R01719 Licences and licence consultancy services

The framework agreement will be for the procurement and hire of licences, as well as renewals for existing licences, maintenance, upgrades, trade-in etc. The agreement will apply to minor cloud licences (SaaS, PaaS, IaaS) and minor on-premise licences. The contract shall support the Norwegian Defence Estates Agency's main and support …

CPV: 48000000 Pakiety oprogramowania i systemy informatyczne, 48218000 Pakiety oprogramowania zarządzającego licencjami, 48900000 Różne pakiety oprogramowania i systemy komputerowe, 72000000 Usługi informatyczne: konsultacyjne, opracowywania oprogramowania, internetowe i wsparcia, 72200000 Usługi doradcze w zakresie programowania oprogramowania, 72260000 Usługi w zakresie oprogramowania, 72266000 Usługi doradcze w zakresie oprogramowania, 72268000 Usługi dostawy oprogramowania
Miejsce wykonania:
R01719 Licences and licence consultancy services
Miejsce udzielenia zamówienia:
Forsvarsbygg
Numer nagrody:

1. Buyer

1.1 Buyer

Official name : Forsvarsbygg

2. Procedure

2.1 Procedure

Title : R01719 Licences and licence consultancy services
Description : The framework agreement will be for the procurement and hire of licences, as well as renewals for existing licences, maintenance, upgrades, trade-in etc. The agreement will apply to minor cloud licences (SaaS, PaaS, IaaS) and minor on-premise licences. The contract shall support the Norwegian Defence Estates Agency's main and support processes. The framework agreement shall cover consultancy and technical consultancy services within licences, products and technology related to the contracting authority ́s current and future licence and product portfolio. The framework agreement shall be signed with one tenderer. The estimated value of the framework agreement, including any options, is NOK 250 million excluding VAT. Due to considerable uncertainty connected to defence political processes and the actual need during the framework agreement period, the maximum value of the framework agreement is, including all options, NOK 500 million excluding VAT. The framework agreement will be valid for 2 years, with an option for an extension for up to 1 (one) year at a time, up to 5 (five) times, maximum duration of 7 (seven) years. The framework agreement is "non-exclusive", and the Contracting Authority reserves the right to hold competitions for procurements and assistance outside the framework agreement if the Contracting Authority finds this appropriate.
Procedure identifier : e16528e1-36ab-4d75-82e0-869c0ad2c85f
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 ): 48218000 License management software package
Additional classification ( cpv ): 48900000 Miscellaneous software package and computer systems
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72200000 Software programming and consultancy services
Additional classification ( cpv ): 72266000 Software consultancy services
Additional classification ( cpv ): 72268000 Software supply services

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.3 Value

Maximum value of the framework agreement : 500 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2009/81/EC
Forsvar og sikkerhet - The competition concerns a procurement above the EEA threshold set in the Regulations on Defence and Security Procurements (FOSA) § 2-2, and follows the rules in this regulation's parts I and II.

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 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?
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 : R01719 Licences and licence consultancy services
Description : The framework agreement will be for the procurement and hire of licences, as well as renewals for existing licences, maintenance, upgrades, trade-in etc. The agreement will apply to minor cloud licences (SaaS, PaaS, IaaS) and minor on-premise licences. The contract shall support the Norwegian Defence Estates Agency's main and support processes. The framework agreement shall cover consultancy and technical consultancy services within licences, products and technology related to the contracting authority ́s current and future licence and product portfolio. The framework agreement shall be signed with one tenderer. The estimated value of the framework agreement, including any options, is NOK 250 million excluding VAT. Due to considerable uncertainty connected to defence political processes and the actual need during the framework agreement period, the maximum value of the framework agreement is, including all options, NOK 500 million excluding VAT. The framework agreement will be valid for 2 years, with an option for an extension for up to 1 (one) year at a time, up to 5 (five) times, maximum duration of 7 (seven) years. The framework agreement is "non-exclusive", and the Contracting Authority reserves the right to hold competitions for procurements and assistance outside the framework agreement if the Contracting Authority finds this appropriate.

