Qualification Microsoft LSP

The Norwegian Labour and Welfare Administration (Nav, hereafter called the Contracting Authority) has made major investments in relation to its existing Microsoft portfolios and shall therefore continue its established portfolios at Microsoft. The contracting authority has an Enterprise Agreement (EA/SCE) with Microsoft for the purchase of Microsoft maintenance, cloud services …

CPV: 48000000 Software package and information systems, 72000000 IT services: consulting, software development, Internet and support, 72200000 Software programming and consultancy services, 72212218 License management software development services, 72220000 Systems and technical consultancy services, 72260000 Software-related services, 72261000 Software support services, 72263000 Software implementation services, 72266000 Software consultancy services, 72600000 Computer support and consultancy services
Place of execution:
Qualification Microsoft LSP
Awarding body:
ARBEIDS- OG VELFERDSETATEN
Award number:
25/601

1. Buyer

1.1 Buyer

Official name : ARBEIDS- OG VELFERDSETATEN
Legal type of the buyer : Central government authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Qualification Microsoft LSP
Description : The Norwegian Labour and Welfare Administration (Nav, hereafter called the Contracting Authority) has made major investments in relation to its existing Microsoft portfolios and shall therefore continue its established portfolios at Microsoft. The contracting authority has an Enterprise Agreement (EA/SCE) with Microsoft for the purchase of Microsoft maintenance, cloud services and software. The agreement expires 31 October 2027.  â€¯ The agreement shall have flexibility so that the Contracting Authority decides when to phase out/in old/new Microsoft technology. The procurement concerns all software and cloud services covered by the Microsoft portfolio. The tender documentation requires LSP status, cf. the first requirement in Annex 1. The value of the framework agreement is estimated to NOK 520-640 million excluding VAT for the entire contract period, including duration options (2+1+1) years. The maximum value of the framework agreement is NOK 750 million excluding VAT over four (4) years.
Procedure identifier : bf8c6630-24d9-4e2c-9bcc-ae36a7321465
Internal identifier : 25/601
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 this procurement is to establish a framework agreement with a LSP provider for the continuation of the Contracting Authority's existing and established Microsoft portfolio. The Microsoft technology is closely integrated into the Contracting Authority's IT systems. The Contracting Authority has the Enterprise Agreement (EA/SCE) with Microsoft for the purchase of Microsoft maintenance, cloud services and software. The agreement expires 31 October 2027. The agreement applies to all software and cloud services covered by the Microsoft portfolio. The tender documentation requires LSP status, cf. the first requirement in Annex 1. The framework agreement shall, therefore, ensure the Contracting Authority access to necessary Microsoft cloud services, software with associated licences and supplementary licences, as well as maintenance, additional products and support in a cost efficient and quality-wise good manner. Furthermore, tenderers shall contribute to optimising the Contracting Authority's licence portfolio, ensure continual access to updated software and cloud services, as well as provide the Contracting Authority with the necessary support and advice to achieve the best possible utilisation of the Microsoft products in the portfolio. The framework agreement will also include services (including consultancy services) for the entire Microsoft portfolio.

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 ): 48000000 Software package and information systems
Additional classification ( cpv ): 72200000 Software programming and consultancy services
Additional classification ( cpv ): 72212218 License management software development services
Additional classification ( cpv ): 72220000 Systems and technical consultancy services
Additional classification ( cpv ): 72260000 Software-related services
Additional classification ( cpv ): 72261000 Software support services
Additional classification ( cpv ): 72263000 Software implementation services
Additional classification ( cpv ): 72266000 Software consultancy services
Additional classification ( cpv ): 72600000 Computer support and consultancy services

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 640 000 000 Norwegian krone
Maximum value of the framework agreement : 750 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - The contracting authority and what shall be procured is covered by the Public Procurement Regulations. The contracting authority believes that the Public Procurement Regulations § 13-2 letter c are fulfilled for the use of negotiated negotiations after a prior notice based on the nature of the procurement, complexity and financial composition or associated risks make it necessary to negotiate.

