Cloud based management system for quality and internal control

The objective of the procurement is to enter into a contract for a cloud based management system for quality and internal control, which shall contribute to NGU complying with internal control requirements in daily work, as well as ensuring targeted and efficient operation, reliable reporting and compliance with laws and …

CPV: 48000000 Programski paketi in informacijski sistemi, 48200000 Programski paket za omrežja, internet in intranet, 48300000 Programski paket za ustvarjanje dokumentov, risanje, zajem slik, časovno načrtovanje in storilnost, 48320000 Programski paket za risanje in zajem slik, 48400000 Programski paket za poslovne transakcije in osebno poslovanje, 48810000 Informacijski sistemi, 72000000 Storitve informacijske tehnologije: svetovanje, razvoj programske opreme, internet in podpora
Kraj izvršitve:
Cloud based management system for quality and internal control
Organ za podeljevanje:
Norges geologiske undersøkelse
Številka dodelitve:
11880

1. Buyer

1.1 Buyer

Official name : Norges geologiske undersøkelse
Legal type of the buyer : Public undertaking, controlled by a central government authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Cloud based management system for quality and internal control
Description : The objective of the procurement is to enter into a contract for a cloud based management system for quality and internal control, which shall contribute to NGU complying with internal control requirements in daily work, as well as ensuring targeted and efficient operation, reliable reporting and compliance with laws and rules. The system shall be provided as a cloud service (SaaS).
Procedure identifier : f6e47de5-1ada-4905-a7d8-e7d9f14b6699
Internal identifier : 11880
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 procurement shall be carried out in accordance with the Act from 17 June 2016 no. 73 on public procurements (LOA). and the regulations 12 August 2016 no. 974 on public procurements (FOA) parts I and III. The procurement will be carried out as a negotiated procedure after a prior notice, cf. § 13-1 (2). This is a two stage procedure, which begins with a qualification phase (phase 1). All interested suppliers can submit a request for participation in the competition. Only tenderers who fulfil the qualification requirements and who are invited will be able to submit a tender in the next stage of the competition (phase 2). The contracting authority plans to invite up to seven (7) tenderers to submit a tender. If more than 7 qualified tenderers submit requests for participation in the competition, the contracting authority will choose which tenderers will be offered on the basis of the selection criteria, cf. point 9.1. After receipt of tenders in phase 2, all tenders will be subject to an initial evaluation before the contracting authority will call for negotiations. 4.2.1 Implementation of negotiations The negotiations can be in several phases and the contracting authority reserves the right to reduce the number of tender offers that shall be negotiated, cf. the Public Procurement Regulations § 23-11. A first reduction can take place ahead of the negotiations. The reduction will be based on the stated award criteria. At least 3 tenderers will receive an invitation to negotiations, provided that there are a sufficient number of tender offers. A reduction of the number of tenders can also be made prior to any future negotiation rounds. The negotiations can apply to all sides of the tender. The negotiations can be held in meetings, in writing or oral. After negotiations and any updated tenders, the final evaluation will be made and the contract will be awarded. Attention is defined that tenders that include significant deviations from the procurement documents shall be rejected in accordance with the Public Procurement Regulations § 24-8 (1) b. The contracting authority reserves the right to award the contract after the first evaluation (without negotiations), if the contracting authority deems this appropriate.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48200000 Networking, Internet and intranet software package
Additional classification ( cpv ): 48300000 Document creation, drawing, imaging, scheduling and productivity software package
Additional classification ( cpv ): 48320000 Drawing and imaging software package
Additional classification ( cpv ): 48400000 Business transaction and personal business software package
Additional classification ( cpv ): 48810000 Information systems

2.1.2 Place of performance

Postal address : Leiv Eirikssons vei 39
Town : Trondheim
Postcode : 7040
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 1 490 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
Corruption : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a enforceable verdict has been convicted of corruption by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Corruption as defined in Article 3 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 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 : Cloud based management system for quality and internal control
Description : The objective of the procurement is to enter into a contract for a cloud based management system for quality and internal control, which shall contribute to NGU complying with internal control requirements in daily work, as well as ensuring targeted and efficient operation, reliable reporting and compliance with laws and rules. The system shall be provided as a cloud service (SaaS).
Internal identifier : 11880

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48200000 Networking, Internet and intranet software package
Additional classification ( cpv ): 48300000 Document creation, drawing, imaging, scheduling and productivity software package
Additional classification ( cpv ): 48320000 Drawing and imaging software package
Additional classification ( cpv ): 48400000 Business transaction and personal business software package
Additional classification ( cpv ): 48810000 Information systems
Options :
Description of the options : The contract will come into force on the date it is signed by the parties. If another duration is not agreed in annex 5, the contract will apply for 3 (three) years calculated from the delivery day. The contract will then be renewed automatically for 1 (one) year at a time, unless 3 (three) months notice is given by the Contracting Authority before the renewal date. Tenderers can give notice on the contract with 12 (twelve) months notice before the renewal date.

