Procurement of a case handling system for school transport - Qualification

Brakar would like to procure a new case handling system for school transport with one provider who can provide the breadth of the services specified, possibly with the use of sub-suppliers. Brakar would like to procure a new case handling system for school transport with one provider who can provide …

CPV: 72000000 IT-diensten: adviezen, softwareontwikkeling, internet en ondersteuning, 48000000 Software en informatiesystemen, 48330000 Software voor dienstregelingen en productiviteit, 72222200 Planning in verband met informatiesystemen of -technologie, 72227000 Advies over software-integratie, 72253000 Helpdesk- en ondersteuningsdiensten, 72254000 Testen van software, 72261000 Softwareondersteuningsdiensten, 72262000 Ontwikkeling van software, 72263000 Software-implementatiediensten, 72265000 Softwareconfiguratiediensten, 72267100 Onderhoud van software voor informatietechnologie
Plaats van uitvoering:
Procurement of a case handling system for school transport - Qualification
Toekennende instantie:
Brakar AS
Gunningsnummer:
2025/995082454

1. Buyer

1.1 Buyer

Official name : Brakar AS
Legal type of the buyer : Public undertaking, controlled by a regional authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Procurement of a case handling system for school transport - Qualification
Description : Brakar would like to procure a new case handling system for school transport with one provider who can provide the breadth of the services specified, possibly with the use of sub-suppliers.
Procedure identifier : e8e63e66-27f2-41a3-8880-65f34910627e
Internal identifier : 2025/995082454
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 : Brakar administers applications and orders for school transport and is responsible for organising school transport for students in primary and lower secondary schools and students in sixth form college who have the right to free transport under the Education Act. There are approx. 10,000 pupils who are granted school transport each year, of which there are approx. 1,000 pupils with adapted school transport (taxis). Buskerud County consists of 18 municipalities, with approx. 130 primary and secondary schools and 15 ongoing schools. In addition there are pupils in other counties that Brakar is responsible for.

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 ): 48000000 Software package and information systems
Additional classification ( cpv ): 48330000 Scheduling and productivity software package
Additional classification ( cpv ): 72222200 Information systems or technology planning services
Additional classification ( cpv ): 72227000 Software integration consultancy services
Additional classification ( cpv ): 72253000 Helpdesk and support services
Additional classification ( cpv ): 72254000 Software testing
Additional classification ( cpv ): 72261000 Software support services
Additional classification ( cpv ): 72262000 Software development services
Additional classification ( cpv ): 72263000 Software implementation services
Additional classification ( cpv ): 72265000 Software configuration services
Additional classification ( cpv ): 72267100 Maintenance of information technology software

2.1.2 Place of performance

Postal address : Strømsø torg 4
Town : Drammen
Postcode : 3044
Country subdivision (NUTS) : Viken ( NO082 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 5 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften -

2.1.6 Grounds for exclusion

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.
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)
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).
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?
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 : Procurement of a case handling system for school transport - Qualification
Description : Brakar would like to procure a new case handling system for school transport with one provider who can provide the breadth of the services specified, possibly with the use of sub-suppliers.
Internal identifier : 2025/995082454

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 ): 48000000 Software package and information systems
Additional classification ( cpv ): 48330000 Scheduling and productivity software package
Additional classification ( cpv ): 72222200 Information systems or technology planning services
Additional classification ( cpv ): 72227000 Software integration consultancy services
Additional classification ( cpv ): 72253000 Helpdesk and support services
Additional classification ( cpv ): 72254000 Software testing
Additional classification ( cpv ): 72261000 Software support services
Additional classification ( cpv ): 72262000 Software development services
Additional classification ( cpv ): 72263000 Software implementation services
Additional classification ( cpv ): 72265000 Software configuration services
Additional classification ( cpv ): 72267100 Maintenance of information technology software

5.1.2 Place of performance

Postal address : Strømsø torg 4
Town : Drammen
Postcode : 3044
Country subdivision (NUTS) : Viken ( NO082 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.4 Renewal

Maximum renewals : 4
The buyer reserves the right for additional purchases from the contractor, as described here : The duration of the agreement is four - 4 - years with an extension for one year per time for up to 4 periods.

5.1.5 Value

Estimated value excluding VAT : 5 000 000 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) : no