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
Corruption : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a enforceable verdict has been convicted of corruption by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Corruption as defined in Article 3 of the Convention on Combating Corruption, Involving European Communities or European Union Member States (EUT C 195 of 25.6.1997, s. 1), and in Article 2, point 1, in the Council ́s framework decision 2003/568/RIA of 22 July 2003 on combating corruption in the private sector (EUT L 192 of 31.7.2003, p. 54). This rejection reason also includes corruption as defined in national law for the contracting authority or supplier.
Fraud : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted of fraud has been convicted of fraud by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Fraud included in Article 1 of the Convention on protection of the Financial Interests of the European Communities (EFT C 316 of 27.11.1995, p. 48).
Money laundering or terrorist financing : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of money laundering or financing terrorism by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Money laundering or financing terrorism As defined in Article 1 of the European Parliament and Council Directive 2005/60/EF of 26 October 2005 on preventive measures against the use of the financial system for money laundering and financing terrorism (EUT L 309 of 25.11.2005, p. 15).
Participation in a criminal organisation : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted verdict of participation in a criminal organisation by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Participation in a criminal organisation as defined in Article 2 of the Council ́s framework decision 2008/841/RIA of 24 October 2008 on control of organised crime (EUT L 300 of 11.11.2008, p. 42)
Terrorist offences or offences linked to terrorist activities : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body, or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of acts of terrorism or criminal acts connected to terrorist activities by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Acts of terrorism or criminal acts relating to terrorist activity as defined in Article 1 and 3 of the Council ́s framework decision 2002/475/RIA of 13 June 2002 on combating terrorism (EFT L 164, af 22.6.2002, p. 3). This rejection reason also includes incitement to, participation or attempts to commit such actions as included in Article 4 in the mentioned framework decision.
Child labour and including other forms of trafficking in human beings : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of child labour and other forms of human trafficking by a verdict handed down no more than five years ago, or a rejection period determined directly in the judgement that still applies? Child labour and other forms of human trafficking as defined in Article 2 of the European Parliament and council directive 2011/36/EU of 5. 1 April 2011 on the prevention and control of human trafficking and the protection of its victims and for compensation of the Council ́s framework decision 2002/629/RIA (EUT L 101 of 15.4.2011, p. 1).
Breaching of obligations in the fields of environmental law : Is the tenderer aware of breaches of environmental provisions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Breaching of obligations in the fields of labour law : Is the tenderer aware of breaches of provisions on working conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Breaching of obligations in the fields of social law : Is the tenderer aware of breaches of provisions on social conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Agreements with other economic operators aimed at distorting competition : Has the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition?
Grave professional misconduct : Has the tenderer committed serious errors in professional practice? If relevant, see the definitions in national law, the relevant notice or procurement documents.
Misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Have the tenderer:a) given grossly incorrect information when notifying the information required to verify that there is no basis for rejection, or of the qualification requirements being met,b) failed to provide such information,c) subject to immediately submitting the supporting documents requested by the Contracting Authority, ord) improperly affecting the Contracting Authority's decision process to acquire confidential information that could give this an unlawful advantage in connection with competition, or negligently has given misleading information that can have a significant influence on decisions on rejection, selection or award?
Conflict of interest due to its participation in the procurement procedure : Are tenderers aware of a conflict of interest as stated in national law, the relevant notice or procurement documents?
Direct or indirect involvement in the preparation of this procurement procedure : Has the tenderer or an entity associated with the supplier advised the contracting authority or in another way been involved in the planning of the competition?
Early termination, damages, or other comparable sanctions : Has the tenderer committed significant breaches of contract in connection with the fulfilment of a previous public contract, a previous contract with a public contracting authority or a previous concession contract, where the breach has led to the cancellation of the contract, compensation or other similar sanctions?
Breaching of obligations set under purely national exclusion grounds : The contracting authority shall state that in Norway there are national rejection reasons. These shall be described in the procurement documents. Tenderers must respond to whether they are in one or more of the situations described in the national rejection reasons. Will the purely national rejection reasons, as stated in the relevant notice or in the procurement documents, apply?
Breaching obligation relating to payment of social security contributions : Have tenderers failed to fulfil all their social security obligations in the country where they are established and in their member state, if this is a different country than what he is established in?
Breaching obligation relating to payment of taxes : Has the tenderer not fulfilled his tax and duty obligations in the country in which he is established, and in the contracting authority's member state, if this is a different country than what he is established in?
Business activities are suspended : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Bankruptcy : Is the tenderer in a bankruptcy situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Arrangement with creditors : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Insolvency : Is the tenderer in an insolvency situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Assets being administered by liquidator : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national law : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Qualification Microsoft LSP
Description : The Norwegian Labour and Welfare Administration (Nav, hereafter called the Contracting Authority) has made major investments in relation to its existing Microsoft portfolios and shall therefore continue its established portfolios at Microsoft. The contracting authority has an Enterprise Agreement (EA/SCE) with Microsoft for the purchase of Microsoft maintenance, cloud services and software. The agreement expires 31 October 2027.  â€¯ The agreement shall have flexibility so that the Contracting Authority decides when to phase out/in old/new Microsoft technology. The procurement concerns all software and cloud services covered by the Microsoft portfolio. The tender documentation requires LSP status, cf. the first requirement in Annex 1. The value of the framework agreement is estimated to NOK 520-640 million excluding VAT for the entire contract period, including duration options (2+1+1) years. The maximum value of the framework agreement is NOK 750 million excluding VAT over four (4) years.
Internal identifier : 25/601

