HSE and operational system for Statens Naturoppsyn

The Norwegian Environment Agency invites tenderers to a competition with negotiations for a contract for HSE and operation system for Statens Naturoppsyn (SNO). The objective of the procurement is to safeguard the systematic HSE work and ensure efficient and reliable operation of the field apparatus by entering into a contract …

CPV: 48000000 Pakiety oprogramowania i systemy informatyczne, 48100000 Przemysłowe specyficzne pakiety oprogramowania, 48170000 Pakiety oprogramowania zapewniające zgodność, 48200000 Pakiety oprogramowania dla sieci, internetu i intranetu, 48219300 Pakiety oprogramowania administracyjnego, 48300000 Pakiety oprogramowania do tworzenia dokumentów, rysowania, odwzorowywania, tworzenia harmonogramów i produkowania, 48310000 Pakiety oprogramowania do tworzenia dokumentów, 72260000 Usługi w zakresie oprogramowania
Miejsce wykonania:
HSE and operational system for Statens Naturoppsyn
Miejsce udzielenia zamówienia:
Miljødirektoratet
Numer nagrody:
2025/12177

1. Buyer

1.1 Buyer

Official name : Miljødirektoratet
Legal type of the buyer : Central government authority
Activity of the contracting authority : Environmental protection

2. Procedure

2.1 Procedure

Title : HSE and operational system for Statens Naturoppsyn
Description : The Norwegian Environment Agency invites tenderers to a competition with negotiations for a contract for HSE and operation system for Statens Naturoppsyn (SNO). The objective of the procurement is to safeguard the systematic HSE work and ensure efficient and reliable operation of the field apparatus by entering into a contract for the procurement of digital tool support in a number of areas within HSE and operations. We would like a user friendly and intuitive system, primarily off the shelf, that covers as many of the HSE and operative operations needs as possible: - Registration and handling of deviations/events and improvement proposals. - Planning, implementation and follow-up of protective rounds. - Set up, use and follow-up of check-lists. - Overview of the company's means of transport and equipment. - Competence overview - Planning and following-up the company ́s internal courses and exercises. - ROS-analyses - Orders for clothing and personal equipment internally, as well as storage The system must be in Norwegian as a system language, have a simple system for access control and role allocation, as well as uphold the requirements in the current GDPR. See the tender competition for a quality system for the Norwegian Environment Agency. The quality system has some overlapping functionality, such as registering and handling deviations and improvement proposals. SNO needs a separate HSE and operational system because the department works in other ways than the rest of the Norwegian Environment Agency and has specific needs thereof, which means that they need a system that is developed primarily for operative entities. The system for the Quality System and the system for the HSE and operational system are separate competitions and will have two separate contracts. See the attached tender documentation for a detailed description.
Procedure identifier : ba34b696-ef61-4bf6-970b-712c0d8a6803
Internal identifier : 2025/12177
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 ): 72260000 Software-related services
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48100000 Industry specific software package
Additional classification ( cpv ): 48170000 Compliance software package
Additional classification ( cpv ): 48200000 Networking, Internet and intranet software package
Additional classification ( cpv ): 48219300 Administration software package
Additional classification ( cpv ): 48300000 Document creation, drawing, imaging, scheduling and productivity software package
Additional classification ( cpv ): 48310000 Document creation software package

2.1.2 Place of performance

Anywhere in the European Economic Area

2.1.3 Value

Estimated value excluding VAT : 1 500 000 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 in the convention on combating corruption, which
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 : 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.
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 : HSE and operational system for Statens Naturoppsyn
Description : The Norwegian Environment Agency invites tenderers to a competition with negotiations for a contract for HSE and operation system for Statens Naturoppsyn (SNO). The objective of the procurement is to safeguard the systematic HSE work and ensure efficient and reliable operation of the field apparatus by entering into a contract for the procurement of digital tool support in a number of areas within HSE and operations. We would like a user friendly and intuitive system, primarily off the shelf, that covers as many of the HSE and operative operations needs as possible: - Registration and handling of deviations/events and improvement proposals. - Planning, implementation and follow-up of protective rounds. - Set up, use and follow-up of check-lists. - Overview of the company's means of transport and equipment. - Competence overview - Planning and following-up the company ́s internal courses and exercises. - ROS-analyses - Orders for clothing and personal equipment internally, as well as storage The system must be in Norwegian as a system language, have a simple system for access control and role allocation, as well as uphold the requirements in the current GDPR. See the tender competition for a quality system for the Norwegian Environment Agency. The quality system has some overlapping functionality, such as registering and handling deviations and improvement proposals. SNO needs a separate HSE and operational system because the department works in other ways than the rest of the Norwegian Environment Agency and has specific needs thereof, which means that they need a system that is developed primarily for operative entities. The system for the Quality System and the system for the HSE and operational system are separate competitions and will have two separate contracts. See the attached tender documentation for a detailed description.
Internal identifier : 2025/12177

