Parallel framework agreements for TET Digital AS consultants.

The aim of the procurement is that TET Digital enters into parallel framework agreements with two tenderers for consultancy services within the competence areas of technology, design, product and data. The estimated need is 78-80 consultants per annum in the framework agreement period. Withdrawals on the framework agreements are, however, …

CPV: 72000000 Tietotekniset palvelut: neuvonta, ohjelmistojen kehittäminen, Internet ja tuki, 72100000 Tietokonelaitteistoa koskevat konsulttipalvelut, 72200000 Ohjelmointi ja siihen liittyvät neuvontapalvelut, 72210000 Valmisohjelmien ohjelmointipalvelut, 72212000 Sovellusohjelmiston ohjelmointipalvelut, 72212100 Toimialakohtaisten ohjelmistojen kehittämispalvelut, 72220000 Järjestelmiä ja tekniikkaa koskevat konsulttipalvelut, 72222000 Tietojärjestelmien tai tietotekniikan strategiset arviointi- ja suunnittelupalvelut, 72222300 Tietotekniikkapalvelut, 72260000 Ohjelmistoihin liittyvät palvelut, 72266000 Ohjelmistokonsulttipalvelut, 72300000 Datapalvelut, 72400000 Internet-palvelut, 72500000 Tietokonepalvelut, 72600000 Tietotekniset tuki- ja neuvontapalvelut, 72700000 Tietokoneverkkopalvelut, 72800000 Tietojärjestelmän auditointi- ja testauspalvelut, 72900000 Tietokonejärjestelmän varmistus- ja luettelomuunnospalvelut, 73000000 Tutkimus- ja kehityspalvelut ja niihin liittyvät konsulttipalvelut
Teloituspaikka:
Parallel framework agreements for TET Digital AS consultants.
Myöntävä elin:
TET Digital AS
Myöntämisnumero:
25_00405

1. Buyer

1.1 Buyer

Official name : TET Digital AS
Activity of the contracting entity : Urban railway, tramway, trolleybus or bus services

2. Procedure

2.1 Procedure

Title : Parallel framework agreements for TET Digital AS consultants.
Description : The aim of the procurement is that TET Digital enters into parallel framework agreements with two tenderers for consultancy services within the competence areas of technology, design, product and data. The estimated need is 78-80 consultants per annum in the framework agreement period. Withdrawals on the framework agreements are, however, not binding and can be both lower and higher than stated. The services shall be delivered to TET Digital ́s locations in Oslo. See the procurement documents for further information.
Procedure identifier : b4314f4f-3018-47ba-8376-0662f73ea1fa
Internal identifier : 25_00405
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 : The competition will be held in accordance with the Act from 17 June 2016 no. 73 on public procurements and regulations 12 August 2016 no. 975 on procurement rules in the supply sectors (utilities regulations) parts I and part II. The contract will be awarded in accordance with the negotiated procedure after a prior notice, cf. the utilities regulations § 19-7. The competition is thus initiated with a prequalification phase. This means that there will first be a qualification of the tenderers. Tenderers must, therefore, first submit a qualification application together with a completed ESPD form. Only tenderers who are qualified and who are of the 3-6 tenderers who score best in the selection criteria will be invited to submit a tender. The contracting authority reserves the right, in the tender phase, not to hold negotiations. If the contracting authority chooses to hold negotiations, the contracting authority reserves the right to reduce the number of tenders to be negotiated before the negotiations. Tenderers are therefore encouraged to submit their best tender.

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 ): 72100000 Hardware consultancy services
Additional classification ( cpv ): 72200000 Software programming and consultancy services
Additional classification ( cpv ): 72210000 Programming services of packaged software products
Additional classification ( cpv ): 72212000 Programming services of application software
Additional classification ( cpv ): 72212100 Industry specific software development services
Additional classification ( cpv ): 72220000 Systems and technical consultancy services
Additional classification ( cpv ): 72222000 Information systems or technology strategic review and planning services
Additional classification ( cpv ): 72222300 Information technology services
Additional classification ( cpv ): 72260000 Software-related services
Additional classification ( cpv ): 72266000 Software consultancy services
Additional classification ( cpv ): 72300000 Data services
Additional classification ( cpv ): 72400000 Internet services
Additional classification ( cpv ): 72500000 Computer-related services
Additional classification ( cpv ): 72600000 Computer support and consultancy services
Additional classification ( cpv ): 72700000 Computer network services
Additional classification ( cpv ): 72800000 Computer audit and testing services
Additional classification ( cpv ): 72900000 Computer back-up and catalogue conversion services
Additional classification ( cpv ): 73000000 Research and development services and related consultancy services