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : 'Total' annual 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:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average annual turnover
Description : The tenderer ́s average annual turnover for the number of years requested in the notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : "Specific annual turnover"
Description : Are the tenderer's ("specific") annual turnover within the area that the contract applies to and specified in the notice or in the procurement documents for the number of accounting years requested is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average set-up
Description : Is the tenderer's average annual turnover within the area requested by the contract and specified in the notice or in the procurement documents for the number of financial years requested:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : The tenderer's establishment date
Description : If the information about the turnover (combined or specific) is not available for the entire requested period, please state the date the company was established, or the tenderers started their business:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Financial key figures
Description : For financial key figures stated in the notice or in the procurement documents, the tenderer declares that the actual value(s) for the or key figures requested are as follows: Minimum requirement for qualification requirements: Requirement The tenderer shall have sufficient economic and financial capacity to be able to fulfil the contract. This means good economic and financial position. Documentation requirement 1. Credit rating based on the most recent financial figures. The rating shall be carried out by a credit rating company with licence to conduct this service. The credit rating must not be more than six months old. Note also that the requested credit rating is different from, for example, general financial information. 2. The accounts for the last two years, including the board ́s annual report and the auditor ́s statement.
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Liability insurance
Description : The insured amount in the tenderer ́s liability insurance is the following:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Other economic and financial requirements
Description : Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that:
Use of this criterion : Not used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for quality assurance standards.
Description : Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements? Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for environmental management standards.
Description : Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards? Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register
Description : Tenderers are registered in a professional 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.
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register or company 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.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : In the case of service contracts: Authorisations from a particular organisation required
Description : Is a specific authorisation required from a particular organisation to provide the service in the tenderer's home country?
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : In the case of service contracts: Membership in a particular organisation is required
Description : Is it necessary to have a particular membership in a particular organisation in order to provide the service in the tenderer ́s home country?
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Services only
Description : Only for services: In the reference period, the tenderer has carried out the following important goods deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three years to be taken into consideration.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Technical personnel or technical units
Description : Tenderers can use the following technical personnel or technical units , particularly those who are responsible for quality control: For technical personnel or technical units that do not directly belong to the tenderer ́s business, but if the capacity the tenderer will use, cf. part II, section C, separate ESPD forms shall be supplemented.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Technical facilities and quality assurance measures
Description : The tenderer utilises the following technical facilities and quality assurance measures and the tenderer ́s survey and research facility is as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Investigation and research facilities
Description : The tenderer ́s survey and research facilitates are as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Management and tracing of the supply chain
Description : The tenderer will be able to use the following management of the supply chain and tracing systems for the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Control Permission
Description : For goods or services that are complicated, or that in exceptional cases shall be used for a particular purpose: Will the tenderer allow checks of the tenderer's production capacity or technical capacity and, where necessary, of the survey and research facilities that the tenderer has at its disposal and of quality control measures? The inspections shall be undertaken by the contracting authority or the contracting authority can leave it to a competent public body in the country where the tenderer is established.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Education and professional qualifications
Description : The following education and professional qualifications are possessed by the tenderer and/or (depending on the requirements set in the notice or in the procurement documents) of the leading employees:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Environmental management measures
Description : Tenderers can employ the following environmental management measures in connection with the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Number of employees in the management
Description : The tenderer ́s number of employees in the management during the last three years was as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Average workforce
Description : The tenderer's average annual workforce in the last three years has been as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Tools, materials and technical equipment.
Description : Tenderers can use the following tools, material and technical equipment to carry out the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Portion of the contract to sub-suppliers.
Description : The tenderer is considering to outsource the following part (as a percentage) of the contract to sub-suppliers. Note that if the tenderer has decided to outsource a part of the contract to sub-suppliers and will use the sub-suppliers ́ capacity to carry out this part, a special ESPD will be supplemented for such sub-suppliers, see part II, section C, above.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : The tenderer ́s technical and professional qualifications.
Description : Requirement: Tenderers shall have competence and experience from equivalent deliveries and shall have carried out assignments of the same nature, complexity/degree of difficulty and scope/size. Documentation requirement A list of the most important comparable deliveries in the last 3 years, at least 1 reference from the public sector, including information about the delivery, value, date and contact information of the public or private recipients. It is the tenderer ́s responsibility to document relevance through the description. The description shall be maximum 2 A4 pages per assignment. Brakar reserves the right to contact the listed recipients. Relevant, comparable deliveries means: Assignments that are in the size, complexity and with the relevant technologies, type of system, development methodology and services and that are otherwise comparable to that stated in this Qualification Documentation, as well as the Tender documentation and annexes. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : The tenderer's organisation and manpower.
Description : Requirement: Tenderers shall have a sufficient organisation and manpower to be in charge of the delivery. Documentation requirement: Tenderers shall have sufficient organisation and manpower to be in charge of the delivery. An account of how the tenderer shall ensure sufficient capacity for the execution of all parts of the procurement. Minimum qualification requirements
Use of this criterion : Used
Information about the second stage of a two-stage procedure :
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 : Quality of the offered system
Description : - The tenderer ́s ability to fulfil the Customer ́s requirement specification and the quality of the meeting - the tenderer ́s statement of how the Contracting Authority ́s requirement specifications will be fulfilled and the requested services provided. Documented by the completed Annex 2 - Implementation of the establishment and implementation project; quality, schedule, resources, tasks, and milestones. Documented by the completed Annex 3 - The tenderer ́s specification of how the delivery is facilitated administratively. Documented by the completed Annex 5 - The tenderer ́s specification of service quality, which SLA is guaranteed and how these will be fulfilled. Documented by completing Annex 4
Weight (percentage, exact) : 65
Criterion :
Type : Price
Name : Price
Description : Monthly remuneration for the delivery of the system - Remuneration for the establishment and implementation of the system - Hourly rates per defined competence category for services not included in the fixed price and the expected volume of such services from tenderers - Monthly price reduction for breaches of SLA's
Weight (percentage, exact) : 35
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 : 06/05/2025 22:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/254566442.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 : 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 : 15/05/2025 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 : 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
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Buskerud tingrett

8. Organisations

8.1 ORG-0001

Official name : Brakar AS
Registration number : 995082454
Postal address : Strømsø torg 4
Town : DRAMMEN
Postcode : 3044
Country subdivision (NUTS) : Viken ( NO082 )
Country : Norway
Contact point : Kjell Thompsen
Telephone : +47 32826666
Internet address : http://www.brakar.no
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Buskerud tingrett
Registration number : 826726342
Department : Drammen
Postal address : Gamle Kirkeplass 3
Town : Drammen
Postcode : 3019
Country : Norway
Telephone : 32 21 16 00
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : 0277084a-7d82-4229-a77a-fc18cf9ab0d9 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 10/04/2025 14:33 +00:00
Notice dispatch date (eSender) : 11/04/2025 06:10 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00240745-2025
OJ S issue number : 73/2025
Publication date : 14/04/2025