25/00457 Framework agreement for EPJ services for the municipal internet health service (the qualification phase).

In accordance with the Contracting Authority's Protocol from an extraordinary company meeting in Norsk helsenett SF 17.03. 2025 NHN shall, in connection with testing and possible establishment of a municipal scheme for digital general medical doctor consultations (municipal internet doctor), procure a journal system (EPJ) for municipalities that want it. …

CPV: 72212180 Medical software development services, 72410000 Provider services
Place of execution:
25/00457 Framework agreement for EPJ services for the municipal internet health service (the qualification phase).
Awarding body:
Norsk Helsenett SF
Award number:
25/00457

1. Buyer

1.1 Buyer

Official name : Norsk Helsenett SF
Legal type of the buyer : Public undertaking, controlled by a central government authority
Activity of the contracting authority : Health

2. Procedure

2.1 Procedure

Title : 25/00457 Framework agreement for EPJ services for the municipal internet health service (the qualification phase).
Description : In accordance with the Contracting Authority's Protocol from an extraordinary company meeting in Norsk helsenett SF 17.03. 2025 NHN shall, in connection with testing and possible establishment of a municipal scheme for digital general medical doctor consultations (municipal internet doctor), procure a journal system (EPJ) for municipalities that want it. The system shall take care of the necessary technical systems for offering a digital general practitioner service and it shall be based on an internet based journal system for the general practitioner services. The testing has started in 2025 and the testing can be scaled during 2025 and 2026. In connection with scaling in 2026, epj needs this procurement. The testing shall then be evaluated. Based on experience and on the results of the evaluation, the Government will assess the further spreading of the service. The revised national budget was approved 20.06.2025, with the financing for the trial scheme. After a hearing of proposals for the regulations on experimental scheme with internet physicians in the general doctor service (municipal internet doctor), the regulation was then adopted with entry into force 23.06.2025.
Procedure identifier : 3d726d0d-4e5b-4f6c-836f-36a6d82fa087
Internal identifier : 25/00457
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 aim of the procurement is to enable the Norwegian Health Network (NHN) to provide a comprehensive technical service for the municipal network doctor, in line with the assignment NHN has received from the Ministry of Health and Care Services (HOD). The procured system shall as a starting point cover the municipalities ́needs in the testing phase and for a determined further dissemination of the service as described in the chapter above. There are, however, several uncertainties, i.a. connected to distribution and financing, of importance also for the calculation of the procurement ́s value and extent. The procurement shall establish an agreement where NHN procures electronic patient journals (EPJ) that communicates with Helsenorge and Helfo, and has or is integrated with video and payment systems. The service under the SSA-L agreement must include: An internet based EPJ for GPs in the municipalities who are integrated with Helsenorge and who communicate with HelfoInklud en funksjon i EPJ to send a summary of the consultation, epicrisy/journal note to the inhabitant's general practitioners integrated with or have a video system for digital consultations that are approved Helsenorge.Er integrated with or have a payment system for network payment.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72212180 Medical software development services
Additional classification ( cpv ): 72410000 Provider services

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 20 000 000 Norwegian krone
Maximum value of the framework agreement : 110 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - Public Procurements Act Public Procurement Regulations

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 : 25/00457 Framework agreement for EPJ services for the municipal internet health service (the qualification phase).
Description : In accordance with the Contracting Authority's Protocol from an extraordinary company meeting in Norsk helsenett SF 17.03. 2025 NHN shall, in connection with testing and possible establishment of a municipal scheme for digital general medical doctor consultations (municipal internet doctor), procure a journal system (EPJ) for municipalities that want it. The system shall take care of the necessary technical systems for offering a digital general practitioner service and it shall be based on an internet based journal system for the general practitioner services. The testing has started in 2025 and the testing can be scaled during 2025 and 2026. In connection with scaling in 2026, epj needs this procurement. The testing shall then be evaluated. Based on experience and on the results of the evaluation, the Government will assess the further spreading of the service. The revised national budget was approved 20.06.2025, with the financing for the trial scheme. After a hearing of proposals for the regulations on experimental scheme with internet physicians in the general doctor service (municipal internet doctor), the regulation was then adopted with entry into force 23.06.2025.
Internal identifier : 25/00457

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72212180 Medical software development services
Additional classification ( cpv ): 72410000 Provider services

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 72 Month

5.1.4 Renewal

Maximum renewals : 5
Other information about renewals : 1+1+1+1+1 year.

5.1.5 Value

Estimated value excluding VAT : 20 000 000 Norwegian krone
Maximum value of the framework agreement : 110 000 000 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 : Request to participate requirement
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) : yes

5.1.10 Award criteria

Criterion :
Type : Quality
Name : Quality
Description : See the competition terms
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 70
Criterion :
Type : Price
Name : Combined price
Description : See the competition terms
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 19/09/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/263936808.aspx

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 03/10/2025
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 : 29/09/2025 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 : See the competition terms
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : 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 : 5
Justification for the duration of the framework agreement : See document 24-00457 Competition Terms
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Trøndelag Tingrett
Information about review deadlines : See document 25-00457 Competition Terms
Organisation providing additional information about the procurement procedure : Norsk Helsenett SF
Organisation providing offline access to the procurement documents : Norsk Helsenett SF
Organisation receiving requests to participate : Norsk Helsenett SF
Organisation processing tenders : Norsk Helsenett SF

8. Organisations

8.1 ORG-0001

Official name : Norsk Helsenett SF
Registration number : 994598759
Postal address : Abels gate 9
Town : TRONDHEIM
Postcode : 7030
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Contact point : Avdeling anskaffelser
Telephone : +47 24200000
Internet address : http://www.nhn.no
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Trøndelag Tingrett
Registration number : 926722794
Department : Trondheim
Postal address : Munkegata 20
Town : Trondheim
Postcode : 7013
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Telephone : 73542400
Internet address : https://www.domstol.no
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : b1befb33-7bab-49e7-815c-f00a898e3580 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 25/08/2025 18:37 +00:00
Notice dispatch date (eSender) : 26/08/2025 06:32 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00559356-2025
OJ S issue number : 163/2025
Publication date : 27/08/2025