25/01110 - Qualification - Framework agreement for management, development and implementation of the Central Prescription Module (SFM) - The Norwegian Health Network SF

Central Prescribing module (SFM) is a system that is currently used in production. It is administered and further developed by Norsk Helsenett ́s line organisation in close cooperation with an external development partner. The Norwegian Health Network (NHN) currently has an agreement with Thula as a development partner in the …

CPV: 72200000 Software programming and consultancy services, 72220000 Systems and technical consultancy services, 72240000 Systems analysis and programming services, 72262000 Software development services, 72514200 Facilities management services for computer systems development
Place of execution:
25/01110 - Qualification - Framework agreement for management, development and implementation of the Central Prescription Module (SFM) - The Norwegian Health Network SF
Awarding body:
Norsk Helsenett SF
Award number:
25/01110

1. Buyer

1.1 Buyer

Official name : Norsk Helsenett SF
Legal type of the buyer : Central government authority
Activity of the contracting authority : Health

2. Procedure

2.1 Procedure

Title : 25/01110 - Qualification - Framework agreement for management, development and implementation of the Central Prescription Module (SFM) - The Norwegian Health Network SF
Description : Central Prescribing module (SFM) is a system that is currently used in production. It is administered and further developed by Norsk Helsenett ́s line organisation in close cooperation with an external development partner. The Norwegian Health Network (NHN) currently has an agreement with Thula as a development partner in the management and development of SFM. In the future NHN plans to establish a development team for SFM based on both external developer resources from e.g. consultancy companies and development resources from other EPJ providers in the market (hereafter called development partners). The development team can also consist of internal resources from NHN. The Norwegian Health Network SF (NHN) intends to enter into a framework agreement with several tenderers who fulfil the necessary competence and capacity requirements within management, development and operation of the Central Prescription Model (SFM). Competence is wanted within the EPJ systems and SFM. Emphasis is put on the fact that the already signed framework agreement for ICT consultancy services will be used parallel to the framework agreement for the management, development and operation of SFM. This means that the tenderers in the framework agreement for ICT consultancy services do not need to be a contract party in the new framework agreement for the management, development and operation of SFM. Parallel framework agreements shall be signed with several tenderers who have competence and capacity within the management, development and operation of SFM. The value is based on the current framework agreement. Based on the current situation, the need between 8-15 FTE throughout the entire contract period is approx. NOK 45 million per annum. To calculate the maximum value of the framework agreement, consideration must be given to the highest likely value of all expected contracts, including options (all call-offs), price regulations and increased need throughout the entire framework agreement period. The maximum value of the framework agreement is NOK 100,000,000 excluding VAT. 325 million.
Procedure identifier : 1d9ad8df-310c-477a-b9de-5b2d9e68a5d4
Internal identifier : 25/01110
Type of procedure : Restricted
The procedure is accelerated : no
Main features of the procedure : Central Prescribing module (SFM) is a system that is currently used in production. It is administered and further developed by Norsk Helsenett ́s line organisation in close cooperation with an external development partner. The Norwegian Health Network (NHN) currently has an agreement with Thula as a development partner in the management and development of SFM. In the future NHN plans to establish a development team for SFM based on both external developer resources from e.g. consultancy companies and development resources from other EPJ providers in the market (hereafter called development partners). The development team can also consist of internal resources from NHN. The Norwegian Health Network SF (NHN) intends to enter into a framework agreement with several tenderers who fulfil the necessary competence and capacity requirements within management, development and operation of the Central Prescription Model (SFM). Competence is wanted within the EPJ systems and SFM. Emphasis is put on the fact that the already signed framework agreement for ICT consultancy services will be used parallel to the framework agreement for the management, development and operation of SFM. This means that the tenderers in the framework agreement for ICT consultancy services do not need to be a contract party in the new framework agreement for the management, development and operation of SFM. Parallel framework agreements shall be signed with several tenderers who have competence and capacity within the management, development and operation of SFM.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72200000 Software programming and consultancy services
Additional classification ( cpv ): 72220000 Systems and technical consultancy services
Additional classification ( cpv ): 72240000 Systems analysis and programming services
Additional classification ( cpv ): 72262000 Software development services
Additional classification ( cpv ): 72514200 Facilities management services for computer systems development

2.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : See the tender documentation

2.1.3 Value

Estimated value excluding VAT : 325 000 000 Norwegian krone
Maximum value of the framework agreement : 325 000 000 Norwegian krone

2.1.4 General information

Additional information : The contracting authority will, as a minimum, invite five (5) qualified tenderers (who fulfil the qualification requirements K1-K3) to the tender phase. If appropriately assessed, the contracting authority will invite more than five qualified tenderers to the tender phase. There is no upper limit for the number of tenderers who can be invited to the tender phase. If there are more than five qualified tenderers who fulfil the minimum qualification requirements, the contracting authority will rank the tenderers according to the following selection criteria: Tenderers shall have experience from product development and product management within the health sector and patient journal systems. Tenderers shall submit documentation of the requirement/criteria with 1-3 relevant references that the tenderer has carried out. The references must as a minimum contain equivalent complexity, capacity (cf. Annex 1) and competence (system development competence, operation and management competence). See the tender documentation for information on the competition.
Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - The procurement will be carried out in accordance with the Public Procurement Act of 17 June 2016 (LOA) and the Public Procurement Regulations (FOA) FOR-2016-08-12-974, parts I and part III. The contract will be awarded in accordance with the restricted tender procedure, cf. the Public Procurement Regulations § 13-1 (1).