2.1.2 Place of performance

Postal address : Dronningens gate 40
Town : Oslo
Postcode : 0154
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Additional information : The framework agreements will include the procurement of consultancy services for the Contracting Authority ́s locations in Oslo. As a starting point, outside Of Oslo, needs will be solved by using the existing qualification schemes. The tenderer ́s consultants shall, unless otherwise agreed in writing in each call-off contract, carry out their work in the Contracting Authority ́s premises in Oslo.

2.1.3 Value

Estimated value excluding VAT : 1 100 000 000 Norwegian krone
Maximum value of the framework agreement : 1 300 000 000 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 : 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 : For orientation, the following are the rejection reasons in the utilities regulations § 20-2 purely national rejection reasons: - § 20-2 (2). This provision states that 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 stated punishable conditions. The requirement that the Contracting Authority can reject tenderers who have accepted a wreap for the stated punishable conditions is a distinctively Norwegian requirement. - § 20-2 (3) letter in. The rejection reason in the ESPD form only concerns serious errors in professional practice, whilst the Norwegian rejection reason also includes other serious errors that can lead to doubt about the tenderer's professional integrity.
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 : Parallel framework agreements for TET Digital AS consultants.
Description : The aim of the procurement is that TET Digital enters into parallel framework agreements with two tenderers for consultancy services within the competence areas of technology, design, product and data. The estimated need is 78-80 consultants per annum in the framework agreement period. Withdrawals on the framework agreements are, however, not binding and can be both lower and higher than stated. The services shall be delivered to TET Digital ́s locations in Oslo. See the procurement documents for further information.
Internal identifier : 25_00405

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 ): 72100000 Hardware consultancy services
Additional classification ( cpv ): 72200000 Software programming and consultancy services
Additional classification ( cpv ): 72210000 Programming services of packaged software products
Additional classification ( cpv ): 72212000 Programming services of application software
Additional classification ( cpv ): 72212100 Industry specific software development services
Additional classification ( cpv ): 72220000 Systems and technical consultancy services
Additional classification ( cpv ): 72222000 Information systems or technology strategic review and planning services
Additional classification ( cpv ): 72222300 Information technology services
Additional classification ( cpv ): 72260000 Software-related services
Additional classification ( cpv ): 72266000 Software consultancy services
Additional classification ( cpv ): 72300000 Data services
Additional classification ( cpv ): 72400000 Internet services
Additional classification ( cpv ): 72500000 Computer-related services
Additional classification ( cpv ): 72600000 Computer support and consultancy services
Additional classification ( cpv ): 72700000 Computer network services
Additional classification ( cpv ): 72800000 Computer audit and testing services
Additional classification ( cpv ): 72900000 Computer back-up and catalogue conversion services
Additional classification ( cpv ): 73000000 Research and development services and related consultancy services

5.1.2 Place of performance

Postal address : Dronningens gate 40
Town : Oslo
Postcode : 0154
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Additional information : The framework agreements will include the procurement of consultancy services for the Contracting Authority ́s locations in Oslo. As a starting point, outside Of Oslo, needs will be solved by using the existing qualification schemes. The tenderer ́s consultants shall, unless otherwise agreed in writing in each call-off contract, carry out their work in the Contracting Authority ́s premises in Oslo.

5.1.3 Estimated duration

Duration : 2 Year

5.1.4 Renewal

Maximum renewals : 3
Other information about renewals : The contracting authority can extend the contract completely or partly for up to 2+1+1 years. The maximum duration of the framework agreement is 6 years. The framework agreement will be renewed automatically unless the Contracting Authority notifies tenderers that the framework agreements shall not be extended. Such notification shall be given at the latest 3 months before the contract expires.

