Framework agreement with several tenderers regarding digital services connected to sub-area project management/team management and/or IT design and/or IT architecture.

Entur AS invites tenderers to an open tender contest for 4-6 framework agreements per sub-area, for consultants within the three sub areas project management/team management and/or IT design and/or IT architecture. Tenderers can submit sub-tenders for one or several of the sub areas. 1-3. Entur AS invites tenderers to an …

CPV: 72000000 Servicios TI: consultoría, desarrollo de software, Internet y apoyo, 72220000 Servicios de consultoría en sistemas y consultoría técnica
Plazo:
28 de agosto de 2025 a las 10:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
Framework agreement with several tenderers regarding digital services connected to sub-area project management/team management and/or IT design and/or IT architecture.
Organismo adjudicador:
Entur AS
Número de premio:
20250006

1. Buyer

1.1 Buyer

Official name : Entur AS
Legal type of the buyer : Public undertaking, controlled by a central government authority
Activity of the contracting entity : Railway services

2. Procedure

2.1 Procedure

Title : Framework agreement with several tenderers regarding digital services connected to sub-area project management/team management and/or IT design and/or IT architecture.
Description : Entur AS invites tenderers to an open tender contest for 4-6 framework agreements per sub-area, for consultants within the three sub areas project management/team management and/or IT design and/or IT architecture. Tenderers can submit sub-tenders for one or several of the sub areas. 1-3.
Procedure identifier : 963d9008-b805-494c-b0be-45eaca6c635d
Internal identifier : 20250006
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The procurement will be made in accordance with applicable law 17 June 2016 no. 73 on public procurements (the Procurement Act) and the regulations 12 August 2016 no. 975 on procurement rules in the supply sectors (the Supply Regulations) parts I and II. The procurement will be carried out as an open tender contest, cf. the Utilities Regulations § 9-1 (1). This procedure gives all interested tenderers the possibility to submit tender offers. Negotiations are not allowed in this competition. Tenders cannot, therefore, be changed after the tender deadline has expired. Furthermore, attention is agreed that tenders that include significant deviations from the procurement documents shall be rejected in accordance with the utilities regulations § 20-8 (1) b. The contracting authority can reject tenders that include deviations from the procurement documents, unclear points or the like that must not be seen as immaterial, cf. the utilities regulations § 20-8 (2) a.

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 ): 72220000 Systems and technical consultancy services

2.1.2 Place of performance

Anywhere
Additional information : Mainly work is being done from the main office in Oslo, but there is also some need at the locations in Lillehammer, Trondheim, Bergen, Stavanger, Kristiansand.

2.1.3 Value

Estimated value excluding VAT : 330 000 000 Norwegian krone
Maximum value of the framework agreement : 450 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/25/EU

