Qualification: Start-up and operation of the website Kvinnehelseportalen [The Women's Health Portal] for Oslo University Hospital.

The aim of the platform is to help research on women's health be known to the general public and for professionals, and that the research is being used so that women can make better choices for their health and be secured better health care. The women's health portal should be …

CPV: 39294100 Information and promotion products, 48224000 Web page editing software package, 48780000 System, storage and content management software package, 72212224 Web page editing software development services, 72415000 World wide web (www) site operation host services, 72413000 World wide web (www) site design services, 79342000 Marketing services, 79413000 Marketing management consultancy services, 79822500 Graphic design services
Place of execution:
Qualification: Start-up and operation of the website Kvinnehelseportalen [The Women's Health Portal] for Oslo University Hospital.
Awarding body:
SYKEHUSINNKJØP HF
Award number:
2025/47611

1. Buyer

1.1 Buyer

Official name : SYKEHUSINNKJØP HF
Legal type of the buyer : Public undertaking
Activity of the contracting authority : Health

2. Procedure

2.1 Procedure

Title : Qualification: Start-up and operation of the website Kvinnehelseportalen [The Women's Health Portal] for Oslo University Hospital.
Description : The aim of the platform is to help research on women's health be known to the general public and for professionals, and that the research is being used so that women can make better choices for their health and be secured better health care. The women's health portal should be the safe, quality-assured, advertising-free place to go, and have the most updated content for research on women's health in a lifetime perspective, conveyed in an understandable way for everyone. The portal shall also provide an overview of research environments, events and announcements. It will be central to success with a digital tool that can help reduce knowledge gaps, raise women's health on the agenda and be perceived as credible, dynamic and modern.
Procedure identifier : 1d2b51ee-fb9a-4ac3-ba2d-a589095dfb4f
Internal identifier : 2025/47611
Type of procedure : Competitive dialogue
Justification for the accelerated procedure :
Main features of the procedure : See the competition terms for further information.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72413000 World wide web (www) site design services
Additional classification ( cpv ): 39294100 Information and promotion products
Additional classification ( cpv ): 48224000 Web page editing software package
Additional classification ( cpv ): 48780000 System, storage and content management software package
Additional classification ( cpv ): 72212224 Web page editing software development services
Additional classification ( cpv ): 72415000 World wide web (www) site operation host services
Additional classification ( cpv ): 79342000 Marketing services
Additional classification ( cpv ): 79413000 Marketing management consultancy services
Additional classification ( cpv ): 79822500 Graphic design services

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 5 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - The procurement will be carried out as a competitive dialogue in accordance with the Act 17 June 2016 no. 73 on public procurements and the regulations 12 August 2016 no. 974 on public procurements parts I and III.

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?
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: Start-up and operation of the website Kvinnehelseportalen [The Women's Health Portal] for Oslo University Hospital.
Description : The aim of the platform is to help research on women's health be known to the general public and for professionals, and that the research is being used so that women can make better choices for their health and be secured better health care. The women's health portal should be the safe, quality-assured, advertising-free place to go, and have the most updated content for research on women's health in a lifetime perspective, conveyed in an understandable way for everyone. The portal shall also provide an overview of research environments, events and announcements. It will be central to success with a digital tool that can help reduce knowledge gaps, raise women's health on the agenda and be perceived as credible, dynamic and modern.
Internal identifier : 2025/47611

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72413000 World wide web (www) site design services
Additional classification ( cpv ): 39294100 Information and promotion products
Additional classification ( cpv ): 48224000 Web page editing software package
Additional classification ( cpv ): 48780000 System, storage and content management software package
Additional classification ( cpv ): 72212224 Web page editing software development services
Additional classification ( cpv ): 72415000 World wide web (www) site operation host services
Additional classification ( cpv ): 79342000 Marketing services
Additional classification ( cpv ): 79413000 Marketing management consultancy services
Additional classification ( cpv ): 79822500 Graphic design services

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 30/11/2025
Duration end date : 01/12/2029

5.1.5 Value

Estimated value excluding VAT : 5 000 000 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

