R01630 ServiceNow

The Norwegian Defence Estates Agency's ServiceNow cloud platform shall be continued and further developed. The Norwegian Defence Estates Agency shall establish ServiceNow on-premise on a closed/classified platform. The framework agreement will be for the establishment, development, management and maintenance of the on-premise platform. The contract shall support the Norwegian Defence …

CPV: 72000000 IT-Dienste: Beratung, Software-Entwicklung, Internet und Hilfestellung, 72200000 Softwareprogrammierung und -beratung, 72210000 Programmierung von Softwarepaketen, 72212000 Programmierung von Anwendersoftware, 72212200 Entwicklung von Vernetzungs-, Internet- und Intranetsoftware, 72212400 Entwicklung von Software für Geschäftstransaktionen und persönliche Arbeitsabläufe, 72220000 Systemberatung und technische Beratung, 72222300 Informationstechnologiedienste, 72246000 Systemberatung, 72260000 Dienstleistungen in Verbindung mit Software, 72266000 Software-Beratung, 73220000 Beratung im Bereich Entwicklung
Ausführungsort:
R01630 ServiceNow
Vergabestelle:
Forsvarsbygg
Vergabenummer:

1. Buyer

1.1 Buyer

Official name : Forsvarsbygg

2. Procedure

2.1 Procedure

Title : R01630 ServiceNow
Description : The Norwegian Defence Estates Agency's ServiceNow cloud platform shall be continued and further developed. The Norwegian Defence Estates Agency shall establish ServiceNow on-premise on a closed/classified platform. The framework agreement will be for the establishment, development, management and maintenance of the on-premise platform. The contract shall support the Norwegian Defence Estates Agency as a business satisfying NSM's fundamental principles and see to other needs within the Enterprise Service Management. The framework agreement is exclusive. The framework agreement will be valid for 3 (three) years, with an option for an extension for up to 1 (one) year at a time, up to 4 (four) times, maximum duration of 7 (seven) years. Based on the current need, the framework agreement ́s estimated value, including all options is NOK 350,000,000 excluding VAT. Due to uncertainty connected to future defence policy and strategic choices, as well as financing, the maximum value of the framework agreement, including all options, is NOK 550,000,000 excluding VAT. The estimates do not represent any purchasing obligation for the Contracting Authority. The competition will be held in two stages. Tenderers who would like to participate in the competition must first submit a request to participate in the competition by the deadline stated in Mercell. Tenderers shall submit the requested information and documentation in accordance with point 11 in the document "Qualification Documentation (FOSA over EEA)". As this is a two stage procedure, a complete tender shall not be submitted for this stage in the competition. The tender documentation is attached. All qualification applications must be submitted electronically via the Mercell portal, www.mercell.no by the deadline for submission. It is recommended that the qualification application is delivered well before the deadline expires. If a tenderer would like to change the submitted qualification application, this can be done by opening the qualification application, making any changes and re-submitting it until the deadline expires. The last submitted qualification application is regarded as the final qualification application. Tenderers shall fill in the electronic self-declaration form (ESPD), which is incorporated as a part of the process when submission in Mercell. The Norwegian Defence Estates Agency draws attention to the fact that ESPD shall be delivered in certain cases from cooperating suppliers and from sub-suppliers. If it is stated in the tender documentation that the qualification requirements shall be documented (e.g. reference projects), the documentation must be uploaded in Mercell in a separate annex.
Procedure identifier : 4da9d172-420a-4d67-8d8b-76527982a54a
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72200000 Software programming and consultancy services
Additional classification ( cpv ): 72210000 Programming services of packaged software products
Additional classification ( cpv ): 72212000 Programming services of application software
Additional classification ( cpv ): 72212200 Networking, Internet and intranet software development services
Additional classification ( cpv ): 72212400 Business transaction and personal business software development services
Additional classification ( cpv ): 72220000 Systems and technical consultancy services
Additional classification ( cpv ): 72222300 Information technology services
Additional classification ( cpv ): 72246000 Systems consultancy services
Additional classification ( cpv ): 72260000 Software-related services
Additional classification ( cpv ): 72266000 Software consultancy services
Additional classification ( cpv ): 73220000 Development consultancy services

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.4 General information

Legal basis :
Directive 2009/81/EC
Forsvar og sikkerhet - The competition concerns a procurement above the EEA threshold set in the Regulations on Defence and Security Procurements (FOSA) § 2-2, and follows the rules in this regulation's parts I and II.

