Procurement - Framework agreement - Food products for a canteen in Leikanger

The Directorate of DigitalIsation (Digdir) invites tenderers to an open tender contest. The procurement is for framework agreements for the delivery of food and drink to the canteen in Leikanger. The aim is to enter into four sub-contracts with one tenderer per part, to ensure regular and safe delivery of …

CPV: 15000000 Food, beverages, tobacco and related products, 03000000 Agricultural, farming, fishing, forestry and related products, 03200000 Cereals, potatoes, vegetables, fruits and nuts, 15100000 Animal products, meat and meat products, 15200000 Prepared and preserved fish, 15300000 Fruit, vegetables and related products, 15400000 Animal or vegetable oils and fats, 15500000 Dairy products, 15600000 Grain mill products, starches and starch products, 15800000 Miscellaneous food products, 15980000 Non-alcoholic beverages, 03310000 Fish, crustaceans and aquatic products
Deadline:
Nov. 13, 2025, 11 a.m.
Deadline type:
Submitting a bid
Place of execution:
Procurement - Framework agreement - Food products for a canteen in Leikanger
Awarding body:
Digitaliseringsdirektoratet
Award number:
2025/3935

1. Buyer

1.1 Buyer

Official name : Digitaliseringsdirektoratet
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Procurement - Framework agreement - Food products for a canteen in Leikanger
Description : The Directorate of DigitalIsation (Digdir) invites tenderers to an open tender contest. The procurement is for framework agreements for the delivery of food and drink to the canteen in Leikanger. The aim is to enter into four sub-contracts with one tenderer per part, to ensure regular and safe delivery of foodstuffs for canteen operations, with focus on quality, food safety, environmental considerations and nutrition. The need shall be covered through the following four sub-contracts: Part 1: GroceriesMeiery Meat productsBird, poultry and egg Coffee and tea Part 2: Fruit and vegetables Part 3: Fish products Part 4: Bread productsSee attached competition documents for more information on all the sub-contracts.
Procedure identifier : 477dd269-0aed-4937-9775-70c047b4a7e9
Internal identifier : 2025/3935
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 15000000 Food, beverages, tobacco and related products
Additional classification ( cpv ): 03000000 Agricultural, farming, fishing, forestry and related products
Additional classification ( cpv ): 03200000 Cereals, potatoes, vegetables, fruits and nuts
Additional classification ( cpv ): 15100000 Animal products, meat and meat products
Additional classification ( cpv ): 15200000 Prepared and preserved fish
Additional classification ( cpv ): 15300000 Fruit, vegetables and related products
Additional classification ( cpv ): 15400000 Animal or vegetable oils and fats
Additional classification ( cpv ): 15500000 Dairy products
Additional classification ( cpv ): 15600000 Grain mill products, starches and starch products
Additional classification ( cpv ): 15800000 Miscellaneous food products
Additional classification ( cpv ): 15980000 Non-alcoholic beverages

2.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 9 500 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - Procurement regulation part 3

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 4
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 4

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-0001

Title : Sub-contract 1 - Groceries, dairy, meat products etc. etc.
Description : The need shall be covered through four sub-contracts with different suppliers or the same supplier: See the attached price form for product lines. Part 1: GroceriesMeieri products, Meat productsBird, poultry and egg Coffee and tea.
Internal identifier : 2025/3935-0

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 03000000 Agricultural, farming, fishing, forestry and related products
Additional classification ( cpv ): 03200000 Cereals, potatoes, vegetables, fruits and nuts
Additional classification ( cpv ): 15000000 Food, beverages, tobacco and related products
Additional classification ( cpv ): 15100000 Animal products, meat and meat products
Additional classification ( cpv ): 15400000 Animal or vegetable oils and fats
Additional classification ( cpv ): 15800000 Miscellaneous food products
Additional classification ( cpv ): 15980000 Non-alcoholic beverages