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 ): 48000000 Software package and information systems
Additional classification ( cpv ): 72200000 Software programming and consultancy services
Additional classification ( cpv ): 72212218 License management software development services
Additional classification ( cpv ): 72220000 Systems and technical consultancy services
Additional classification ( cpv ): 72260000 Software-related services
Additional classification ( cpv ): 72261000 Software support services
Additional classification ( cpv ): 72263000 Software implementation services
Additional classification ( cpv ): 72266000 Software consultancy services
Additional classification ( cpv ): 72600000 Computer support and consultancy services

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : One year option that can be exercised twice. The maximum contract period is four years.

5.1.5 Value

Estimated value excluding VAT : 640 000 000 Norwegian krone
Maximum value of the framework agreement : 750 000 000 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

5.1.7 Strategic procurement

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex. Minimum qualification requirements Qualification requirement: Tenderers are required to be a legally established company. Documentation requirement: * Norwegian tenderers: Company registration certificate from the Brønnøysund Register Centre. Foreign tenderers: Certificate for registration in the Register of Business Enterprises as prescribed in the legislation of the country in which the Tenderer is established.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Maximum number of tenders passing : 4
Criterion : Other economic or financial requirements
Description : Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that: Minimum qualification requirements Qualification requirement: Tenderers are required to have sufficient financial capacity to fulfil the contract. Documentation requirement: The contracting authority will obtain a credit rating carried out by Experian, see the www.experian.no . If the tenderer feels that the credit rating will not provide an accurate picture, please send supplementary information together with the qualification enquiry.
Criterion : References on specified services
Description : Only for services: In the reference period, the tenderer has carried out the following important goods deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three years to be taken into consideration. Minimum qualification requirements Qualification requirement: Significant experience from similar deliveries is required. Documentation requirement: The tenderer ́s three most important deliveries in part three last years, including a description of the assignment, their scope/value, date and recipients. The template in the qualification documentation annex 2 shall be used to document fulfilment of the requirement.
Criterion : Technicians or technical bodies for quality control
Description : Tenderers can use the following technical personnel or technical units , particularly those who are responsible for quality control: For technical personnel or technical units that do not directly belong to the tenderer ́s business, but if the capacity the tenderer will use, cf. part II, section C, separate ESPD forms shall be supplemented. Minimum qualification requirements Qualification requirement: Very good implementation ability is required. Documentation requirement: Description of the tenderer's technical capacity and professional qualifications. With regard to the capacity, a description of the tenderer's relevant units shall be given. With regard to qualifications, a short overview of the tenderer's general relevant expertise shall be given. Persons that will be offered should not be specified, and CVs should not be submitted.
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 3
Maximum number of candidates to be invited for the second stage of the procedure : 4
The procedure will take place in successive stages. At each stage, some participants may be eliminated
The buyer reserves the right to award the contract on the basis of the initial tenders without any further negotiations