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 ): 48218000 License management software package
Additional classification ( cpv ): 48900000 Miscellaneous software package and computer systems
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72200000 Software programming and consultancy services
Additional classification ( cpv ): 72266000 Software consultancy services
Additional classification ( cpv ): 72268000 Software supply services

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 7 Year

5.1.4 Renewal

Maximum renewals : 5
Other information about renewals : The framework agreement will be valid for 2 years, with an option for an extension for up to 1 (one) year at a time, up to 5 (five) times, maximum duration of 7 (seven) years.

5.1.5 Value

Maximum value of the framework agreement : 500 000 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : References on specified deliveries
Description : Tenderers shall have sufficient experience from similar assignments/deliveries. If a tenderer has experience with similar deliveries (cloud and on-premise licences) to public contracting authorities with a value of more than NOK 50 million, the requirement will be seen as fulfilled. The requirement shall be documented by the tenderer completing the annex "Reference List". The document shall include a description of the tenderer ́s minimum 2 relevant deliveries in the last three years. Maximized to 10 pages - Font size point 10.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Maximum number of tenders passing : 5
Criterion : Other economic or financial requirements
Description : The tenderer shall have the tax and duty payments in order. (only for Norwegian tenderers). 'Tax and VAT certificate' (RF-1316). The certificate can be ordered via www.altinn.no. The certificate shall not be older than 6 months from the tender deadline.
Criterion : Other economic or financial requirements
Description : Tenderers must have sufficient financial capacity to fulfil the contract. It is sufficient to fulfil the requirement that the tenderer has achieved the credit rating of "credit worthy" or equivalent. Credit rating, undertaken by a company that can legally carry out credit rating, by the tenderer, not older than 6 months calculated from the expiry of the application deadline. The credit rating shall include an assessment of the tenderer's payment history/reliability. Result of the credit rating must be stated as a graded value (letters or numbers) on a defined scale. If the tenderer, in order to meet the requirement, refer to guarantees from other companies (e.g. the parent company), equivalent credit appraisal from this shall be submitted. Company. Furthermore, a legally binding confirmation from this company that they have joint and several for any liability under the contract.
Criterion : Enrolment in a relevant professional register
Description : The tenderer shall be a legally registered company. Foreign tenderers must present documentation that confirms that the company is legally registered in its home country. Norwegian tenderers do not need to document fulfilment of this requirement beyond the presentation of tax and VAT certificates, cf. the information below.
Criterion : Security to process, store and transmit classified information
Description : A security contract must be signed with the tenderer before he can access the tender documentation. Personnel that the tenderer shall use to read the tender documentation/tender offers must be certified and any security cleared in accordance with the Security Act. The deadline for entering into a security agreement, as well as authorisation and any security clearance for supplier personnel, will be set at 2 weeks after the tenderer receives notification that they are otherwise qualified. Please note that it is the tenderer's risk that the security contract, as well as authorisation and any security clearance cannot be achieved within the deadline, unless the delay is due to conditions that the Norwegian Defence Estates Agency provides. The requirement shall not be documented in the application itself. The tenderers who submit an application will be contacted by the Norwegian Defence Estates Agency and informed about the processes connected to entering into a security agreement, as well as authorisation and any security clearance.
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 3
Maximum number of candidates to be invited for the second stage of the procedure : 5
The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Address of the procurement documents : https://permalink.mercell.com/260046066.aspx

5.1.12 Terms of procurement

Terms of submission :
Obligatory indication of subcontracting : The share of the contract that the tenderer intends to subcontract
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
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 : 25/08/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : The contract terms shall be enclosed with the complete tender documentation for qualified tenderers.
Financial arrangement : The contract terms shall be enclosed with the complete tender documentation for qualified tenderers.
Subcontracting :
The contractor must indicate any change of subcontractors during the execution of the contract.

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 1

5.1.16 Further information, mediation and review

Review organisation : Oslo tingrett -
Information about review deadlines : Deadlines stated in the procurement regulations.

8. Organisations

8.1 ORG-0001

Official name : Forsvarsbygg
Registration number : 975950662
Postal address : Grev Wedels plass 5
Town : OSLO
Postcode : 0151
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Mats Øverås
Telephone : 90282857
Internet address : http://www.forsvarsbygg.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 : 4958aa2b-eb94-428f-92fe-d1f21a88edd6 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 23/06/2025 10:49 +00:00
Notice dispatch date (eSender) : 23/06/2025 10:56 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00407748-2025
OJ S issue number : 119/2025
Publication date : 25/06/2025