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
Corruption : § 20-2.Rejection due to conditions at the tenderer. (2) The contracting authority can reject a tenderer when he is aware that the tenderer has been legally convicted or has accepted a writy for the following punishable conditions: a. participation in a criminal organisation. b. corruption c. fraud d. acts of terrorism or criminal acts relating to terrorist activity e. money laundering or financing terrorism. f. child labour and other forms of human trafficking.
Fraud : § 20-2.Rejection due to conditions at the tenderer. (2) The contracting authority can reject a tenderer when he is aware that the tenderer has been legally convicted or has accepted a writy for the following punishable conditions: a. participation in a criminal organisation. b. corruption c. fraud d. acts of terrorism or criminal acts relating to terrorist activity e. money laundering or financing terrorism. f. child labour and other forms of human trafficking.
Money laundering or terrorist financing : § 20-2.Rejection due to conditions at the tenderer. (2) The contracting authority can reject a tenderer when he is aware that the tenderer has been legally convicted or has accepted a writy for the following punishable conditions: a. participation in a criminal organisation. b. corruption c. fraud d. acts of terrorism or criminal acts relating to terrorist activity e. money laundering or financing terrorism. f. child labour and other forms of human trafficking.
Participation in a criminal organisation : § 20-2.Rejection due to conditions at the tenderer. (2) The contracting authority can reject a tenderer when he is aware that the tenderer has been legally convicted or has accepted a writy for the following punishable conditions: a. participation in a criminal organisation. b. corruption c. fraud d. acts of terrorism or criminal acts relating to terrorist activity e. money laundering or financing terrorism. f. child labour and other forms of human trafficking.
Terrorist offences or offences linked to terrorist activities : § 20-2.Rejection due to conditions at the tenderer. (2) The contracting authority can reject a tenderer when he is aware that the tenderer has been legally convicted or has accepted a writy for the following punishable conditions: a. participation in a criminal organisation. b. corruption c. fraud d. acts of terrorism or criminal acts relating to terrorist activity e. money laundering or financing terrorism. f. child labour and other forms of human trafficking.
Child labour and including other forms of trafficking in human beings : § 20-2.Rejection due to conditions at the tenderer. (2) The contracting authority can reject a tenderer when he is aware that the tenderer has been legally convicted or has accepted a writy for the following punishable conditions: a. participation in a criminal organisation. b. corruption c. fraud d. acts of terrorism or criminal acts relating to terrorist activity e. money laundering or financing terrorism. f. child labour and other forms of human trafficking.
Breaching of obligations in the fields of environmental law : In accordance with the Utilities Regulations §20-2.
Breaching of obligations in the fields of labour law : In accordance with the Utilities Regulations §20-2.
Breaching of obligations in the fields of social law : In accordance with the Utilities Regulations §20-2.
Agreements with other economic operators aimed at distorting competition : In accordance with the Utilities Regulations §20-2.
Grave professional misconduct : In accordance with the Utilities Regulations §20-2.
Misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : In accordance with the Utilities Regulations §20-2.
Offence concerning its professional conduct in the domain of defence procurement : In accordance with the Utilities Regulations §20-2.
Conflict of interest due to its participation in the procurement procedure : In accordance with the Utilities Regulations §20-2.
Direct or indirect involvement in the preparation of this procurement procedure : In accordance with the Utilities Regulations §20-2.
Early termination, damages, or other comparable sanctions : In accordance with the Utilities Regulations §20-2.
Lack of reliability to exclude risks to the security of the country : In accordance with the Utilities Regulations §20-2.
Breaching of obligations set under purely national exclusion grounds : In accordance with the Utilities Regulations §20-2.
Breaching obligation relating to payment of social security contributions : In accordance with the Utilities Regulations §20-2.
Breaching obligation relating to payment of taxes : In accordance with the Utilities Regulations §20-2.
Business activities are suspended : In accordance with the Utilities Regulations §20-2.
Bankruptcy : In accordance with the Utilities Regulations §20-2.
Arrangement with creditors : In accordance with the Utilities Regulations §20-2.
Insolvency : In accordance with the Utilities Regulations §20-2.
Assets being administered by liquidator : In accordance with the Utilities Regulations §20-2.
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national law : In accordance with the Utilities Regulations §20-2.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Framework agreement with several tenderers regarding digital services connected to sub-area project management/team management and/or IT design and/or IT architecture.
Description : Entur AS invites tenderers to an open tender contest for 4-6 framework agreements per sub-area, for consultants within the three sub areas project management/team management and/or IT design and/or IT architecture. Tenderers can submit sub-tenders for one or several of the sub areas. 1-3.
Internal identifier : 20250006

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 ): 72220000 Systems and technical consultancy services

5.1.2 Place of performance

Anywhere
Additional information : Mainly work is being done from the main office in Oslo, but there is also some need at the locations in Lillehammer, Trondheim, Bergen, Stavanger, Kristiansand.

5.1.3 Estimated duration

Start date : 10/10/2025
Duration end date : 09/10/2026

5.1.4 Renewal

Maximum renewals : 5
Other information about renewals : 1+1+1+1+1 year (option).