5.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

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) : no

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a relevant professional register
Description : Registration as a food and beverage company at Mattilsynet (The Norwegian Food Safety Authority)
Criterion : Other economic or financial requirements
Description : Economic and financial capacity Credit rating Requirement: Tenderers shall have sufficient solidity to fulfil the contractual obligations. A credit rating showing credit worthy (A) will be sufficient to meet the requirement. Documentation requirement: The tenderer (i.e. the tenderer) shall enclose a credit rating from a certified credit institution/company. The credit report shall be based on the last known accounting figures. The credit assessment shall be a so-called rating (include a credit rating, part judgement and historical rating) and it shall be carried out by a publicly certified credit institution. Newly established tenderers shall not be worse than AN (creditworthy newly established companies) or equivalent if a different rating is used (number rating).
Criterion : Other economic or financial requirements
Description : Taxes and duties Requirement: Tenderers shall have their tax and VAT payments in order in the country where they are established.
Criterion : References on specified services
Description : Tenderers shall have experience from good execution of equivalent services. Requirement: The tenderer shall have experience from good execution of equivalent services. Documentation requirement: A short description of three of the tenderer's most relevant contracts in the course of the last three years. Tenderers shall highlight their competence and experience and it shall be stated, among other things: - Contact information for reference persons - description of how the assignments are carried out - size of the assignment and the period it was carried out in. It is the tenderer ́s responsibility to document relevance through the description. The contracting authority reserves the right to contact the references in order to verify the information.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 06/11/2025 11:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/266972527.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
Deadline for receipt of tenders : 13/11/2025 11:00 +00:00
Deadline until which the tender must remain valid : 93 Day
Information about public opening :
Opening date : 13/11/2025 11:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 4
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Oslo Tingrett
Information about review deadlines : Ten days waiting period

5.1 Lot technical ID : LOT-0002

Title : Sub-contract 2 - Fruit and vegetables
Description : The need shall be covered through four sub-contracts with different tenderers or the same tenderer. See the attached price form with product lines. Lot 2: Fruit and vegetables
Internal identifier : 2025/3935-1

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 03200000 Cereals, potatoes, vegetables, fruits and nuts
Additional classification ( cpv ): 03000000 Agricultural, farming, fishing, forestry and related products
Additional classification ( cpv ): 15000000 Food, beverages, tobacco and related products
Additional classification ( cpv ): 15100000 Animal products, meat and meat products
Additional classification ( cpv ): 15400000 Animal or vegetable oils and fats
Additional classification ( cpv ): 15800000 Miscellaneous food products
Additional classification ( cpv ): 15980000 Non-alcoholic beverages

5.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

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) : no

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a relevant professional register
Description : Registration as a food and beverage company at Mattilsynet (The Norwegian Food Safety Authority)
Criterion : Other economic or financial requirements
Description : Credit rating Requirement: Tenderers shall have sufficient solidity to fulfil the contractual obligations. A credit rating showing credit worthy (A) will be sufficient to meet the requirement. Documentation requirement: The tenderer (i.e. the tenderer) shall enclose a credit rating from a certified credit institution/company. The credit report shall be based on the last known accounting figures. The credit assessment shall be a so-called rating (include a credit rating, part judgement and historical rating) and it shall be carried out by a publicly certified credit institution. Newly established tenderers shall not be worse than AN (creditworthy newly established companies) or equivalent if a different rating is used (number rating).
Criterion : Other economic or financial requirements
Description : Requirement: Tenderers shall have their tax and VAT payments in order in the country where they are established.
Criterion : References on specified services
Description : Requirement: The tenderer shall have experience from good execution of equivalent services. Documentation requirement: A short description of three of the tenderer's most relevant contracts in the course of the last three years. Tenderers shall highlight their competence and experience and it shall be stated, among other things: - Contact information for reference persons - description of how the assignments are carried out - size of the assignment and the period it was carried out in. It is the tenderer ́s responsibility to document relevance through the description. The contracting authority reserves the right to contact the references in order to verify the information.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 06/11/2025 11:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/266972527.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
Deadline for receipt of tenders : 13/11/2025 11:00 +00:00
Deadline until which the tender must remain valid : 93 Day
Information about public opening :
Opening date : 13/11/2025 11:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 4
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Oslo Tingrett
Information about review deadlines : Ten days waiting period

5.1 Lot technical ID : LOT-0003

Title : Sub-contract 3 - Fish products
Description : The need shall be covered through four sub-contracts with different tenderers or the same tenderer. See the attached price form with product lines. Lot 3: Fish products
Internal identifier : 2025/3935-2

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 03310000 Fish, crustaceans and aquatic products
Additional classification ( cpv ): 03000000 Agricultural, farming, fishing, forestry and related products
Additional classification ( cpv ): 03200000 Cereals, potatoes, vegetables, fruits and nuts
Additional classification ( cpv ): 15000000 Food, beverages, tobacco and related products
Additional classification ( cpv ): 15100000 Animal products, meat and meat products
Additional classification ( cpv ): 15400000 Animal or vegetable oils and fats
Additional classification ( cpv ): 15800000 Miscellaneous food products
Additional classification ( cpv ): 15980000 Non-alcoholic beverages

