Free-standing archive core

NORCE needs a flexible archive system that contributes to increased document capture and ensures efficient processes. The system shall cover the need for long-term storage of digital documents and it shall have an interface for case handling, including access management and integrations. The system shall be cloud based and shall …

CPV: 48000000 Programvara och informationssystem, 48300000 Programvara för dokumentredigering, ritning, bildhantering, schemaläggning och produktivitet, 48310000 Programvara för dokumentredigering, 48311000 Programvara för dokumenthantering, 48311100 Dokumenthanteringssystem, 48320000 Programvara för ritning och bildbehandling, 48329000 Bildbehandlings- och arkiveringssystem, 48800000 Informationssystem och servrar, 48810000 Informationssystem, 79560000 Arkivering, 72000000 IT-tjänster: konsultverksamhet, programvaruutveckling, Internet och stöd, 72200000 Programmering av mjukvara samt rådgivning, 72512000 Dokumenthanteringstjänster, 72250000 System- och stödtjänster, 72252000 Dataarkivering, 79000000 Företagstjänster: lagstiftning, marknadsföring, rådgivning, rekrytering, tryckning och säkerhet, 79995100 Arkiveringstjänster
Sista ansökningsdag:
9 juni 2025 10:00
Typ av tidsfrist:
Inlämnande av anbud
Plats för avrättning:
Free-standing archive core
Plats för tilldelning:
NORCE Research AS
Tilldelningsnummer:
533

1. Buyer

1.1 Buyer

Official name : NORCE Research AS
Legal type of the buyer : Regional authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Free-standing archive core
Description : NORCE needs a flexible archive system that contributes to increased document capture and ensures efficient processes. The system shall cover the need for long-term storage of digital documents and it shall have an interface for case handling, including access management and integrations. The system shall be cloud based and shall be delivered and operated by the supplier as a SaaS system (Software as a Service). The system must be modern, user friendly, efficient and shall be integrated with the organisation ́s different trade system and interaction platforms. Compliance with statutory requirements for information security shall also be complied with. The system shall be able to receive historical data from active and expired systems and file areas and have functionalities for easy and quick retrieval of information.    The tenderer is responsible for the establishment, integrations, migration, as well as operation, maintenance and security, in addition to upgrading the system and underlying infrastructure, training and user support.
Procedure identifier : cb912283-8956-4b58-9894-878b0e9dc335
Internal identifier : 533
Type of procedure : Open
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48300000 Document creation, drawing, imaging, scheduling and productivity software package
Additional classification ( cpv ): 48310000 Document creation software package
Additional classification ( cpv ): 48311000 Document management software package
Additional classification ( cpv ): 48311100 Document management system
Additional classification ( cpv ): 48320000 Drawing and imaging software package
Additional classification ( cpv ): 48329000 Imaging and archiving system
Additional classification ( cpv ): 48800000 Information systems and servers
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 48810000 Information systems
Additional classification ( cpv ): 72200000 Software programming and consultancy services
Additional classification ( cpv ): 72250000 System and support services
Additional classification ( cpv ): 72252000 Computer archiving services
Additional classification ( cpv ): 72512000 Document management services
Additional classification ( cpv ): 79000000 Business services: law, marketing, consulting, recruitment, printing and security
Additional classification ( cpv ): 79560000 Filing services
Additional classification ( cpv ): 79995100 Archiving services

2.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy under national law : 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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
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.
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
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 combating organised crime (EUT L 300 of 11.11.2008, p. 42).
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?
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.
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).
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).
Child labour and 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).
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
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.
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Has the tenderer: a) given grossly incorrect information with the notification of the information required to verify that there is no basis for rejection, or of the qualification requirements being fulfilled, b) failed to provide such information, c) made reservations immediately to present the supporting documents requested by the contracting authority, or d) improperly affected 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 : Is the tenderer 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?
Guilty of 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.
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 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.
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?
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
Payment of taxes : Has the tenderer not fulfilled all of his tax and duty obligations in both the country where he is established and in the contracting authority's member state, if this is a different country than what he is established in?
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.
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.

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Free-standing archive core
Description : NORCE needs a flexible archive system that contributes to increased document capture and ensures efficient processes. The system shall cover the need for long-term storage of digital documents and it shall have an interface for case handling, including access management and integrations. The system shall be cloud based and shall be delivered and operated by the supplier as a SaaS system (Software as a Service). The system must be modern, user friendly, efficient and shall be integrated with the organisation ́s different trade system and interaction platforms. Compliance with statutory requirements for information security shall also be complied with. The system shall be able to receive historical data from active and expired systems and file areas and have functionalities for easy and quick retrieval of information.    The tenderer is responsible for the establishment, integrations, migration, as well as operation, maintenance and security, in addition to upgrading the system and underlying infrastructure, training and user support.
Internal identifier : 649

