Procurement of a framework agreement for consultancy services within the Defence sector's Investment Database (FID).

Norwegian Defence Materiel Agency hereby invites tenderers to participate in a competition for a framework agreement for FID. The objective of the framework agreement is that the Defence sector, if needed, be able to call-off consultancy services on the Defence sector's Investment Database (FID). FID is a Microsoft component based …

CPV: 72200000 Programovanie softvéru a poradenstvo, 72230000 Vývoj zákazníckeho softvéru (softvéru na objednávku), 72231000 Vývoj softvéru pre vojenské aplikácie, 72260000 Služby súvisiace so softvérom, 72262000 Vývoj softvéru, 72265000 Konfigurovanie softvéru, 72266000 Softvérové poradenstvo
Termín:
30. jún 2025 10:00
Typ termínu:
Predloženie ponuky
Miesto vykonania:
Procurement of a framework agreement for consultancy services within the Defence sector's Investment Database (FID).
Udeľujúci orgán:
FORSVARSMATERIELL
Číslo udelenia:
2025013371

1. Buyer

1.1 Buyer

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

2. Procedure

2.1 Procedure

Title : Procurement of a framework agreement for consultancy services within the Defence sector's Investment Database (FID).
Description : Norwegian Defence Materiel Agency hereby invites tenderers to participate in a competition for a framework agreement for FID. The objective of the framework agreement is that the Defence sector, if needed, be able to call-off consultancy services on the Defence sector's Investment Database (FID). FID is a Microsoft component based system that the defence sector uses for project management and portfolio management of materials procurements. FID is based on the best possible completed functionality from MetierOEC's MyProjects, which is based on Microsoft SharePoint.The contracting authority intends to enter into a non-exclusive framework agreement with one tenderer.
Procedure identifier : b1e5a097-0681-4470-bfa6-1cb9340b09ad
Internal identifier : 2025013371
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The procurement will be carried out in accordance with the Act 17 June 2016 no. 73 on public procurements (the Procurement Act, loa), and regulations from 12 August 2016 no. 974 on public procurements (regulations on public procurements, FOA), part I and III.The contracting authority will carry out the procurement in accordance with internal instructions 25 October 2013 no. 1411 Procurement Regulations for the defence sector, (ARF) parts I, II and III. The internal instructions do not give any rights to third parties, including relevant and potential suppliers, cf. ARF § 1-2 (2). The procedure will be carried out as an open tender contest in accordance with the Public Procurement Regulations § 13-1(1). This means that all interested suppliers are invited to submit tender offers. The contracting authority will first assess and check the tenderers ́ qualifications and that there are no reasons for rejection. The contracting authority will then evaluate the tenders in accordance with the award criteria.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72266000 Software consultancy services
Additional classification ( cpv ): 72200000 Software programming and consultancy services
Additional classification ( cpv ): 72230000 Custom software development services
Additional classification ( cpv ): 72231000 Development of software for military applications
Additional classification ( cpv ): 72260000 Software-related services
Additional classification ( cpv ): 72262000 Software development services
Additional classification ( cpv ): 72265000 Software configuration services

2.1.2 Place of performance

Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway

2.1.2 Place of performance

Country subdivision (NUTS) : Østfold ( NO083 )
Country : Norway

2.1.2 Place of performance

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

2.1.2 Place of performance

Country subdivision (NUTS) : Buskerud ( NO085 )
Country : Norway

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - The procurement will be carried out as an open tender contest, in accordance with the main rule in the procurement regulations § 13-1 first section.

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 : Procurement of a framework agreement for consultancy services within the Defence sector's Investment Database (FID).
Description : Norwegian Defence Materiel Agency hereby invites tenderers to participate in a competition for a framework agreement for FID. The objective of the framework agreement is that the Defence sector, if needed, be able to call-off consultancy services on the Defence sector's Investment Database (FID). FID is a Microsoft component based system that the defence sector uses for project management and portfolio management of materials procurements. FID is based on the best possible completed functionality from MetierOEC's MyProjects, which is based on Microsoft SharePoint.The contracting authority intends to enter into a non-exclusive framework agreement with one tenderer.
Internal identifier : 2025013371

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72266000 Software consultancy services
Additional classification ( cpv ): 72200000 Software programming and consultancy services
Additional classification ( cpv ): 72230000 Custom software development services
Additional classification ( cpv ): 72231000 Development of software for military applications
Additional classification ( cpv ): 72260000 Software-related services
Additional classification ( cpv ): 72262000 Software development services
Additional classification ( cpv ): 72265000 Software configuration services

5.1.2 Place of performance

Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Østfold ( NO083 )
Country : Norway
Additional information :

5.1.2 Place of performance

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

5.1.2 Place of performance

Country subdivision (NUTS) : Buskerud ( NO085 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 10/09/2025
Duration end date : 10/09/2029

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 : 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. Minimum qualification requirements Tenderers shall be a legally established company, registered in a trade or business register in the country of origin or establishment. | Documentation requirement: Current certificate of registration. Norwegian tenderers: Company Registration Certificate. Foreign tenderers: Confirmation that the tenderer is registered in a company register, trade register or a commerce register in the country where the tenderer is established.
Criterion : Other economic or 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: Minimum qualification requirements The tenderer shall have the necessary economic and financial capacity to carry out the contract. It is sufficient to fulfil the requirement that the Tenderer has achieved the credit rating of "credit worthy" or equivalent. | Documentation requirement: A credit rating with key figures from the last three financial years from a certified credit rating agency, not older than three months. If a tenderer has a justifiable reason for not submitting the documentation that the contracting authority has required, the tenderer can document his economic and financial capacity by presenting any other document that the Contracting Authority deems appropriate.
Criterion : References on specified services
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. Minimum qualification requirements The tenderer shall have good experience from similar deliveries. | Documentation requirement: Description of the tenderer's three most relevant contracts in the course of the last three years. The description must include a statement of: - Short description of the delivery - The contract ́s value - Date - gender neutral preferred (name, telephone number and e-mail address). It is the tenderer ́s responsibility to document relevance through the description.
Criterion : Technicians or technical bodies for quality control
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. Minimum qualification requirements Tenderers shall have sufficient technical and professional capacity to fulfil the contract. | Documentation requirement: A description of the technical personnel or technical units, particularly those who are responsible for quality control.
Criterion : Certificates by independent bodies about 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 Tenderers shall have a good quality management system. | Documentation requirement: 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 management system.
Criterion : Certificates by independent bodies about environmental management systems or 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 Tenderers shall have a good environmental management system. | Documentation requirement: 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 a 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 : 23/06/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/256439022.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
Tenderers may submit more than one tender : Allowed
Deadline for receipt of tenders : 30/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 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 : 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 : 1
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Oslo tingrett -
Organisation providing more information on the review procedures : FORSVARSMATERIELL -
Organisation receiving requests to participate : FORSVARSMATERIELL -
Organisation processing tenders : FORSVARSMATERIELL -

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 : Sondre Hoelstad Olsen
Telephone : 45479113
Internet address : https://FMA.NO
Roles of this organisation :
Buyer
Organisation receiving requests to participate
Organisation processing tenders
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Oslo tingrett
Registration number : 926725939
Postal address : C. J. Hambros plass 4
Town : Oslo
Postcode : 0164
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : d7a4bc41-13ec-4534-a44c-3bf867a6e1ab - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 26/05/2025 14:56 +00:00
Notice dispatch date (eSender) : 27/05/2025 07:11 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00342972-2025
OJ S issue number : 102/2025
Publication date : 28/05/2025