Framework agreement for digital security monitoring and incident management.

Provision of services for digital security monitoring and incident management. Provision of services for digital security monitoring and incident management.

CPV: 48730000 Tietoturvaohjelmatuotteet, 72000000 Tietotekniset palvelut: neuvonta, ohjelmistojen kehittäminen, Internet ja tuki, 72220000 Järjestelmiä ja tekniikkaa koskevat konsulttipalvelut, 72300000 Datapalvelut
Teloituspaikka:
Framework agreement for digital security monitoring and incident management.
Myöntävä elin:
Helsetjenestens driftsorganisasjon for nødnett HF
Myöntämisnumero:
2025/29

1. Buyer

1.1 Buyer

Official name : Helsetjenestens driftsorganisasjon for nødnett HF
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : Health

1.1 Buyer

Official name : Helsetjenestens Driftsorganisasjon for Nødnett (HDO)
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : Health

2. Procedure

2.1 Procedure

Title : Framework agreement for digital security monitoring and incident management.
Description : Provision of services for digital security monitoring and incident management.
Procedure identifier : 3b35cffa-b838-4bb2-94a3-3027508982e6
Internal identifier : 2025/29
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 : Provision of services for digital security monitoring and incident management.

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 ): 48730000 Security software package
Additional classification ( cpv ): 72220000 Systems and technical consultancy services
Additional classification ( cpv ): 72300000 Data services

2.1.2 Place of performance

Postal address : Hans Mustadgate 31
Town : Gjøvik
Postcode : 2821
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 17 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - Public Procurements Act

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 : Framework agreement for digital security monitoring and incident management.
Description : Provision of services for digital security monitoring and incident management.
Internal identifier : 2025/29

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 ): 48730000 Security software package
Additional classification ( cpv ): 72220000 Systems and technical consultancy services
Additional classification ( cpv ): 72300000 Data services
Options :
Description of the options : 1+1+1

5.1.2 Place of performance

Postal address : Hans Mustadgate 31
Town : Gjøvik
Postcode : 2821
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 07/09/2025
Duration end date : 07/09/2031

5.1.5 Value

Estimated value excluding VAT : 17 000 000 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
Criterion : General yearly turnover
Description : The tenderer ́s ("total") annual turnover for the number of financial years requested in the tender notice or in the procurement documents is as follows: Minimum qualification requirements
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Financial ratio
Description : For financial key figures stated in the notice or in the procurement documents, the tenderer declares that the actual value(s) of the requested key figures are as follows: Minimum qualification requirements
The criteria will be used to select the candidates to be invited for the second stage of the procedure
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 : 10
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 : Quality
Name :
Description : Quality is assessed based on the tenderer ́s response to the evaluation requirements and other documentation referred to in the evaluation requirement.
Criterion :
Type : Price
Name :
Description : All prices shall be stated in NOK excluding VAT.
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
Address of the procurement documents : https://permalink.mercell.com/258083694.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
Deadline for receipt of requests to participate : 02/07/2025 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 :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Vestre Innlandet tingrett -
Information about review deadlines : In accordance with applicable law
Organisation providing additional information about the procurement procedure : Helsetjenestens driftsorganisasjon for nødnett HF -
Organisation providing offline access to the procurement documents : Helsetjenestens driftsorganisasjon for nødnett HF -
Organisation receiving requests to participate : Helsetjenestens Driftsorganisasjon for Nødnett (HDO) -
Organisation processing tenders : Helsetjenestens Driftsorganisasjon for Nødnett (HDO) -

8. Organisations

8.1 ORG-0001

Official name : Helsetjenestens driftsorganisasjon for nødnett HF
Registration number : 911912759
Postal address : Postboks 72
Town : Gjøvik
Postcode : 2801
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Contact point : Eli Kjønsberg
Telephone : +47 61146820
Internet address : http://www.hdo.no/
Roles of this organisation :
Buyer
Group leader
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents

8.1 ORG-0002

Official name : Helsetjenestens Driftsorganisasjon for Nødnett (HDO)
Registration number : 911912759
Postal address : Hans Mustadsgate 31
Town : Gjøvik
Postcode : 2821
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Contact point : Helsetjenestens Driftsorganisasjon for Nødnett (HDO)
Telephone : 95790385
Internet address : http://www.hdo.no/
Roles of this organisation :
Buyer
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0003

Official name : Vestre Innlandet tingrett
Registration number : 926723758
Department : Gjøvik
Postal address : Strandgata 26
Town : Gjøvik
Postcode : 2821
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : 1971880a-db85-471d-aced-292bdb90c985 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 02/06/2025 08:51 +00:00
Notice dispatch date (eSender) : 02/06/2025 09:04 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00357800-2025
OJ S issue number : 105/2025
Publication date : 03/06/2025