5.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

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) : no

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a relevant professional register
Description : Registration as a food and beverage company at Mattilsynet (The Norwegian Food Safety Authority)
Criterion : Other economic or financial requirements
Description : Credit rating Requirement: Tenderers shall have sufficient solidity to fulfil the contractual obligations. A credit rating showing credit worthy (A) will be sufficient to meet the requirement. Documentation requirement: The tenderer (i.e. the tenderer) shall enclose a credit rating from a certified credit institution/company. The credit report shall be based on the last known accounting figures. The credit assessment shall be a so-called rating (include a credit rating, part judgement and historical rating) and it shall be carried out by a publicly certified credit institution. Newly established tenderers shall not be worse than AN (creditworthy newly established companies) or equivalent if a different rating is used (number rating).
Criterion : Other economic or financial requirements
Description : Taxes and duties Requirement: Tenderers shall have their tax and VAT payments in order in the country where they are established.
Criterion : References on specified services
Description : Tenderers shall have experience from good execution of equivalent services. Requirement: The tenderer shall have experience from good execution of equivalent services. Documentation requirement: A short description of three of the tenderer's most relevant contracts in the course of the last three years. Tenderers shall highlight their competence and experience and it shall be stated, among other things: - Contact information for reference persons - description of how the assignments are carried out - size of the assignment and the period it was carried out in. It is the tenderer ́s responsibility to document relevance through the description. The contracting authority reserves the right to contact the references in order to verify the information.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 06/11/2025 11:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/266972527.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
Deadline for receipt of tenders : 13/11/2025 11:00 +00:00
Deadline until which the tender must remain valid : 93 Day
Information about public opening :
Opening date : 13/11/2025 11:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 4
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Oslo Tingrett
Information about review deadlines : Ten days waiting period

5.1 Lot technical ID : LOT-0004

Title : Sub-contract 4 - Bakery products
Description : The need shall be covered through four sub-contracts with different tenderers or the same tenderer. See the attached price form with product lines. Lot 4: Bakery products
Internal identifier : 2025/3935-3

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 03200000 Cereals, potatoes, vegetables, fruits and nuts
Additional classification ( cpv ): 03000000 Agricultural, farming, fishing, forestry and related products
Additional classification ( cpv ): 15000000 Food, beverages, tobacco and related products
Additional classification ( cpv ): 15100000 Animal products, meat and meat products
Additional classification ( cpv ): 15400000 Animal or vegetable oils and fats
Additional classification ( cpv ): 15800000 Miscellaneous food products
Additional classification ( cpv ): 15980000 Non-alcoholic beverages

5.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

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) : no

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a relevant professional register
Description : Registration as a food and beverage company at Mattilsynet (The Norwegian Food Safety Authority)
Criterion : Other economic or financial requirements
Description : Economic and financial capacity Credit rating Requirement: Tenderers shall have sufficient solidity to fulfil the contractual obligations. A credit rating showing credit worthy (A) will be sufficient to meet the requirement. Documentation requirement: The tenderer (i.e. the tenderer) shall enclose a credit rating from a certified credit institution/company. The credit report shall be based on the last known accounting figures. The credit assessment shall be a so-called rating (include a credit rating, part judgement and historical rating) and it shall be carried out by a publicly certified credit institution. Newly established tenderers shall not be worse than AN (creditworthy newly established companies) or equivalent if a different rating is used (number rating).
Criterion : Other economic or financial requirements
Description : Taxes and duties Requirement: Tenderers shall have their tax and VAT payments in order in the country where they are established.
Criterion : References on specified services
Description : Tenderers shall have experience from good execution of equivalent services. Requirement: The tenderer shall have experience from good execution of equivalent services. Documentation requirement: A short description of three of the tenderer's most relevant contracts in the course of the last three years. Tenderers shall highlight their competence and experience and it shall be stated, among other things: - Contact information for reference persons - description of how the assignments are carried out - size of the assignment and the period it was carried out in. It is the tenderer ́s responsibility to document relevance through the description. The contracting authority reserves the right to contact the references in order to verify the information.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 06/11/2025 11:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/266972527.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
Deadline for receipt of tenders : 13/11/2025 11:00 +00:00
Deadline until which the tender must remain valid : 93 Day
Information about public opening :
Opening date : 13/11/2025 11:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 4
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Oslo Tingrett
Information about review deadlines : Ten days waiting period

8. Organisations

8.1 ORG-0001

Official name : Digitaliseringsdirektoratet
Registration number : 991825827
Postal address : Postboks 1382 Vika
Town : Oslo
Postcode : 0114
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Torill Morken
Telephone : +47 22451000
Internet address : http://www.digdir.no
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Oslo Tingrett
Registration number : 926725939
Department : Digitaliseringsdirektoratet
Postal address : Postboks 1382 Vika
Town : Oslo
Postcode : 0114
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : 22 03 52 00
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : 1a72a870-ca59-41cc-b2d7-d7b107d87c44 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 10/10/2025 12:12 +00:00
Notice dispatch date (eSender) : 10/10/2025 13:38 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00674766-2025
OJ S issue number : 197/2025
Publication date : 14/10/2025