Future IT - Operational model

Sodir is in the process of a comprehensive digitalisation lift. The digitalisation promise includes a digitalisation programme that is a collective term for all the activities we will carry out in the next 5-10 years to modernise our IT operating model, as well as associated systems and services. The programme …

CPV: 72000000 Servicios TI: consultoría, desarrollo de software, Internet y apoyo, 72220000 Servicios de consultoría en sistemas y consultoría técnica, 72300000 Servicios relacionados con datos
Lugar de ejecución:
Future IT - Operational model
Organismo adjudicador:
Sokkeldirektoratet
Número de premio:
2025/2005

1. Buyer

1.1 Buyer

Official name : Sokkeldirektoratet
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Future IT - Operational model
Description : Sodir is in the process of a comprehensive digitalisation lift. The digitalisation promise includes a digitalisation programme that is a collective term for all the activities we will carry out in the next 5-10 years to modernise our IT operating model, as well as associated systems and services. The programme aims at automating and making both the operation and our internal work processes more efficient. As a result of this we see a need to enter into several new contracts. One of these digitalisation promises is for the establishment of Sodir's new IT operation model with associated services. Named "Future IT Operational Model" this project aims at establishing a secure, scaleable and efficient IT operation and management. The system shall also be robust and give increased predictability. See the tender documentation and annexes for further information on the competition.
Procedure identifier : 91ea5d12-ecb0-41a6-bdac-c4a83cfad5ae
Internal identifier : 2025/2005
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : Sodir is in the process of a comprehensive digitalisation lift. The digitalisation promise includes a digitalisation programme that is a collective term for all the activities we will carry out in the next 5-10 years to modernise our IT operating model, as well as associated systems and services. The programme aims at automating and making both the operation and our internal work processes more efficient. As a result of this we see a need to enter into several new contracts. One of these digitalisation promises is for the establishment of Sodir's new IT operation model with associated services. Named "Future IT Operational Model" this project aims at establishing a secure, scaleable and efficient IT operation and management. The system shall also be robust and give increased predictability. See the tender documentation and annexes for further information on the competition.

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
Additional classification ( cpv ): 72300000 Data services

2.1.2 Place of performance

Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 50 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - See the tender documentation and annexes for further information.

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 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?

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Future IT - Operational model
Description : Sodir is in the process of a comprehensive digitalisation lift. The digitalisation promise includes a digitalisation programme that is a collective term for all the activities we will carry out in the next 5-10 years to modernise our IT operating model, as well as associated systems and services. The programme aims at automating and making both the operation and our internal work processes more efficient. As a result of this we see a need to enter into several new contracts. One of these digitalisation promises is for the establishment of Sodir's new IT operation model with associated services. Named "Future IT Operational Model" this project aims at establishing a secure, scaleable and efficient IT operation and management. The system shall also be robust and give increased predictability. See the tender documentation and annexes for further information on the competition.
Internal identifier : 2025/2005

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
Additional classification ( cpv ): 72300000 Data services

5.1.2 Place of performance

Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 96 Month

5.1.5 Value

Estimated value excluding VAT : 50 000 000 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 : 8
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 : 8
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

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Address of the procurement documents : https://permalink.mercell.com/259153153.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 requests to participate : 08/08/2025 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 : 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 : Oslo Tingrett -
Information about review deadlines : See domstol.no
Organisation providing more information on the review procedures : Oslo Tingrett -

8. Organisations

8.1 ORG-0001

Official name : Sokkeldirektoratet
Registration number : 870917732
Postal address : Postboks 600
Town : STAVANGER
Postcode : 4003
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Contact point : Marie Opsal
Telephone : +47 51876000
Fax : +47 51551571
Internet address : https://www.sodir.no
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Oslo Tingrett
Registration number : 926725939
Town : Oslo
Postcode : 0125
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures
Notice information
Notice identifier/version : a90806cb-a034-433d-b96c-5415ea804ca5 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 23/06/2025 11:52 +00:00
Notice dispatch date (eSender) : 23/06/2025 12:28 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00405461-2025
OJ S issue number : 119/2025
Publication date : 25/06/2025