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Price
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Quality
Description : Quality
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 70
Criterion :
Type : Quality
Name : Immaterial climate footprint and environmental impact (justified below)
Description : The procurement is for a framework agreement for a Microsoft Licensing Solution Provider (LSP). An LSP shall be procured, which can be a total supplier for the Contracting Authority to Microsoft. The tenderer shall provide consultancy and consultancy services and communicate on premise software and cloud services from Microsoft within the framework agreements' scope. The tenderer's profits mainly consist of consultancy and consultancy services, and to the mark-up of products communicated from the manufacturer. There will be an inbound portfolio that shall be continued. DFØ has carried out a general mapping of procurements that, in their nature, can be assessed to have immaterial climate footprint and environmental impact, and reviewed all procurements that were carried out in 2022 registered in 14 CPV codes that are considered to have low climate intensity. Based on this review, the types of procurements that go on and that have a typically low climate intensity have been identified, at the same time qualitative assessments related to other forms of environmental impact have been identified. The result of the assessments is a list of service procurements that are assessed to have a climate footprint and an environmental impact that is immaterial. Human resources such as hourly work or assignments are typically procured for these procurement categories, where any climate footprint and environmental impact will often be beyond what can be connected to the nature of the procurement. Consultancy services are, in accordance with DFØ Ìs assessments, a type of procurement that is considered to have immaterial climate footprint and environmental impact. Nav considers that the nature of the procurement that the dealer service makes up is to be seen as a consultancy service, with typical desk work and meetings. The tenderer can, to a very limited degree, affect production methods, electricity consumption, etc. at the manufacturer from which they shall be able to deliver products. By the way, in terms of the conditions at the manufacturer, the production and maintenance of software can also be largely considered to be within the nature of consultancy work. Nav considers that the reason coincides with DFØ Ìs example assessment of a consultancy service, connected to legal assistance: "To map the climate footprint and other forms of environmental impact from the nature of consultancy services, the directorate assumes that a consultant's climate footprint and environmental impact will be equal to the burden from an average permanent employee. According to the Directorate's own climate gas accounts, the employee's need for office space and equipment, energy consumption in the building, travel activities for work, and waste generation that contributes to the employee's climate footprint and environmental impact. However, the Directorate estimates that none of the above elements fall within the nature of the procurement, which is a consultancy service. The elements that are related to the species, i.e. the assistance provided and the digital report to be produced, lead to an immaterial climate footprint and an immaterial environmental impact." The Norwegian Labour and Welfare Administration considers other public contracting authorities, as well as other publications, with similar procurements, which have concluded that this type of procurement is of an immaterial climate footprint and environmental impact. Nav has also registered DFØ Ìs list of CPV codes at the main level and degree of climate intensity (CO2e/KR). This is where low climate intensity for CPV main level 48 Software and information systems and CPV main level 72 computer services: consultancy, software development, internet and system support. Based on the above, Nav has assessed that the exclusion provisions in PPR § 7-9 (5) will be used, as the procurement is assessed to have a climate footprint and an environmental impact that is immaterial. Nav is therefore in this procurement except the obligations to weight climate and environment considerations by 30 percent, or to set climate and environmental requirements in the requirement specifications. Nevertheless, the contracting authority has set environmental requirements regarding the call-off situation, that where new products are procured, the supplier should consider and take climate and environmental considerations between different products, so that these considerations are part of the assessment of which products nav shall buy. Furthermore, Nav has set a requirement for the Tenderer to assist the Contracting Authority in obtaining climate accounts from the manufacturer. These requirements are considered in this procurement to give a better climate and environmental effect to emphasise climate and environmental considerations with the weight that the Public Procurement requires.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 0

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Address of the procurement documents : https://permalink.mercell.com/257008656.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
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 15/08/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
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 : 1
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Mediation organisation : Oslo tingrett
Review organisation : Oslo tingrett
Information about review deadlines : There will be a waiting period of at least 10 days after the award of contract.
Organisation providing more information on the review procedures : Oslo tingrett

8. Organisations

8.1 ORG-0001

Official name : ARBEIDS- OG VELFERDSETATEN
Registration number : 889640782
Postal address : Postboks 354
Town : Mo i Rana
Postcode : 8601
Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway
Contact point : Gina Synnøve Andreassen
Telephone : 90683427
Internet address : http://www.nav.no/
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Oslo tingrett
Registration number : 926 725 939
Postal address : C. J. Hambros plass 4
Town : Oslo
Postcode : 0164
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Gina Andreassen
Telephone : 90683427
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures
Mediation organisation

Notice information

Notice identifier/version : c52d66b8-c4f4-430a-bb7d-003541905afd - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 25/06/2025 10:16 +00:00
Notice dispatch date (eSender) : 25/06/2025 10:16 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00412734-2025
OJ S issue number : 120/2025
Publication date : 26/06/2025