Procurement of a child protection system - prequalification

The contract shall ensure that fredrikstad, Hvaler, Skiptvedt, Marker and Aremark municipalities procure a trade system that provides full support for a fully electronic work process, delivered as a cloud based service. The last three municipalities have the option to select and utilise the offered system. The case handling shall …

CPV: 48000000 Programvara och informationssystem, 48311000 Programvara för dokumenthantering, 48333000 Programvara för kontakthantering, 48510000 Programvara för kommunikation, 72000000 IT-tjänster: konsultverksamhet, programvaruutveckling, Internet och stöd, 72230000 Utveckling av kundanpassad programvara
Plats för avrättning:
Procurement of a child protection system - prequalification
Plats för tilldelning:
Fredrikstad kommune
Tilldelningsnummer:
2025/4878

1. Buyer

1.1 Buyer

Official name : Fredrikstad kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Procurement of a child protection system - prequalification
Description : The contract shall ensure that fredrikstad, Hvaler, Skiptvedt, Marker and Aremark municipalities procure a trade system that provides full support for a fully electronic work process, delivered as a cloud based service. The last three municipalities have the option to select and utilise the offered system. The case handling shall meet all relevant requirements in the Child Protection Act and the Public Administration Act. It is a prerequisite that the system has an intuitive and flexible design that is user friendly and web-based and it fulfils the requirements for universal design for websites. The system must also be flexible enough to adapt to specific work flow and processes in the child protection service. The procurement of a new child protection professional system shall make the work processes more efficient, both through automated administrative functions and as an important tool for efficient performance management and internal control. The system shall support internal reporting and management to ensure that the Child Protection Service operates in accordance with applicable laws and guidelines. The aim of the procurement is to strengthen the child welfare service ́s ability to handle complex case handling processes with high precision and quality, while giving the users of the service easier access to information and services.
Procedure identifier : e943b69a-8b23-450e-b66d-c36e19eeb4aa
Internal identifier : 2025/4878
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 : See the tender documentation.

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 ): 48311000 Document management software package
Additional classification ( cpv ): 48333000 Contact management software package
Additional classification ( cpv ): 48510000 Communication software package
Additional classification ( cpv ): 72230000 Custom software development services

2.1.2 Place of performance

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

2.1.3 Value

Estimated value excluding VAT : 14 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - The legal basis for choosing a competition with negotiations is PPR § 13-2 letters a and c. The need cannot be met without adaptations of easily available systems and the procurement cannot be carried out without negotiations due to complexity connected to the service ́s technical and legal conditions.
Anskaffelsesforskriften - The deadline for submitting a qualification application has been amended in order to comply with the public procurement regulations ́ requirement for a minimum of 30 days deadline to apply for qualification, cf.

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 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?

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Procurement of a child protection system - prequalification
Description : The contract shall ensure that fredrikstad, Hvaler, Skiptvedt, Marker and Aremark municipalities procure a trade system that provides full support for a fully electronic work process, delivered as a cloud based service. The last three municipalities have the option to select and utilise the offered system. The case handling shall meet all relevant requirements in the Child Protection Act and the Public Administration Act. It is a prerequisite that the system has an intuitive and flexible design that is user friendly and web-based and it fulfils the requirements for universal design for websites. The system must also be flexible enough to adapt to specific work flow and processes in the child protection service. The procurement of a new child protection professional system shall make the work processes more efficient, both through automated administrative functions and as an important tool for efficient performance management and internal control. The system shall support internal reporting and management to ensure that the Child Protection Service operates in accordance with applicable laws and guidelines. The aim of the procurement is to strengthen the child welfare service ́s ability to handle complex case handling processes with high precision and quality, while giving the users of the service easier access to information and services.
Internal identifier : 2025/4878

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 ): 48311000 Document management software package
Additional classification ( cpv ): 48333000 Contact management software package
Additional classification ( cpv ): 48510000 Communication software package
Additional classification ( cpv ): 72230000 Custom software development services

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 84 Month

5.1.5 Value

Estimated value excluding VAT : 14 000 000 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) : no

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.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
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 Tenderers must have sufficient economic and financial capacity to be able to fulfil the contract. Creditworthiness with no requirement for collateral will be sufficient to meet the requirement. The contracting authority will evaluate the tenderer's fulfilment of the requirement in the following manner: - A credit rating based on the most recent financial figures. The rating shall be carried out by a credit rating company with licence to conduct this service. - The credit rating shall have a minimum rating of creditworthy. - Newly established companies, or companies that are rated lower than credit worthy, can instead submit a parent company guarantee or a bank guarantee that can document sufficient economic and financial capacity to fulfil the contract obligations. - If a parent company guarantee is submitted, the parent company will be rated in an equivalent way so the requirement for creditworthiness thus applies to the parent company. See the annex parent company guarantee. If a tenderer has a justifiable reason for not submitting the documentation required by the contracting authority, he 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 Tenderers shall have experience from comparable contracts. Documented by a description of the tenderer ́s up to 3 most relevant assignments in the course of the last 3 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. Tenderers can document their experience by referring to competence of the personnel he has at his disposal and can use this assignment, even if the experience has been worked up while the personnel have served another service provider.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Maximum number of tenders passing : 5
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/256512656.aspx

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 19/06/2025
Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Not allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Deadline for receipt of requests to participate : 18/06/2025 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 : 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

Mediation organisation : Søndre østfold tingrett -
Review organisation : Søndre østfold tingrett -
Organisation providing additional information about the procurement procedure : Fredrikstad kommune -
Organisation providing offline access to the procurement documents : Fredrikstad kommune -
Organisation providing more information on the review procedures : Fredrikstad kommune -

8. Organisations

8.1 ORG-0001

Official name : Fredrikstad kommune
Registration number : 940039541
Postal address : Rådhuset, Nygaardsgaten 14-16
Town : FREDRIKSTAD
Postcode : 1606
Country subdivision (NUTS) : Østfold ( NO083 )
Country : Norway
Contact point : Kine Gjerlaugsen
Telephone : +4795976084
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Søndre østfold tingrett
Registration number : 926722808
Town : Fredrikstad
Postcode : 1601
Country subdivision (NUTS) : Østfold ( NO083 )
Country : Norway
Roles of this organisation :
Review organisation
Mediation organisation

10. Change

Version of the previous notice to be changed : 0107351a-aff7-4acd-b191-5a06b78f5490-01
Main reason for change : Publisher correction
Description : The deadline for submitting a qualification application has been amended in order to comply with the public procurement regulations ́ requirement for a minimum of 30 days deadline to apply for qualification, cf.

10.1 Change

Section identifier : PROCEDURE

10.1 Change

Section identifier : LOT-0000
Description of changes : The deadline for submitting a qualification application has been amended in order to comply with the public procurement regulations ́ requirement for a minimum 30 day deadline for applying for qualification, cf.
Notice information
Notice identifier/version : 3a4d34c5-a898-48b2-95e4-1d564240c3ea - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 24/05/2025 11:14 +00:00
Notice dispatch date (eSender) : 24/05/2025 11:28 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00341080-2025
OJ S issue number : 101/2025
Publication date : 27/05/2025