Crisis Support Tool (prequalification)

The aim of this process is to procure a framework agreement that ensures the contracting authority the right to enter into call-off agreements on separate bodies of a crisis support tool, assistance with the establishment of the system, as well as general consultancy services connected to the system. The aim …

CPV: 48219300 Softvérový balík pre administratívu, 72220000 Systémové a technické poradenstvo, 72263000 Implementácia softvéru, 72265000 Konfigurovanie softvéru, 72266000 Softvérové poradenstvo, 72268000 Dodávky softvéru, 72300000 Dátové služby, 72400000 Internetové služby, 72600000 Počítačové podporné služby a poradenstvo
Miesto vykonania:
Crisis Support Tool (prequalification)
Udeľujúci orgán:
Norsk Helsenett SF
Číslo udelenia:
24/02157

1. Buyer

1.1 Buyer

Official name : Norsk Helsenett SF
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : Health

2. Procedure

2.1 Procedure

Title : Crisis Support Tool (prequalification)
Description : The aim of this process is to procure a framework agreement that ensures the contracting authority the right to enter into call-off agreements on separate bodies of a crisis support tool, assistance with the establishment of the system, as well as general consultancy services connected to the system.
Procedure identifier : 3b75dbd7-9143-492f-be7e-914b0fd9dfea
Internal identifier : 24/02157
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 : The aim of this process is to procure a framework agreement that ensures the contracting authority the right to enter into call-off agreements on separate bodies of a crisis support tool, assistance with the establishment of the system, as well as general consultancy services connected to the system.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72268000 Software supply services
Additional classification ( cpv ): 48219300 Administration software package
Additional classification ( cpv ): 72220000 Systems and technical consultancy services
Additional classification ( cpv ): 72263000 Software implementation services
Additional classification ( cpv ): 72265000 Software configuration services
Additional classification ( cpv ): 72266000 Software consultancy services
Additional classification ( cpv ): 72300000 Data services
Additional classification ( cpv ): 72400000 Internet services
Additional classification ( cpv ): 72600000 Computer support and consultancy services

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 20 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - The contracting authority is a public law body and is covered by the procurement regulations.
Anskaffelsesforskriften - Negotiated procedure in accordance with the prior notice § 13-2, cf. § 13-1 (2).

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 : Crisis Support Tool (prequalification)
Description : The aim of this process is to procure a framework agreement that ensures the contracting authority the right to enter into call-off agreements on separate bodies of a crisis support tool, assistance with the establishment of the system, as well as general consultancy services connected to the system.
Internal identifier : 24/02157

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72268000 Software supply services
Additional classification ( cpv ): 48219300 Administration software package
Additional classification ( cpv ): 72220000 Systems and technical consultancy services
Additional classification ( cpv ): 72263000 Software implementation services
Additional classification ( cpv ): 72265000 Software configuration services
Additional classification ( cpv ): 72266000 Software consultancy services
Additional classification ( cpv ): 72300000 Data services
Additional classification ( cpv ): 72400000 Internet services
Additional classification ( cpv ): 72600000 Computer support and consultancy services

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 84 Month

5.1.4 Renewal

Maximum renewals : 3
Other information about renewals : The contract period is 4 years from contract signing. The contracting authority (the Customer) has the option to extend the contract for an additional 1+1+1 year (4+1+1+1).