5.1.2 Place of performance

Postal address : Leiv Eirikssons vei 39
Town : Trondheim
Postcode : 7040
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 3 Year

5.1.5 Value

Estimated value excluding VAT : 1 490 000 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
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : The tenderer shall be a legally established company. Documentation requirement: Certificate from the Register of Business Enterprises or an equivalent certificate of statutory registration in a trade register in the country where the tenderer is established. An account that shows the tenderer's ownership and ownership structure.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Maximum number of tenders passing : 7
Criterion : Other economic or financial requirements
Description : Tenderers shall be credit worthy and have solid finances to be able to carry out the competition. A minimum of one credit rating of level A or equivalent is required. Documentation: Extended report from a publicly certified credit rating company containing a credit rating of the tenderer - typically given with an alphabetic character or brief text, as well as an explanation of these. The contracting authority reserves the right to supplement the submitted documentation by obtaining other financial information, including (but not limited to) i.a. interim accounts or an expanded report from a publicly certified credit rating company that contains a credit rating of the tenderer. The credit rating must not be more than three months old. A definition of the symbols used by the credit rating institution must be enclosed so that NGU can assess different ratings up against each other.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Maximum number of tenders passing : 7
Criterion : References on specified services
Description : Tenderers shall have experience with comparable deliveries. Comparable deliveries means the delivery of a quality management system and internal control. Documentation: Description of the tenderer's most relevant assignments in the last 3 years. Reference assignments shall be enclosed with the tender with information on the customer/recipient, a short description of the scope of the delivery, the contract ́s value and period of execution. It is the tenderer ́s responsibility to document relevance through the description.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Maximum number of tenders passing : 7
Criterion : Certificates by quality control institutes
Description : Tenderers shall have good routines for quality management. Documentation: Documentation shall be given in one of the following ways: Alternative 1: Description of the company's policy for quality management, with emphasis on quality assurance, resource management, management responsibility and continuous analysis and improvement. Alternative 2: If the tenderer has an ISO 9001 certificate or equivalent, the certificate can be attached as documentation.
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 : 7
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

5.1.10 Award criteria

Criterion :
Type : Quality
Name : Quality
Description : Under this criteria: - functionality and user friendliness up to the B requirements. - how functionality and user friendliness are experienced in the suppliers ́ presentation of the demonstration cases.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 70
Criterion :
Type : Price
Name : Price
Description : Under this criteria, the offered prices/total evaluation sum will be assessed.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Deadline for requesting additional information : 16/06/2025 10:00 +00:00

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 02/07/2025
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
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 23/06/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : yes
Additional information about the non-disclosure agreement : The selected tenderer ́s resources must sign a confidentiality statement.
Electronic invoicing : Required
Electronic ordering will be used : yes
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

Mediation organisation : Trøndelag tingrett -
Review organisation : Trøndelag tingrett -
Information about review deadlines : Waiting period: 10 days from award of contract
Organisation providing more information on the review procedures : Norges geologiske undersøkelse -
Organisation receiving requests to participate : Norges geologiske undersøkelse -
Organisation processing tenders : Norges geologiske undersøkelse -

8. Organisations

8.1 ORG-0001

Official name : Norges geologiske undersøkelse
Registration number : 970188290
Postal address : Postboks 6315 Torgarden
Town : Trondheim
Postcode : 7491
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Contact point : Synnøve Vindenes
Telephone : +47 99320887
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 : Trøndelag tingrett
Registration number : 926 722 794
Postal address : Munkegata 20
Town : Trondheim
Postcode : 7013
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Roles of this organisation :
Review organisation
Mediation organisation
Notice information
Notice identifier/version : addfa972-7be5-4243-9385-a7286ebff661 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 19/05/2025 10:01 +00:00
Notice dispatch date (eSender) : 19/05/2025 10:01 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00322532-2025
OJ S issue number : 96/2025
Publication date : 20/05/2025