5.1.9 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.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Maximum number of tenders passing : 5
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 shall have sufficient economic and financial capacity to fulfil the contractual obligations. Sufficient economic and financial capacity means that the Tenderer fulfils the following requirements: Credit worthy without security Documentation requirement: The contracting authority will assess the tenderer ́s fulfilment of the qualification requirement, based on the following documentation: Credit rating equivalent to A or better, measured against the AAA Soliditet's scale - or equivalent score from another reputable rating company. The contracting authority reserves the right to obtain a credit rating on its own initiative from a reputable rating company. If a tenderer has a justifiable reason for not submitting the documentation that the contracting authority has required, the tenderer can prove its economic and financial capacity by any other document, including, for example, by a parent company guarantee, bank guarantee, etc. Recently established companies with an credit rating, some foreign companies or companies without reporting obligation to the Brønnøysund Register Centre will not always be able to provide a credit rating as documentation that the qualification requirement is fulfilled. In such cases, this will be compensated by providing alternative documentation together with the tender.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Maximum number of tenders passing : 5
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: Tenderers shall have sufficient technical and professional qualifications to fulfil the contractual obligations. Tenderers shall have sufficient experience from equivalent assignments. The contracting authority will emphasise the relevance, extent and complexity of previous deliveries in the assessment of the tenderer. Documentation requirement: The contracting authority will assess the tenderer's experience with the delivery of the assistance the competition covers based on previous references. Tenderers and the resources who shall be used to carry out the services are required to document relevant deliveries and have relevant experience from equivalent or similar assignments as included in this enquiry, see chapter 1.2. Tenderers are requested to provide an overview of: • The up to three (3) most important deliveries that the tenderer has carried out in the last three (3) years that are of relevance to this specific procurement, including information on the deliveries ́ scope/value, date of delivery/execution, as well as the name of the public or private contracting authority. Each reference project does not need to cover the entire experience requirement. In the assessment of fulfilment of the qualification requirement, the contracting authority will assess the total experience as stated in the submitted references. The documentation shall be enclosed with the application in the Reply Form technical and professional qualifications.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Maximum number of tenders passing : 5
Criterion : Average yearly manpower
Description : The tenderer's average annual workforce in the last three years has been as follows: Minimum qualification requirements Qualification requirement: Tenderers shall have sufficient capacity to fulfil the contract. This includes project management, development and design, strategy and analysis, and marketing. The contracting authority will emphasise the relevance and extent of the assessment of capacity. Documentation requirement: Tenderers are requested to give an overview of: • The average number of man-labour years in the last 2 years (the entire entity). • Description of which resources the tenderer plans to use to carry out the contract. Resources that are relevant for this procurement will, for example, be: - Project management -Product -Design Analysis - Support and maintenance -Marketing Tenderers shall state how much of the contract and which parts of the contract they are planning to use sub-suppliers for. The documentation shall be enclosed with the application in the Reply Form technical and professional qualifications.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Maximum number of tenders passing : 5
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 : 5
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/259600478.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 : Allowed
Variants : Not allowed
Deadline for receipt of requests to participate : 06/08/2025 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 : Allowed
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Indre og Østre Finnmark tingrett -
Information about review deadlines : Prioritised consultancy cases: 2 months. Consultant cases: 3 months. Fee cases: 6 months.
Organisation providing more information on the review procedures : Indre og Østre Finnmark tingrett -

8. Organisations

8.1 ORG-0001

Official name : SYKEHUSINNKJØP HF
Registration number : 916879067
Postal address : Postboks 40
Town : VADSØ
Postcode : 9811
Country subdivision (NUTS) : Finnmark/Finnmárku/Finmarkku ( NO073 )
Country : Norway
Contact point : Postmottak Sykehusinnkjøp
Telephone : +47 78950700
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Indre og Østre Finnmark tingrett
Registration number : 974759357
Town : Vadsø
Postcode : 5607
Country subdivision (NUTS) : Finnmark/Finnmárku/Finmarkku ( NO073 )
Country : Norway
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures
Notice information
Notice identifier/version : 0122a119-97e6-4597-a4d7-85e1a16f0b7d - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 16/06/2025 12:54 +00:00
Notice dispatch date (eSender) : 16/06/2025 12:55 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00393451-2025
OJ S issue number : 115/2025
Publication date : 18/06/2025