5.1.5 Value

Estimated value excluding VAT : 20 000 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : 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: Company Registration Certificate. • Foreign companies: Verification 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
Weight (percentage, exact) : 0
Criterion : Other economic or financial requirements
Description : Requirement: The tenderer shall have sufficient economic and financial capacity to be able to fulfil the contract. "Credit worthy" will be sufficient to meet the requirement. Documentation requirement: The contracting authority will obtain a credit rating itself from Experian. Tenderers who cannot be satisfactorily credit rated, or who believe that the credit rating will give a wrong picture, can enclose alternative documentation for the qualification application, which shows that the qualification requirement is met. The contracting authority will decide what sufficient documentation is.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (percentage, exact) : 0
Criterion : References on specified services
Description : Requirement: Experience The tenderer shall have good experience with the execution of equivalent deliveries. "Equivalent deliveries" shall be understood as deliveries of a crisis support tool. Documentation requirement: Description of the tenderer's most relevant deliveries during the last three years, together with information on the contracts ́ value, date of delivery or execution and the name of the recipient. Contact information must be provided for a reference person at the contracting authority who can confirm this information. Responses are to be given in annex 3. The contracting authority plans to invite a minimum of 3 tenderers to submit tender offers. If more than three qualified tenderers submit requests for participation in the competition, the contracting authority will choose among these tenderers on the basis of the selection criteria in point 5.6. The selection of tenderers who are invited to submit a tender will be based on the degree of fulfilment of the following qualification requirements: Experience 50%, capacity 50%.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (percentage, exact) : 50
Criterion : Technicians or technical bodies to carry out the work
Description : Requirement: Capacity Tenderers shall have sufficient capacity to fulfil the contract. Documentation requirement: An overview of the technical personnel that the tenderer can use for this contract. The contracting authority plans to invite a minimum of 3 tenderers to submit tender offers. If more than three qualified tenderers submit requests for participation in the competition, the contracting authority will choose among these tenderers on the basis of the selection criteria in point 5.6. The selection of tenderers who are invited to submit a tender will be based on the degree of fulfilment of the following qualification requirements: Experience 50%, capacity 50%.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (percentage, exact) : 50
Criterion : Certificates by independent bodies about quality assurance standards
Description : Requirement: Quality assurance Tenderers shall have sufficiently good quality assurance routines. Documentation requirement: Description of the tenderer's quality assurance measures. If a tenderer is certified in accordance with ISO 9001 or equivalent standards, it is satisfactory to submit a copy of a valid certificate.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Security of information
Description : Requirement: Information security Tenderers shall have established a satisfactory management system for information security. Documentation requirement: The requirement shall be documented by a minimum of one of the two following points: 1. Copy of a valid certificate of management system for information security (ISO27001 or equivalent), issued by an accredited certification body. 2. Description of the tenderer's management and management of information security, as well as how this is implemented and administered in the entity.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (points, exact) : 0
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 : 10
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

Languages in which the procurement documents are officially available : Norwegian
Address of the procurement documents : https://permalink.mercell.com/257665110.aspx
Ad hoc communication channel :
Name : Mercell

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
Deadline for receipt of requests to participate : 30/06/2025 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 : Not allowed
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 1
Justification for the duration of the framework agreement : Due to the nature and purpose of the procurement, the different users ́needs and NHN here is the procurement centre for this framework agreement extended duration, so that both efficient competition and resource use for this system can be achieved.
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Trøndelag tingrett -
Organisation providing more information on the review procedures : Norsk Helsenett SF -

8. Organisations

8.1 ORG-0001

Official name : Norsk Helsenett SF
Registration number : 994598759
Postal address : Abels gate 9
Town : TRONDHEIM
Postcode : 7030
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Contact point : Avdeling anskaffelser
Telephone : +47 24200000
Internet address : http://www.nhn.no
Roles of this organisation :
Buyer
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Trøndelag tingrett
Registration number : 926 722 794
Town : Trondheim
Postcode : 7004
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Roles of this organisation :
Review organisation

10. Change

Version of the previous notice to be changed : abb8f3a2-5c4e-4bc3-83ca-d7d9d2374d2e-01
Main reason for change : Information updated
Description : Changes in the Second Phase and Form of procurement due to the form's design.

10.1 Change

Section identifier : PROCEDURE

10.1 Change

Section identifier : LOT-0000
Notice information
Notice identifier/version : 0fc40a73-d5b1-4c82-a378-59f40fd940fb - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 27/05/2025 09:27 +00:00
Notice dispatch date (eSender) : 27/05/2025 09:32 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00344722-2025
OJ S issue number : 102/2025
Publication date : 28/05/2025