Secondary service WAN and internet

Politiets fellestjenester (PFT), hereafter called the contracting authority, shall enter into a secondary contract for the delivery of WAN and internet to selected locations. The delivery must be independent of Telenor, as the Customer has already entered into a primary contract for WAN and internet with Telenor. Further details on …

CPV: 32000000 Radio, televīzijas, komunikāciju, telekomunikāciju un saistītās iekārtas un aparāti, 32400000 Tīkli, 32410000 Lokālais datortīkls, 32412000 Sakaru tīkls, 32412100 Telekomunikāciju tīkls, 32412110 Interneta tīkls, 32430000 Teritoriālais tīkls, 64000000 Pasta un telekomunikāciju pakalpojumi, 64210000 Telefona un datu pārraides pakalpojumi, 72000000 IT pakalpojumi konsultēšana, programmatūras izstrāde, internets un atbalsts, 72400000 Interneta pakalpojumi, 72700000 Datortīkla pakalpojumi, 72720000 Teritoriālā datortīkla pakalpojumi
Izpildes vieta:
Secondary service WAN and internet
Piešķīrēja iestāde:
Politiets fellestjenester
Piešķīruma numurs:
24/81734

1. Buyer

1.1 Buyer

Official name : Politiets fellestjenester
Legal type of the buyer : Central government authority
Activity of the contracting authority : Public order and safety

2. Procedure

2.1 Procedure

Title : Secondary service WAN and internet
Description : Politiets fellestjenester (PFT), hereafter called the contracting authority, shall enter into a secondary contract for the delivery of WAN and internet to selected locations. The delivery must be independent of Telenor, as the Customer has already entered into a primary contract for WAN and internet with Telenor. Further details on who the contract applies to, including who is defined as the Customer in accordance with the contract, is in annex 1 chapter 2. A complete description of the procurement and delivery is given in the contract with annexes, as well as other information published through our tender management tool (KGV) from Mercell (previously EU-Supply).
Procedure identifier : cf085bb4-137c-4b48-a568-40aecfd01a62
Internal identifier : 24/81734
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 ): 72720000 Wide area network services
Additional classification ( cpv ): 32000000 Radio, television, communication, telecommunication and related equipment
Additional classification ( cpv ): 32400000 Networks
Additional classification ( cpv ): 32410000 Local area network
Additional classification ( cpv ): 32412000 Communications network
Additional classification ( cpv ): 32412100 Telecommunications network
Additional classification ( cpv ): 32412110 Internet network
Additional classification ( cpv ): 32430000 Wide area network
Additional classification ( cpv ): 64000000 Postal and telecommunications services
Additional classification ( cpv ): 64210000 Telephone and data transmission services
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72400000 Internet services
Additional classification ( cpv ): 72700000 Computer network services

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 18 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/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 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 : Secondary service WAN and internet
Description : Politiets fellestjenester (PFT), hereafter called the contracting authority, shall enter into a secondary contract for the delivery of WAN and internet to selected locations. The delivery must be independent of Telenor, as the Customer has already entered into a primary contract for WAN and internet with Telenor. Further details on who the contract applies to, including who is defined as the Customer in accordance with the contract, is in annex 1 chapter 2. A complete description of the procurement and delivery is given in the contract with annexes, as well as other information published through our tender management tool (KGV) from Mercell (previously EU-Supply).
Internal identifier : 24/81734

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72720000 Wide area network services
Additional classification ( cpv ): 32000000 Radio, television, communication, telecommunication and related equipment
Additional classification ( cpv ): 32400000 Networks
Additional classification ( cpv ): 32410000 Local area network
Additional classification ( cpv ): 32412000 Communications network
Additional classification ( cpv ): 32412100 Telecommunications network
Additional classification ( cpv ): 32412110 Internet network
Additional classification ( cpv ): 32430000 Wide area network
Additional classification ( cpv ): 64000000 Postal and telecommunications services
Additional classification ( cpv ): 64210000 Telephone and data transmission services
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72400000 Internet services
Additional classification ( cpv ): 72700000 Computer network services
Options :
Description of the options : The contract contains several options for expansions and changes to the delivery ́s functionality and scope. See annex 1 and Annex 1 Annex 1 for further information.

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 3 Year

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : The contracting authority has the option to extend the contract subject to the same conditions for 1+1 years, so that the total possible length of the agreement is 5 years.

