform solution. Moreover, the Health Platform, as an EPJ system, is subject to the National Security Act. Under the Act, the company is obliged to protect assets worthy of protection (in accordance with Chapter 7 of the Act). Therefore, this procurement is considered a classified procurement under Chapter 9 of the Act, which means that the winning bidder shall be cleared as a supplier under Section 9-3 of the Act before the contract can be signed.
Procedure identifier : 0158869e-f5cf-4493-83e0-a2459859e4cf
Internal identifier : 2025/45006
Type of procedure : Competitive dialogue
Justification for the accelerated procedure :
Main features of the procedure : This procurement will be conducted as a competitive dialogue.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72222200 Information systems or technology planning services
Additional classification ( cpv ): 72222300 Information technology services
Additional classification ( cpv ): 72260000 Software-related services
Additional classification ( cpv ): 72310000 Data-processing services
Additional classification ( cpv ): 72320000 Database services

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 10 800 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - The contracting authority cannot design the requirement specifications sufficiently precise by referring to a standard European technical assessment, joint technical specification or technical reference.

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 : Qualification: MDM - Master Data Management for Helseplattformen AS
Description : The purpose of this tender is to acquire a modern system for reference and master data management. The system will be used to access data via API or from flat files, enrich and export to the receiving system by API or a flat file. Extracted data is transformed and loaded into staging tables. Then defined business rules ensure data completeness and compliance by adding attributes' values during data validation step. Validated data sets are exported to a flat file or sent through an API to the receiving application. Export is based on defined subscription views tailored to the needs of the receiving application. Master Data Management (MDM) is used to manage and administer the data about healthcare professionals who use the Health Platform solution, and this data forms the basis for granting correct access rights. MDM is therefore considered a critical component in the operation and administration of the Health Platform solution. Moreover, the Health Platform, as an EPJ system, is subject to the National Security Act. Under the Act, the company is obliged to protect assets worthy of protection (in accordance with Chapter 7 of the Act). Therefore, this procurement is considered a classified procurement under Chapter 9 of the Act, which means that the winning bidder shall be cleared as a supplier under Section 9-3 of the Act before the contract can be signed.
Internal identifier : 2025/45006

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72222200 Information systems or technology planning services
Additional classification ( cpv ): 72222300 Information technology services
Additional classification ( cpv ): 72260000 Software-related services
Additional classification ( cpv ): 72310000 Data-processing services
Additional classification ( cpv ): 72320000 Database services

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 15/01/2026
Duration end date : 31/01/2029

5.1.5 Value

Estimated value excluding VAT : 10 800 000 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 : Enrolment in a trade register
Description : Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Other economic or financial requirements
Description : Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that: Minimum qualification requirements Qualification requirement: The Tenderer shall have sufficient economic and financial solvency to be able to carry out the contractual obligations. Sufficient economic and financial solvency means that the Tenderer shall be creditworthy, which is credit rating equal to A or better in the AAA-Rating system. Documentation reguirements:• Credit Rating The Contracting Authority will order a rating report at Dun & Bradstreet to verify that the Tenderer has sufficient economic and financial capability. New companies with a credit rating of AN (New Company with positive background) can provide alternative documentation that the qualification requirement has been met. If the Tenderer has a factual reason not to disclose the documentationclaimed above, the Tenderer may document the economic and financial capacity by any other document, for example by parent company guarantee, bank guarantee, etc. When using the parent company's guarantee, it is requested that the Tenderer provides documentation that the parent company is able to take over the subsidiary's financial and financial contractual obligations.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : References on specified deliveries
Description : Only for public goods deliveries: In the reference period, the tenderer has carried out the following important deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three years to be taken into consideration. Minimum qualification requirements Qualification requirements: The Tenderer must possess adequate capability to fulfil the contractual obligations, including experience in delivering solutions that cover the functionality specified in the provided use scenarios. In evaluating the Tenderer, The Contracting Authority will emphasise the relevance, scale, and complexity of previous deliveries. The Tenderer shall have good/sufficient capacity related to the implementation of the contract. This includes development, testing, support/maintenance, project management, implementation and training. In the assessment, the Contracting Authority will emphasise capacity in relation to the scope and size of this competition. Documentation requirements: • An overview of up to the three (3) most important and relevant deliveries of similar solutions that cover our use scenarios in the last three (3) years, including information on scope/value, time of delivery, as well as the name of the Customer.Number of resources: • Average number of man-years last 2 years (whole business). Number of man-years relevant to this delivery, for example: - project management - implementation - product development -Testing - support and maintenance • Any further plans for staffing adjustment if the Tenderer is awarded a contract. • A description of technical personnel or technical devices, especially responsible for quality control, which the Tenderer advises to perform the contract. In addition, the Tenderer is asked to describe how much of the contract, and which parts, are planned to be set aside to sub-contractor(s). The documentation shall be presented in the template Answer form technical and professional qualifications.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Certificates by independent bodies about quality assurance standards
Description : Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements? Minimum qualification requirements Qualification requirements: The Tenderer shall have a well-functioning quality assurance system for mission-critical Systems. Documentation requirements: The Tenderer shall describe its quality assurance measures, methods and tools for development, test, handover, and deviation management. The documentation shall be presented in the template Answer form technical and professional qualifications.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 3
Maximum number of candidates to be invited for the second stage of the procedure : 5
The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.11 Procurement documents

Address of the procurement documents : https://permalink.mercell.com/256876347.aspx

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Allowed
Variants : Not allowed
Deadline for receipt of requests to participate : 18/06/2025 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 : Allowed
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

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

5.1.16 Further information, mediation and review

Review organisation : Indre og Østre Finnmark tingrett -
Organisation providing more information on the review procedures : Indre og Østre Finnmark tingrett -

8. Organisations

8.1 ORG-0001

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

8.1 ORG-0002

Official name : Indre og Østre Finnmark tingrett
Registration number : 974759357
Town : Vadsø
Postcode : 5607
Country subdivision (NUTS) : Finnmark/Finnmárku/Finmarkku ( NO073 )
Country : Norway
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures
Notice information
Notice identifier/version : 736a94a9-b6ad-41f9-84be-efbcc888f18e - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 16/05/2025 12:40 +00:00
Notice dispatch date (eSender) : 16/05/2025 12:49 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00322175-2025
OJ S issue number : 95/2025
Publication date : 19/05/2025