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48300000 Document creation, drawing, imaging, scheduling and productivity software package
Additional classification ( cpv ): 48310000 Document creation software package
Additional classification ( cpv ): 48311000 Document management software package
Additional classification ( cpv ): 48311100 Document management system
Additional classification ( cpv ): 48320000 Drawing and imaging software package
Additional classification ( cpv ): 48329000 Imaging and archiving system
Additional classification ( cpv ): 48800000 Information systems and servers
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 48810000 Information systems
Additional classification ( cpv ): 72200000 Software programming and consultancy services
Additional classification ( cpv ): 72250000 System and support services
Additional classification ( cpv ): 72252000 Computer archiving services
Additional classification ( cpv ): 72512000 Document management services
Additional classification ( cpv ): 79000000 Business services: law, marketing, consulting, recruitment, printing and security
Additional classification ( cpv ): 79560000 Filing services
Additional classification ( cpv ): 79995100 Archiving services

5.1.3 Estimated duration

Start date : 01/09/2025
Other duration : Unlimited

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

Criterion :
Type : Economic and financial standing
Name : Credit rating
Description : Tenderers must have sufficient economic and financial capacity to be able to fulfil the contract. Documentation requirements: Credit rating based on the most recent financial figures. The rating shall be carried out by a credit rating company that have licence to operate such a business.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Competence
Description : Tenderers shall have experience from comparable contracts and they must be suitable for carrying out the assignment in a satisfactory manner. Documentation requirements: Description of the tenderer's 1-3 most relevant contracts in the course of the last three years. The description must include a statement of the contract ́s value, date and recipient (name, telephone number and e-mail address). It is the tenderer ́s responsibility to document relevance through the description.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Company Registration Certificate
Description : Tenderers shall be registered in a company register, professional register or a trade register in the country where the tenderers are established. Documentation requirements: 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.
Use of this criterion : Used
Criterion :
Type : Other
Name : Tax certificate
Description : Tenderers shall have their tax, payroll tax and VAT payments in order. Documentation requirements: Tax and VAT certificate issued by the Tax Administration via Altinn, not older than 6 months from the tender deadline.
Use of this criterion : Used
Criterion :
Type : Other
Name : The tenderer ́s quality assurance system.
Description : Tenderers shall have a well-functioning quality assurance system. Documentation requirements: Description of the tenderer's quality assurance methods. If a tenderer is certified in accordance with ISO 9001 or equivalent standards, it is sufficient to submit a copy of a valid certificate.
Use of this criterion : Used
Criterion :
Type : Other
Name : Subcontractors
Description : The tenderer shall state whether sub-suppliers are planned to be engaged and any parts of the contract they shall be used for. Documentation requirements: Commitment statement for the use of sub-suppliers.
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Quality
Name :
Description : Quality
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 60
Criterion :
Type : Price
Name :
Description : The estimated total price of the tenderer ́s fees for the delivery of products and services.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name :
Description : It is in accordance with the Public Procurement Regulations § 7-9 in the second paragraph that the main rule is that "the Contracting Authority shall emphasise climate and environmental considerations with a minimum of 30 percent". The Contracting Authority has assessed this procurement as regards possible climate and environmental influences in accordance with Public Procurement Regulations (§7-9), and has concluded that this procurement, in accordance with its nature, cloud based service, has an insignificant influence on climate and the environment. However, we would like to reward suppliers who have implemented measures that help reduce negative influences on climate or the environment. The award criteria will therefore weight positively if the tenderer has initiated climate or environmental measures that have a direct impact on this delivery.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 0
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

Access to certain procurement documents is restricted
Information about restricted documents is available at : https://app.artifik.no/procurements/533
Ad hoc communication channel :
Name : e-Tendering

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English, Norwegian
Electronic catalogue : Not allowed
Deadline for receipt of tenders : 09/06/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : N/A
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : N/A

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 : Hordaland tingrett -
Organisation providing additional information about the procurement procedure : NORCE Research AS -
Organisation receiving requests to participate : Artifik AS -

8. Organisations

8.1 ORG-0001

Official name : NORCE Research AS
Registration number : 919408049
Postal address : Postboks 22 Nygårdstangen
Town : Bergen
Postcode : 5838
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Contact point : Sabina Avdic
Telephone : +47 56107000
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure

8.1 ORG-0002

Official name : Hordaland tingrett
Registration number : 926723367
Postal address : Postboks 7412
Town : Bergen
Postcode : 5020
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : +47 55699700
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Artifik AS
Registration number : 925364967
Postal address : Stortingsgata 12
Town : Oslo
Postcode : 0161
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : +47 46630107
Internet address : https://artifik.no
Roles of this organisation :
Procurement service provider
Organisation receiving requests to participate
Notice information
Notice identifier/version : aa1dee62-5a9a-429b-90fe-b91a6ad5bd58 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 09/05/2025 09:11 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00304621-2025
OJ S issue number : 91/2025
Publication date : 13/05/2025