5.1.5 Value

Estimated value excluding VAT : 1 100 000 000 Norwegian krone
Maximum value of the framework agreement : 1 300 000 000 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) : no
Information about previous notices :
Identifier of the previous notice : 115648-2024

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : References on specified services
Description : Qualification requirement: The tenderer shall have good experience with the execution of similar deliveries. 'similar deliveries' means assignments that, in content, scope and complexity, are relevant for the services that shall be provided under the framework agreement. Documentation requirement: An overview of three reference assignments that the tenderer has carried out in the last 3 years. Tenderers shall fill in document 04 "Reference Form" and submit this as part of the qualification application. It is the tenderer ́s responsibility to document relevance through the description. The description shall not exceed 1 A4 page per reference assignment. The contracting authority will not assess reference assignments that exceed the number of pages or the number of requested assignments.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (points, exact) : 1
Criterion : Certificates by independent bodies about quality assurance standards
Description : Qualification requirement: Tenderers shall have established and comply with a management system for information security. Documentation requirement: Tenderers shall provide a description of routines and measures related to information security, including how information security is organised and implemented in the entity. If a tenderer is certified in accordance with ISO/IEC 27001 or equivalent standard, it is sufficient to enclose a copy of a valid certificate.
Criterion : Technicians or technical bodies to carry out the work
Description : Qualification requirement: The tenderer shall have sufficient capacity to deliver on the Framework Agreement. Documentation requirement: Tenderers shall fill in document 03 'Capacity Overview' and submit this as part of the qualification application. The document shall include the following information for a minimum of 40 resources that the tenderer can document access to: •name •activity •role • resource level 'Use' means that the tenderer, from the start of the contract through a work contract, employment relationship or another binding contract, can offer the relevant resource for the execution of the framework agreement. Tenderers shall, upon request, be able to document that they can use the offered personnel. See further guidance in document 04 Capacity Overview, the tab "guidance".
Criterion : Other economic or financial requirements
Description : Qualification requirement: Tenderers must have sufficient economic and financial capacity to fulfil the contract. "Good economic and financial capacity" means that the tenderer must have a credit rating equivalent to "credit worthy" or higher. Documentation requirement: A credit rating shall be submitted from a certified credit rating agency (e.g. Dun & Bradstreet, Experian, or equivalent).
Criterion : Authorisation or membership of a particular organisation needed for service contracts
Description : Qualification requirement: The tenderer shall be a legally established company. Documentation requirement: A company registration certificate shall be submitted. Foreign companies must prove that the tenderer is registered in a company register, professional register or a commerce register in the country where the tenderer is established.
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 : 6
The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Hourly rates shall be submitted per resource level. Tenderers shall fill in the hourly rates in Annex 5 Price and Price Terms.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Quality
Description : Sub-criteria 1: Assignment comprehension (50 %) Sub-criteria 2: Competence and experience (50 %)
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 70
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 : 23/06/2025 10:00 +00:00

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 15/08/2025
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
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 04/07/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : See SSA-R General contract text with annexes.
A non-disclosure agreement is required : yes
Additional information about the non-disclosure agreement : The tenderer ́s consultants shall sign the Contracting Authority ́s confidentiality statement for external persons before the assignments are initiated.
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : See Annex 5 Price and Price Terms.

5.1.15 Techniques

Framework agreement :
Framework agreement, with reopening of competition
Maximum number of participants : 2
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 : The tenderer ́s deadline to petition for a temporary injunction against the contracting authority's decision on prequalification must be presented to the court 15 days calculated from the day after notification of prequalification has been issued, cf. the Utilities Regulations § 16-5.
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 information concerning the general regulatory framework for employment protection and working conditions applicable in the place where the contract is to be performed : Oslo tingrett -
Organisation providing additional information about the procurement procedure : TET Digital AS -
Organisation providing offline access to the procurement documents : TET Digital AS -
Organisation providing more information on the review procedures : Oslo tingrett -
Organisation receiving requests to participate : TET Digital AS -
Organisation processing tenders : TET Digital AS -

8. Organisations

8.1 ORG-0001

Official name : TET Digital AS
Registration number : 932295288
Postal address : Dronningens gate 40, Postboks 1030 Sentrum
Town : Oslo
Postcode : 0104
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Julie Kristiansen
Telephone : +47 40006700
Internet address : https://ruter.no/
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 : 926725939
Postal address : C.J.Hambros plass 4
Town : Oslo
Postcode : 0164
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : +47 22035200
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures
Mediation organisation
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed
Organisation providing information concerning the general regulatory framework for employment protection and working conditions applicable in the place where the contract is to be performed
Notice information
Notice identifier/version : f49c35a5-96ca-40d5-a882-2f8d9d06424a - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 30/05/2025 10:25 +00:00
Notice dispatch date (eSender) : 30/05/2025 13:30 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00355976-2025
OJ S issue number : 105/2025
Publication date : 03/06/2025