Procurement of a framework agreement for software licences and software maintenance - Infrastructure

The contract includes the following: The procurement shall cover the Defence sector's need for software licences and software maintenance, for existing and future licences within the stated function areas, cf. Part 2 SSA-K Annex 1. Support services are also included, to the degree that they are included in rights holders …

CPV: 48000000 Software en informatiesystemen, 48620000 Besturingssystemen, 72268000 Leveren van software
Deadline:
7 juli 2025 10:00
Soort termijn:
Indiening van een bod
Plaats van uitvoering:
Procurement of a framework agreement for software licences and software maintenance - Infrastructure
Toekennende instantie:
FORSVARSMATERIELL
Gunningsnummer:
2025015717

1. Buyer

1.1 Buyer

Official name : FORSVARSMATERIELL
Legal type of the buyer : Defence contractor
Activity of the contracting authority : Defence

2. Procedure

2.1 Procedure

Title : Procurement of a framework agreement for software licences and software maintenance - Infrastructure
Description : The contract includes the following: The procurement shall cover the Defence sector's need for software licences and software maintenance, for existing and future licences within the stated function areas, cf. Part 2 SSA-K Annex 1. Support services are also included, to the degree that they are included in rights holders or the tenderer ́s offered software maintenance.  The procurement concerns licenses within the infrastructure category from the following rights holders/manufacturers: Red Hat, Hornetsecurity (previously Altaro), Teradici (HP Anyware), TrendMicro, Citrix, Nvidia (Nvidia Subscription), SecureCRT (VanDyke Software), Nagios, WhatsUp Gold, Isode and Oracle Forms and Reports (Weblogic).   Tenderers can only deliver for entire, not parts of the procurement.
Procedure identifier : a4243aeb-ef01-4cad-8208-49f724fddff8
Internal identifier : 2025015717
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The contract includes the following: The procurement shall cover the Defence sector's need for software licences and software maintenance, for existing and future licences within the stated function areas, cf. Part 2 SSA-K Annex 1. Support services are also included, to the degree that they are included in rights holders or the tenderer ́s offered software maintenance.  The procurement concerns licenses within the infrastructure category from the following rights holders/manufacturers: Red Hat, Hornetsecurity (previously Altaro), Teradici (HP Anyware), TrendMicro, Citrix, Nvidia (Nvidia Subscription), SecureCRT (VanDyke Software), Nagios, WhatsUp Gold, Isode and Oracle Forms and Reports (Weblogic).   Tenderers can only deliver for entire, not parts of the procurement.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72268000 Software supply services
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48620000 Operating systems

2.1.2 Place of performance

Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 98 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - Act 17 June 2016 no. 73 on public procurements (the Public Procurement Act - LOA) and the regulations of 12 August 2016 no. 974 on public procurements (procurement regulations - FOA). The procedure 'open tender contest' in accordance with the Public Procurement Regulations § 13-1(1).

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 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.
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.
Breaching of obligations set under purely national exclusion grounds : The contracting authority shall state that in Norway there are national rejection reasons. These shall be described in the procurement documents. Tenderers must respond to whether they are in one or more of the situations described in the national rejection reasons. Will the purely national rejection reasons, as stated in the relevant notice or in the procurement documents, apply?
Breaching obligation relating to payment of social security contributions : Have tenderers failed to fulfil all their social security obligations in the country where they are established and in their member state, if this is a different country than what he is established in?
Breaching obligation relating to payment of taxes : Has the tenderer not fulfilled his tax and duty obligations in the country in which he is established, and in the contracting authority's member state, if this is a different country than what he is established in?

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Procurement of a framework agreement for software licences and software maintenance - Infrastructure
Description : The contract includes the following: The procurement shall cover the Defence sector's need for software licences and software maintenance, for existing and future licences within the stated function areas, cf. Part 2 SSA-K Annex 1. Support services are also included, to the degree that they are included in rights holders or the tenderer ́s offered software maintenance.  The procurement concerns licenses within the infrastructure category from the following rights holders/manufacturers: Red Hat, Hornetsecurity (previously Altaro), Teradici (HP Anyware), TrendMicro, Citrix, Nvidia (Nvidia Subscription), SecureCRT (VanDyke Software), Nagios, WhatsUp Gold, Isode and Oracle Forms and Reports (Weblogic).   Tenderers can only deliver for entire, not parts of the procurement.
Internal identifier : 2025015717