5.1.5 Value

Estimated value excluding VAT : 18 000 000 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 : Relevant educational and professional qualifications
Description : Qualification requirement: Tenderers shall have experience from comparable contracts. In this context, it involves having experience with providing an internet connection to socially critical locations with the accompanying services. The experience must be written from customers of similar size, geographical coverage and complexity. Documentation requirement: Description of up to 3 of the tenderer's most relevant/comparable contracts in the course of the last 3 years. The description must include a statement of the contract ́s value, date and recipient (name, telephone number and e-mail address). It is the tenderer ́s responsibility to document relevance through the description. Tenderers can document their experience by referring to competence of the personnel he has at his disposal and can use this assignment, even if the experience has been worked up while the personnel have served another service provider.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (percentage, exact) : 40
Criterion : Relevant educational and professional qualifications
Description : Qualification requirement: Tenderers shall have a good and well-functioning quality assurance and management system for the services that shall be provided. Documentation requirement: Tenderers shall submit documentation of their quality assurance and management system. The following documentation will be accepted: If a tenderer is certified in accordance with internationally recognised standards for quality assurance/quality management, it is sufficient to enclose a copy of the issued certificate. or Description of the tenderer's quality system and how this was implemented in the company, as well as a brief description of the processes and methods that are relevant to ensure the quality of what shall be delivered under the contract.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (percentage, exact) : 30
Criterion : Relevant educational and professional qualifications
Description : Qualification requirement: Tenderers must have a good and well-functioning information security management system (ISMS). Documentation requirement: Tenderers shall present documentation of their information security management system. The following documentation will be accepted: • Documentation of compliance with a recognised framework for information security such as ISO, NIST, CIS, ISF, ISA etc. • A description of the tenderer's own management system for information security. The description shall as a minimum include an overview of the processes and methods that the tenderer has implemented, as well as refer to which processes in the ISO27001, NIST or CIS are covered.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (percentage, exact) : 30
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
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 : Price
Name : Price (60-70%)
Description : The price will be evaluated based on the prices stated in Annex 7 Prices and price provisions as well as Annex 7 Annex 1 Price Form.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 60
Criterion :
Type : Quality
Name : Quality (30-40%)
Description : The quality award criteria is divided into sub-criteria given in the order of priority below and evaluated based on the Tenderer ́s response to: - Annex 2: The tenderer ́s system specifications (reply to Annex 1 Requirement Specifications). - Annex 5: Service level with standardised price reductions. - Annex 4: Project and progress plan for the establishment phase. - Annex 6: Administrative regulations. The tenderer ́s response to the assessment requirements in annex 2 is weighted higher than the responses to the other assessment requirements. Of the assessment requirements in annex 2, requirement 30 and requirement 36 are weighted highest. Furthermore, the tenderer ́s response to annex 5 and Annex 4 is weighted higher than Annex 6. The quality will be evaluated based on the responses to the stated documentation requirements. for each of the requirements. The assessment requirements are weighted differently, depending on whether they are marked Critical, Important, or Normal. Critical weighted more than 2 times higher than Important and Important weighted twice higher than Normal. A more detailed guide to the requirements and The requirement types are stated in Annex 2 Annex 2. When evaluating the tenders, within each assessment requirement a point score will be given from 0-10 and a score will be given that reflects the relevant differences in the tenders.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
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

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 : 14/07/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : yes
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 : The deadline for a request for a provisional injunction against the contracting authority ́s decision to reject a request for participation in the competition, cf. the procurement regulations § 24-1 and § 24-2, or not to select a tenderer, cf. the procurement regulations § 16-12, will be set at a minimum of 15 days after the notification has been sent, c.f. the procurement regulations § 20-7.

8. Organisations

8.1 ORG-0001

Official name : Politiets fellestjenester
Registration number : 974761157
Department : Politiets fellestjenester
Postal address : Fridtjof Nansens vei 14
Town : OSLO
Postcode : 0369
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Jenny Forsberg
Telephone : +47 61318000
Internet address : http://www.politiet.no
Roles of this organisation :
Buyer

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 : +47 22035200
Internet address : https://www.domstol.no/
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : 5fe57854-ba18-4d36-8c0f-8c826d7b4cf1 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 06/06/2025 06:53 +00:00
Notice dispatch date (eSender) : 06/06/2025 07:00 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00370920-2025
OJ S issue number : 109/2025
Publication date : 10/06/2025