Qualification phase: Framework agreement for technical infrastructure

Statens pensjonskasse, hereafter called SPK, invites tenderers to a negotiated procedure for a framework agreement for supplies and services related to technical infrastructure. This notice concerns the qualification phase of the procurement. Only qualified and invited tenderers will be invited to the tender phase. Tenderers shall submit a request in …

CPV: 30000000 Kancelárske a počítacie stroje, vybavenie a spotrebný materiál s výnimkou nábytku a softvérových balíkov, 30200000 Počítačové zariadenia a spotrebný materiál, 32000000 Rozhlas, televízia, komunikácie, telekomunikácie a príbuzné zariadenia, 32400000 Siete, 48000000 Softvérové balíky a informačné systémy, 48200000 Softvérový balík na vytváranie sietí, pre internet a intranet, 48600000 Databázový a operačný softvérový balík, 48700000 Obslužné programy softvérových balíkov, 48800000 Informačné systémy a servery, 72000000 Služby informačných technológií: konzultácie, vývoj softvéru, internet a podpora
Miesto vykonania:
Qualification phase: Framework agreement for technical infrastructure
Udeľujúci orgán:
STATENS PENSJONSKASSE FORVALTNINGSBEDRIFT
Číslo udelenia:
25/006849

1. Buyer

1.1 Buyer

Official name : STATENS PENSJONSKASSE FORVALTNINGSBEDRIFT
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Qualification phase: Framework agreement for technical infrastructure
Description : Statens pensjonskasse, hereafter called SPK, invites tenderers to a negotiated procedure for a framework agreement for supplies and services related to technical infrastructure. This notice concerns the qualification phase of the procurement. Only qualified and invited tenderers will be invited to the tender phase. Tenderers shall submit a request in accordance with the information in this tender documentation. Tenderers are asked to check that the received tender documentation contains all the text pages and annexes that have been given.
Procedure identifier : cd5cc734-a9c8-4615-a982-6af4060d2c56
Internal identifier : 25/006849
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 entering into a framework agreement with one tenderer is to ensure the business predictable procurements and call-offs that SPK needs throughout the year to ensure reliable, stable, secure and available computer systems. The scope of the framework agreement is limited to a computer centre and technical IT infrastructure and what SPK needs from equipment, software, licences, subscriptions and consultancy services to operate and manage the systems included in this professional environment. The framework agreement shall support the company's social mission of providing occupational pensions, mortgage loans and insurances to government entities, and its members, which are included in our schemes. This framework agreement is for the procurement of products, services and consulting services that support the operation of SPK's data centres. We have 4 general procurement areas: Procurement of hardware, software, accessories and accompanying contracts with the manufacturer/mediator on support, maintenance and use rights. Consultancy services.System procurement - ready installed systems and consists of elements from points 1 and 2.Management (follow-up and renewal) of agreements on support, maintenance of hardware and software as well as user rights. The contract has an upper financial limit of NOK 48 million excluding VAT. The annual estimated value is approx. NOK 10 million excluding VAT. See the requirement specifications, SSA-R Annex 6, for further information, see the attached documents for further information.

2.1.1 Purpose

Main nature of the contract : Services
Additional nature of the contract : Supplies
Main classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 30000000 Office and computing machinery, equipment and supplies except furniture and software packages
Additional classification ( cpv ): 30200000 Computer equipment and supplies
Additional classification ( cpv ): 32000000 Radio, television, communication, telecommunication and related equipment
Additional classification ( cpv ): 32400000 Networks
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48200000 Networking, Internet and intranet software package
Additional classification ( cpv ): 48600000 Database and operating software package
Additional classification ( cpv ): 48700000 Software package utilities
Additional classification ( cpv ): 48800000 Information systems and servers

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.2 Place of performance

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

2.1.3 Value

Estimated value excluding VAT : 48 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - Negotiated procedure, cf. the Public Procurement Regulations Part III.

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 : Qualification phase: Framework agreement for technical infrastructure
Description : Statens pensjonskasse, hereafter called SPK, invites tenderers to a negotiated procedure for a framework agreement for supplies and services related to technical infrastructure. This notice concerns the qualification phase of the procurement. Only qualified and invited tenderers will be invited to the tender phase. Tenderers shall submit a request in accordance with the information in this tender documentation. Tenderers are asked to check that the received tender documentation contains all the text pages and annexes that have been given.
Internal identifier : 25/006849

5.1.1 Purpose

Main nature of the contract : Services
Additional nature of the contract : Supplies
Main classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 30000000 Office and computing machinery, equipment and supplies except furniture and software packages
Additional classification ( cpv ): 30200000 Computer equipment and supplies
Additional classification ( cpv ): 32000000 Radio, television, communication, telecommunication and related equipment
Additional classification ( cpv ): 32400000 Networks
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48200000 Networking, Internet and intranet software package
Additional classification ( cpv ): 48600000 Database and operating software package
Additional classification ( cpv ): 48700000 Software package utilities
Additional classification ( cpv ): 48800000 Information systems and servers
Options :
Description of the options : The framework agreement period is 2 years. The contracting authority shall have the option to extend the framework agreement for a further 2 years (1+1 years), a total of maximum 4 years.

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 48 000 000 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 : Technicians or technical bodies to carry out the work
Description : See the tender documentation
The criteria will be used to select the candidates to be invited for the second stage of the procedure
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
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/257579235.aspx

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 30/06/2025
Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Not allowed
Variants : Not allowed
Deadline for receipt of requests to participate : 24/06/2025 10:00 +00:00
Information that can be supplemented after the submission deadline :
At the discretion of the buyer, all missing tenderer-related documents may be submitted later.
Additional information : Cf. the Public Procurement Regulations § 23-5
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 : Oslo Tingrett -
Information about review deadlines : In accordance with the current rules and the published tender documentation.
Organisation receiving requests to participate : STATENS PENSJONSKASSE FORVALTNINGSBEDRIFT -
Organisation processing tenders : STATENS PENSJONSKASSE FORVALTNINGSBEDRIFT -

8. Organisations

8.1 ORG-0001

Official name : STATENS PENSJONSKASSE FORVALTNINGSBEDRIFT
Registration number : 982583462
Postal address : Verkstedveien 1
Town : OSLO
Postcode : 0277
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Camilla Tronsgaard
Telephone : +47 22241500
Fax : +47 22241501
Roles of this organisation :
Buyer
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Oslo Tingrett
Registration number : 926725939
Town : Oslo
Postcode : 0164
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : f0030576-ab41-48f9-a7bd-f6e60cdb430e - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 23/05/2025 12:54 +00:00
Notice dispatch date (eSender) : 23/05/2025 12:59 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00341880-2025
OJ S issue number : 101/2025
Publication date : 27/05/2025