System for transport logistics in the home care service in Oslo municipality.

Oslo municipality, c/o Origo, would like to enter into a contract that shall cover an API for route optimisation, which will facilitate the manual work that team managers and coordinators in the home care service perform daily. Oslo municipality, c/o Origo, would like to enter into a contract that shall …

CPV: 72250000 Järjestelmä- ja tukipalvelut, 48000000 Ohjelmatuotteet ja tietojärjestelmät, 48100000 Toimialakohtaiset ohjelmatuotteet, 48700000 Apuohjelmatuotteet, 48980000 Ohjelmointikielet ja -välineet, 72000000 Tietotekniset palvelut: neuvonta, ohjelmistojen kehittäminen, Internet ja tuki, 72212700 Ohjelmistojen apuohjelmien kehittämispalvelut, 72268000 Ohjelmiston toimituspalvelut
Teloituspaikka:
System for transport logistics in the home care service in Oslo municipality.
Myöntävä elin:
Oslo kommune v/ Origo
Myöntämisnumero:
EB 25/10

1. Buyer

1.1 Buyer

Official name : Oslo kommune v/ Origo
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : System for transport logistics in the home care service in Oslo municipality.
Description : Oslo municipality, c/o Origo, would like to enter into a contract that shall cover an API for route optimisation, which will facilitate the manual work that team managers and coordinators in the home care service perform daily.
Procedure identifier : 524e92c0-ac10-4e6c-9428-b992c3e38f40
Internal identifier : EB 25/10
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 :

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72250000 System and support services
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48100000 Industry specific software package
Additional classification ( cpv ): 48700000 Software package utilities
Additional classification ( cpv ): 48980000 Programming languages and tools
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72212700 Software development services utilities
Additional classification ( cpv ): 72268000 Software supply services

2.1.2 Place of performance

Country subdivision (NUTS) : Oslo ( NO081 )

2.1.3 Value

Estimated value excluding VAT : 24 700 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy 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.
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.
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.
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.
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)
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?
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.
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).
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).
Child labour and 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).
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.
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.
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.
Guilty of 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?
Purely national exclusion grounds : Approved procedures for staffable conditions Have 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, approved a writy for some of the punishable conditions mentioned above, j.f. the Procurement Regulations § 24-2, (2) section, a-f
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?
Guilty of 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.
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 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.
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?
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.
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?
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.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : System for transport logistics in the home care service in Oslo municipality.
Description : Oslo municipality, c/o Origo, would like to enter into a contract that shall cover an API for route optimisation, which will facilitate the manual work that team managers and coordinators in the home care service perform daily.
Internal identifier : EB 25/10

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72250000 System and support services
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48100000 Industry specific software package
Additional classification ( cpv ): 48700000 Software package utilities
Additional classification ( cpv ): 48980000 Programming languages and tools
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72212700 Software development services utilities
Additional classification ( cpv ): 72268000 Software supply services

5.1.2 Place of performance

Country subdivision (NUTS) : Oslo ( NO081 )
Additional information :

5.1.3 Estimated duration

Duration : 1 Year

5.1.4 Renewal

Maximum renewals : 5
The buyer reserves the right for additional purchases from the contractor, as described here : The contract will be valid for one year from the delivery day. The contracting authority has an option to extend the contract for a further 1+1+1+1+1 years on unchanged terms (maximum length is 6 years).

5.1.5 Value

Estimated value excluding VAT : 24 700 000 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)
Information about previous notices :
Identifier of the previous notice : 107492-2024
Identifier of the previous notice : 301498-2024

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Tenderers must have sufficient economic and financial capacity to be able to fulfil the contract.
Description : The company's last Annual Financial Statements including notes, the Board's Annual Report and Audit Report, as well as new information of relevance to the company's fiscal numbers. The contracting authority reserves the right to obtain credit appraisal on its own initiative.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : The tenderer shall be a legally established company.
Description : Norwegian companies: Company Registration Certificate Foreign companies: Proof that the company is registered in a trade or business register as prescribed by the law of the country where the tenderer is established.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Experience from equivalent assignments is required. Equivalent assignments means deliveries of a route optimisation system.
Description : A description of the tenderer ́s up to 5 most relevant assignments that have been carried out in the last 3 years. The overview shall state who the contracting authority was, the name of a gender neutral preferred, the assignment ́s scope and value, as well as the time (commissioning date) and the place of the assignment as well as a description of the assignment ́s content. The contracting authority will also consider assignments that are older than three years.
Use of this criterion : Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (percentage, exact) : 60
Criterion :
Type : Technical and professional ability
Name : The tenderer must have sufficient personnel to fulfil the contract.
Description : This means that the tenderer has sufficient workforce and technical personnel so that all of the city districts in Oslo municipality can use the service in the contract period as regards customer service and technical personnel who can handle the operation and development of the route optimisation system. An account of the available workforce at the tenderer's disposal for fulfilment of the contract, as well as a description of the technical personnel or technical units at the tenderer's disposal for fulfilment of the contract, including an overview of customer service and technical personnel who can handle the operation and development of the route optimisation system. If a tenderer uses sub-suppliers, an overview shall be provided of the distribution of technical personnel or technical units between the main supplier and the sub-supplier.
Use of this criterion : Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (percentage, exact) : 40
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

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price for the service
Description : Complete annex 1 to Annex 6 "Price Form" tab on the "Price for the Service" tab.
Weight (percentage, exact) : 30
Criterion :
Type : Quality
Name : Quality of service
Description : The tenderer ́s response to ME requirements and E-requirements in annex 2.
Weight (percentage, exact) : 60
Criterion :
Type : Quality
Name : Quality establishment and training
Description : The tenderer ́s response to annex 3.
Weight (percentage, exact) : 5
Criterion :
Type : Quality
Name : Service level quality
Description : The tenderer ́s response to Annex 4.
Weight (percentage, exact) : 5
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 : 20/05/2025 10:00 +00:00

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Danish, English, Norwegian, Swedish
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 20/05/2025 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
Electronic auction : no

5.1.16 Further information, mediation and review

Mediation organisation : Oslo Tingrett
Review organisation : Oslo Tingrett
Organisation providing additional information about the procurement procedure : Oslo kommune v/ Origo
Organisation providing offline access to the procurement documents : Oslo kommune v/ Origo
Organisation providing more information on the review procedures : Oslo Tingrett
Organisation receiving requests to participate : Oslo kommune v/ Origo
Organisation processing tenders : Oslo kommune v/ Origo

8. Organisations

8.1 ORG-0001

Official name : Oslo kommune v/ Origo
Registration number : 920204368
Department : Innkjøpstjenester
Postal address : Stortorvet 10
Town : Oslo
Postcode : 0155
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Synnøve Jørgensen
Telephone : +47 21802180
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 : C. J. Hambros plass 4
Town : Oslo
Postcode : 0164
Country : Norway
Telephone : +47 22035200
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures
Mediation organisation

11. Notice information

11.1 Notice information

Notice identifier/version : 85154661-11cc-4963-9d64-6d51abc2eaa7 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 14/04/2025 07:34 +00:00
Notice dispatch date (eSender) : 14/04/2025 07:47 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00244727-2025
OJ S issue number : 74/2025
Publication date : 15/04/2025