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.
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.
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?
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.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : 25/01110 - Qualification - Framework agreement for management, development and implementation of the Central Prescription Module (SFM) - The Norwegian Health Network SF
Description : Central Prescribing module (SFM) is a system that is currently used in production. It is administered and further developed by Norsk Helsenett ́s line organisation in close cooperation with an external development partner. The Norwegian Health Network (NHN) currently has an agreement with Thula as a development partner in the management and development of SFM. In the future NHN plans to establish a development team for SFM based on both external developer resources from e.g. consultancy companies and development resources from other EPJ providers in the market (hereafter called development partners). The development team can also consist of internal resources from NHN. The Norwegian Health Network SF (NHN) intends to enter into a framework agreement with several tenderers who fulfil the necessary competence and capacity requirements within management, development and operation of the Central Prescription Model (SFM). Competence is wanted within the EPJ systems and SFM. Emphasis is put on the fact that the already signed framework agreement for ICT consultancy services will be used parallel to the framework agreement for the management, development and operation of SFM. This means that the tenderers in the framework agreement for ICT consultancy services do not need to be a contract party in the new framework agreement for the management, development and operation of SFM. Parallel framework agreements shall be signed with several tenderers who have competence and capacity within the management, development and operation of SFM. The value is based on the current framework agreement. Based on the current situation, the need between 8-15 FTE throughout the entire contract period is approx. NOK 45 million per annum. To calculate the maximum value of the framework agreement, consideration must be given to the highest likely value of all expected contracts, including options (all call-offs), price regulations and increased need throughout the entire framework agreement period. The maximum value of the framework agreement is NOK 100,000,000 excluding VAT. 325 million.
Internal identifier : 25/01110

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72200000 Software programming and consultancy services
Additional classification ( cpv ): 72220000 Systems and technical consultancy services
Additional classification ( cpv ): 72240000 Systems analysis and programming services
Additional classification ( cpv ): 72262000 Software development services
Additional classification ( cpv ): 72514200 Facilities management services for computer systems development
Options :
Description of the options : Extension of the framework agreement for 1+1 year. See the tender documentation

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : See the tender documentation

5.1.3 Estimated duration

Start date : 31/03/2026
Duration end date : 31/03/2030

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : The duration of the framework agreement is two years, with an option for the contracting authority to extend the contract for a further one + one year. See the tender documentation

5.1.5 Value

Estimated value excluding VAT : 325 000 000 Norwegian krone
Maximum value of the framework agreement : 325 000 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
Additional information : The contracting authority will, as a minimum, invite five (5) qualified tenderers (who fulfil the qualification requirements K1-K3) to the tender phase. If appropriately assessed, the contracting authority will invite more than five qualified tenderers to the tender phase. There is no upper limit for the number of tenderers who can be invited to the tender phase. If there are more than five qualified tenderers who fulfil the minimum qualification requirements, the contracting authority will rank the tenderers according to the following selection criteria: Tenderers shall have experience from product development and product management within the health sector and patient journal systems. Tenderers shall submit documentation of the requirement/criteria with 1-3 relevant references that the tenderer has carried out. The references must as a minimum contain equivalent complexity, capacity (cf. Annex 1) and competence (system development competence, operation and management competence). See the tender documentation for information on the competition.

5.1.7 Strategic procurement

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : References on specified works
Description : Tenderers shall have experience from product development and product management within the health sector and patient journal systems. Tenderers shall submit documentation of the requirement/criteria with 1-3 relevant references that the tenderer has carried out. Documentation: The references must as a minimum contain an equivalent extent and complexity (cf. the requirement specifications), capacity and competence (system development competence, operation and management competence) See separate point 5 on the Selection Criteria in the competition provisions. See the other qualification requirements listed in the competition terms.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (points, exact) : 1
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 5
Maximum number of candidates to be invited for the second stage of the procedure : 20
The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Address of the procurement documents : https://permalink.mercell.com/259196616.aspx

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Not allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 13/10/2025 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 tender documentation
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : See the tender documentation

5.1.15 Techniques

Framework agreement :
Framework agreement, with reopening of competition
Maximum number of participants : 20
Additional buyer coverage : See the tender documentation
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 : This will result from the tender documentation and a letter on the result regarding information of deadlines for appeals and waiting period. See the tender documentation and the tender provisions.
Organisation providing more information on the review procedures : 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 more information on the review procedures

8.1 ORG-0002

Official name : Trøndelag tingrett
Registration number : 926722794
Postal address : Munkegata 20
Town : Trondheim
Postcode : 7013
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Telephone : 73542400
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : 61059f23-85c8-487a-9685-8b798d83677b - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 26/06/2025 12:09 +00:00
Notice dispatch date (eSender) : 26/06/2025 12:24 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00415008-2025
OJ S issue number : 121/2025
Publication date : 27/06/2025