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72268000 Software supply services
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48620000 Operating systems

5.1.2 Place of performance

Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 14/08/2025
Duration end date : 15/08/2029

5.1.5 Value

Estimated value excluding VAT : 98 000 000 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

Sources of selection criteria : Notice
Criterion : Enrolment in a relevant professional register
Description : Tenderers shall be a legally established company, registered in a trade or business register in the country of origin or establishment. Valid registration certificate. Norwegian tenderers: -Registration Foreign tenderers: - Certificate of registration
Criterion : Other economic or financial requirements
Description : Tenderers shall submit a tax certificate for VAT and a tax certificate. Norwegian tenderers: •Tax certificate for VAT and tax certificate for tax. Foreign tenderers: Documentation showing equivalent tax certificate for VAT and tax certificate. The certificates must not be older than six months calculated from the deadline for receipt of tenders.
Criterion : Other economic or financial requirements
Description : Tenderers shall have the necessary economic and financial capacity to carry out the contract. The tenderer's annual report from the last three years, as well as a credit rating from a certified credit rating company based on the last fiscal figures. The credit rating must not be more than three months old.
Criterion : Measures for ensuring quality
Description : The tenderer shall be able to deliver on the published portfolio in its entirety. This includes the Contracting Authority ́s existing software included in the notice and other functionality within the same product family. Tenderers and any sub-suppliers must document the necessary dealer status for the named rightful owners.
Criterion : Measures for ensuring quality
Description : Tenderers shall have sufficient capacity to handle customers with a large number of employees and complexity. - Tenderers must provide two customer references that show that they have handled large customers, as regards both the number of employees (minimum 5,000 employees) and similar complexity. - Tenderers must provide contact data, in addition to a short description of the delivery size and content.
Criterion : Measures for ensuring quality
Description : The tenderer ́s proposed customer teams shall have at least 2 employees who have worked on the published portfolio/similar software, in addition to having worked with customers of an equivalent size and complexity. Tenderers must present a proposed reception apparatus/customer team for the execution of this delivery. - Tenderers must describe the customer team ́s experience, competence and capacity.
Criterion : Measures for ensuring quality
Description : Tenderers shall have a good quality management system. - If the tenderer is certified in accordance with ISO 9001 or equivalent standard, a copy of a valid certificate prepared by an accreditation body that certifies that the tenderer ́s quality management system is in accordance with such a standard. - If a tenderer is not certified in accordance with such a standard, a description of the tenderer's quality assurance system.
Criterion : Measures for ensuring quality
Description : Tenderers shall have a good information security management system. - If the tenderer is certified in accordance with ISO 27001 or equivalent standard, a copy of a valid certificate prepared by an accreditation body that certifies that the tenderer's management system is in accordance with such a standard. - If the tenderer is not certified in accordance with such a standard, a description of the tenderer's management system for information security.
Criterion : Measures for ensuring quality
Description : Tenderers shall have a good environmental management system. - If the tenderer is certified in accordance with ISO 14001 or equivalent standard, a copy of a valid certificate prepared by an accreditation body that certifies that the tenderer's environmental management system is in accordance with such a standard. - If the tenderer is not certified in accordance with such a standard, a description of the tenderer's environmental management system.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 26/06/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/258751299.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
Variants : Not allowed
Deadline for receipt of tenders : 07/07/2025 10:00 +00:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 07/07/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 10
Justification for the duration of the framework agreement : N/A
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 : In accordance with the regulations.

8. Organisations

8.1 ORG-0001

Official name : FORSVARSMATERIELL
Registration number : 916075855
Postal address : Grev Wedels plass 1
Town : OSLO
Postcode : 0151
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Mariann Døhl Martinsen
Telephone : 92218145
Internet address : https://FMA.NO
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Oslo Tingrett
Registration number : 926 725 939
Town : Oslo
Postcode : 0164
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : 30550e4f-0561-43f2-bab1-a7e254a6b693 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 05/06/2025 09:01 +00:00
Notice dispatch date (eSender) : 05/06/2025 09:24 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00367421-2025
OJ S issue number : 108/2025
Publication date : 06/06/2025