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?
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 : R01630 ServiceNow
Description : The Norwegian Defence Estates Agency's ServiceNow cloud platform shall be continued and further developed. The Norwegian Defence Estates Agency shall establish ServiceNow on-premise on a closed/classified platform. The framework agreement will be for the establishment, development, management and maintenance of the on-premise platform. The contract shall support the Norwegian Defence Estates Agency as a business satisfying NSM's fundamental principles and see to other needs within the Enterprise Service Management. The framework agreement is exclusive. The framework agreement will be valid for 3 (three) years, with an option for an extension for up to 1 (one) year at a time, up to 4 (four) times, maximum duration of 7 (seven) years. Based on the current need, the framework agreement ́s estimated value, including all options is NOK 350,000,000 excluding VAT. Due to uncertainty connected to future defence policy and strategic choices, as well as financing, the maximum value of the framework agreement, including all options, is NOK 550,000,000 excluding VAT. The estimates do not represent any purchasing obligation for the Contracting Authority. The competition will be held in two stages. Tenderers who would like to participate in the competition must first submit a request to participate in the competition by the deadline stated in Mercell. Tenderers shall submit the requested information and documentation in accordance with point 11 in the document "Qualification Documentation (FOSA over EEA)". As this is a two stage procedure, a complete tender shall not be submitted for this stage in the competition. The tender documentation is attached. All qualification applications must be submitted electronically via the Mercell portal, www.mercell.no by the deadline for submission. It is recommended that the qualification application is delivered well before the deadline expires. If a tenderer would like to change the submitted qualification application, this can be done by opening the qualification application, making any changes and re-submitting it until the deadline expires. The last submitted qualification application is regarded as the final qualification application. Tenderers shall fill in the electronic self-declaration form (ESPD), which is incorporated as a part of the process when submission in Mercell. The Norwegian Defence Estates Agency draws attention to the fact that ESPD shall be delivered in certain cases from cooperating suppliers and from sub-suppliers. If it is stated in the tender documentation that the qualification requirements shall be documented (e.g. reference projects), the documentation must be uploaded in Mercell in a separate annex.

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72200000 Software programming and consultancy services
Additional classification ( cpv ): 72210000 Programming services of packaged software products
Additional classification ( cpv ): 72212000 Programming services of application software
Additional classification ( cpv ): 72212200 Networking, Internet and intranet software development services
Additional classification ( cpv ): 72212400 Business transaction and personal business software development services
Additional classification ( cpv ): 72220000 Systems and technical consultancy services
Additional classification ( cpv ): 72222300 Information technology services
Additional classification ( cpv ): 72246000 Systems consultancy services
Additional classification ( cpv ): 72260000 Software-related services
Additional classification ( cpv ): 72266000 Software consultancy services
Additional classification ( cpv ): 73220000 Development consultancy services

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 7 Year

5.1.4 Renewal

Maximum renewals : 4
Other information about renewals : The framework agreement will be valid for 3 (three) years, with an option for an extension for up to 1 (one) year at a time, up to 4 (four) times, maximum duration of 7 (seven) years.

5.1.6 General information

Reserved participation : Participation is not reserved.

5.1.7 Strategic procurement

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Address of the procurement documents : https://permalink.mercell.com/261046744.aspx

5.1.12 Terms of procurement

Terms of submission :
Obligatory indication of subcontracting : The share of the contract that the tenderer intends to subcontract
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Deadline for receipt of requests to participate : 25/08/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : See the qualification documentation point 1.1.
Financial arrangement : Based on the current need, the framework agreement ́s estimated value, including all options is NOK 350,000,000 excluding VAT. Due to uncertainty connected to future defence policy and strategic choices, as well as financing, the maximum value of the framework agreement, including all options, is NOK 550,000,000 excluding VAT. The estimates do not represent any obligation to purchase for the Contracting Authority.
Subcontracting :
The contractor must indicate any change of subcontractors during the execution of the contract.

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 1

5.1.16 Further information, mediation and review

Review organisation : Oslo tingrett
Information about review deadlines : The deadlines are in accordance with the regulations.

8. Organisations

8.1 ORG-0001

Official name : Forsvarsbygg
Registration number : 975950662
Postal address : Grev Wedels plass 5
Town : OSLO
Postcode : 0151
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Mats Øverås
Telephone : 90282857
Internet address : http://www.forsvarsbygg.no
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Oslo tingrett
Registration number : 926 725 939
Town : Oslo
Postcode : 0164
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : c6bea32b-48de-41c0-87a3-6f1181bdc277 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 04/07/2025 08:41 +00:00
Notice dispatch date (eSender) : 04/07/2025 08:52 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00437743-2025
OJ S issue number : 127/2025
Publication date : 07/07/2025