5.1.5 Value

Estimated value excluding VAT : 330 000 000 Norwegian krone
Maximum value of the framework agreement : 450 000 000 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
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : 7.1 Tax requirements: Requirement: The tenderer, and any supporting companies, shall have their tax and duty payments in order in the country where they are established. • Tax and VAT certificate. The certificate can be obtained from the Altinn.no. The certificate shall not be older than six months, from expiry of the tender deadline. • Norwegian tenderers who are not VAT obliged must provide confirmation of this from the Norwegian tax authorities. • Foreign tenderers must provide certificates from authorities equivalent to the Norwegian authorities.
Criterion : Other economic or financial requirements
Description : 7.2 The tenderer's economic and financial capacity Demand: The tenderer, and any supporting companies, shall together have sufficient economic and financial capacity to provide the services throughout the entire contract period. Documentation requirement: • Extended credit appraisal/report, not older than three months, from a publicly certified credit rating company, with score A (credit worthy) or an equivalent or better rating. The report shall be based on the last known accounting figures. The date must be clearly stated. 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 document that the requirement is fulfilled. In such cases, the tenderer can prove his economic and financial position with any other document that the Contracting Authority deems suitable. Demand: The tenderer, and any supporting companies, shall have a combined minimum turnover from the last general available financial year of NOK 60,000,000 excluding VAT. Documentation requirement: • To document minimum turnover, the tenderer delivers extracts from the last available accounts that show the turnover in question, possibly through an extended credit rating/report. If a tenderer uses different currencies than Norwegian kroner, the currency differences will be based on Norges Bank's mid-course on the day of the tender deadline. If a tenderer has a justifiable reason for not presenting the documentation required by the contracting authority, the tenderer can prove his economic and financial position with any other document that the Contracting Authority deems appropriate.
Criterion : Other economic or financial requirements
Description : 7.3 Quality management system Demand: A good quality management system is required. The concept of a quality management system is that i.a. the tenderer has a awareness of quality objectives, planning, securing, handling of deviations, quality improvement and data security. Documentation requirement: • Presentation of the quality management system. or • A copy of a quality management certificate in accordance with ISO 9001:2015 or an equivalent certificate.
Criterion : Authorisation or membership of a particular organisation needed for service contracts
Description : Is it necessary to have a particular membership in a particular organisation in order to provide the service in the tenderer ́s home country?
Criterion : Measures for ensuring quality
Description : For goods or services that are complicated, or that in exceptional cases shall be used for a particular purpose: Will the tenderer allow checks of the tenderer's production capacity or technical capacity and, where necessary, of the survey and research facilities that the tenderer has at its disposal and of quality control measures? The inspections shall be undertaken by the contracting authority or the contracting authority can leave it to a competent public body in the country where the tenderer is established.
Criterion : Samples, descriptions, or photographs without certification of authenticity
Description : Procurement of goods: The tenderer presents supplies that shall be delivered, requested samples, descriptions or photographs, which do not need to be accompanied by certificates that they are genuine.
Criterion : Samples, descriptions, or photographs with certification of authenticity for supply contracts
Description : When procurement of goods: If requested, the tenderer further declares that they will deliver the requested certificates that they are genuine.
Criterion : Certificates by quality control institutes
Description : Can tenderers submit the requested certificates issued by official bodies for quality control, and who can confirm that the goods, which are clearly identified by reference to technical specifications or standards, as determined in the notice or in the procurement documents, are in accordance with these?
Criterion : Certificates by independent bodies about quality assurance standards
Description : Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements?
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards?

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : • Completed price form SSA-R Annex 5.
Criterion :
Type : Quality
Name : Quality
Description : - Ability to provide relevant resources to the contracting authority (underweight 35 %) - Experience from equivalent/relevant work assignments (weighted 65 %)
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 17/08/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=60411

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
Tenderers may submit more than one tender : Allowed
Deadline for receipt of tenders : 28/08/2025 10:00 +00:00
Deadline until which the tender must remain valid : 91 Day
Information about public opening :
Opening date : 28/08/2025 10:01 +00:00
Place : Oslo
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.
A non-disclosure agreement is required : no
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes
Financial arrangement : See the tender documentation.

5.1.15 Techniques

Framework agreement :
Framework agreement, with reopening of competition
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 : The deadline for appeals is 6 months from when the contract is signed. There is also a waiting period before the contract is signed, which is ten calendar days. Complaints about illegal direct procurements can be filed for up to two years after the contract has been signed.
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed : Oslo tingrett -
Organisation providing additional information about the procurement procedure : Entur AS -
Organisation providing offline access to the procurement documents : Entur AS -
Organisation receiving requests to participate : Entur AS -
Organisation processing tenders : Entur AS -

8. Organisations

8.1 ORG-0001

Official name : Entur AS
Registration number : 917422575
Department : Økonomi - Innkjøp
Postal address : Rådhusgata 5
Town : Oslo
Postcode : 0151
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Contact point : Martin Skaarer
Telephone : +47 92260400
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Oslo tingrett
Registration number : 926 725 939
Postal address : Postboks 2106 Vika
Town : Oslo
Postcode : 0125
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : 22 03 52 00
Roles of this organisation :
Review organisation
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed
Notice information
Notice identifier/version : a81e1f91-9653-4135-8071-10b5180e8e97 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 18/06/2025 12:58 +00:00
Notice dispatch date (eSender) : 18/06/2025 13:06 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00400790-2025
OJ S issue number : 117/2025
Publication date : 20/06/2025