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72260000 Software-related services
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48100000 Industry specific software package
Additional classification ( cpv ): 48170000 Compliance software package
Additional classification ( cpv ): 48200000 Networking, Internet and intranet software package
Additional classification ( cpv ): 48219300 Administration software package
Additional classification ( cpv ): 48300000 Document creation, drawing, imaging, scheduling and productivity software package
Additional classification ( cpv ): 48310000 Document creation software package
Options :
Description of the options : Extension of duration: The contract is in accordance with the terms in SSA-L point 5.1, and applies for three years calculated from the delivery day. The agreement will then be renewed automatically for one year at a time, unless terminated by one of the parties. The contract will come into force on the date it is signed by the parties. Option: RequirementID 32 increase of the number of users for functionality for deviation events and improvement proposals. For functionality for deviations, events and improvement suggestions, there may be a future need to expand the number of users to 850. The price for this shall be stated in Annex 6 Price Form. The price for the option will not count towards the evaluation of the total price.

5.1.2 Place of performance

Anywhere in the European Economic Area
Additional information :

5.1.3 Estimated duration

Duration : 3 Year

5.1.5 Value

Estimated value excluding VAT : 1 500 000 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
Information about previous notices :
Identifier of the previous notice : 105199-2025

5.1.7 Strategic procurement

Green Procurement Criteria : EU Green Public Procurement criteria, National Green Public Procurement criteria

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade 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. Requirement: Tenderers shall be registered in a company register, professional register or a commerce register in the country where the tenderer is established. Documentation requirement: Norwegian companies shall submit a Company Registration Certificate. Foreign companies shall submit Proof that the tenderer is registered in a company register, professional register or a commerce register in the country where the tenderer is established.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : References on specified services
Description : Requirement: Tenderers shall have experience from comparable contracts. Comparable assignments means the delivery of a quality system such as SaaS service to a minimum of three contracting authorities of an equivalent size to the Norwegian Environment Agency. Documentation requirement: List of the tenderer's three most relevant deliveries in the course of the last three years. The list must include information on the nature of the assignment including why the deliveries are relevant for this procurement, the contract value, date of delivery and duration of the contract and the name of the recipient.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Environmental management measures
Description : Requirement: Tenderers shall have environmental management measures suited to the delivery's environmental objectives, environmental properties, complexity and risk. Documentation requirement: A description of the tenderer's environmental management measures. If a tenderer is certified in accordance with ISO 14001, EMAS, Miljøfyrtårn or equivalent, it is sufficient to enclose a copy of a valid certificate provided that the environmental management measures are covered by the certification scheme.
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 : 20
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

5.1.11 Procurement documents

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
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 : 13/08/2025 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

5.1.16 Further information, mediation and review

Review organisation : Trøndelag tingrett -
Information about review deadlines : The deadline for requesting a provisional injunction against the contracting authority ́s decision to reject a request to participate in the competition, or not to select a tenderer must be presented to the district court at the latest 16 days calculated from the day after the contracting authority sends out the notification.

8. Organisations

8.1 ORG-0001

Official name : Miljødirektoratet
Registration number : 999601391
Postal address : Brattørkaia 15B
Town : Trondheim
Postcode : 7010
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Contact point : Marianne Stålaker
Telephone : +47 40827554
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Trøndelag tingrett
Registration number : 926722794
Town : Trondheim
Postcode : 7004
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : f3f03847-7184-4706-a041-7e6eb3ea7c12 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 18/06/2025 10:10 +00:00
Notice dispatch date (eSender) : 18/06/2025 14:00 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00400095-2025
OJ S issue number : 117/2025
Publication date : 20/06/2025