Procurement of "Future EPJ"

The contracting authority shall procure the future EPJ (service platform/system landscape) in accordance with changed needs and technological development. The procurement shall cover the municipality ́s need for documentation, interaction and management information within nursing and care services. A future orientated system shall contribute to gains such as increased quality, …

CPV: 48000000 Software package and information systems, 48180000 Medical software package, 48814200 Patient-administration system, 48814500 Casemix system, 72000000 IT services: consulting, software development, Internet and support, 72212180 Medical software development services, 72222000 Information systems or technology strategic review and planning services, 72224000 Project management consultancy services, 72227000 Software integration consultancy services, 72260000 Software-related services, 72266000 Software consultancy services, 72268000 Software supply services, 85140000 Miscellaneous health services
Place of execution:
Procurement of "Future EPJ"
Awarding body:
Værnesregionen Innkjøp
Award number:
2024/5919

1. Buyer

1.1 Buyer

Official name : Værnesregionen Innkjøp
Legal type of the buyer : Regional authority
Activity of the contracting authority : General public services

1.1 Buyer

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

1.1 Buyer

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

1.1 Buyer

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

1.1 Buyer

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

1.1 Buyer

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

1.1 Buyer

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

1.1 Buyer

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

1.1 Buyer

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

1.1 Buyer

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

1.1 Buyer

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

1.1 Buyer

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

1.1 Buyer

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

1.1 Buyer

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

1.1 Buyer

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

1.1 Buyer

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

1.1 Buyer

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

1.1 Buyer

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

1.1 Buyer

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

1.1 Buyer

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

1.1 Buyer

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

1.1 Buyer

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

1.1 Buyer

Official name : Snåsa 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 "Future EPJ"
Description : The contracting authority shall procure the future EPJ (service platform/system landscape) in accordance with changed needs and technological development. The procurement shall cover the municipality ́s need for documentation, interaction and management information within nursing and care services. A future orientated system shall contribute to gains such as increased quality, increased availability, financial gains, postponing the citizens' service needs, better resource use, reduced vulnerability and better security.
Procedure identifier : 5156a0c4-7407-4da6-b29a-0e78a9553baa
Internal identifier : 2024/5919
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 :

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 ): 48180000 Medical software package
Additional classification ( cpv ): 48814200 Patient-administration system
Additional classification ( cpv ): 48814500 Casemix system
Additional classification ( cpv ): 72212180 Medical software development services
Additional classification ( cpv ): 72222000 Information systems or technology strategic review and planning services
Additional classification ( cpv ): 72224000 Project management consultancy services
Additional classification ( cpv ): 72227000 Software integration consultancy services
Additional classification ( cpv ): 72260000 Software-related services
Additional classification ( cpv ): 72266000 Software consultancy services
Additional classification ( cpv ): 72268000 Software supply services
Additional classification ( cpv ): 85140000 Miscellaneous health services

2.1.2 Place of performance

Country subdivision (NUTS) : Trøndelag ( NO060 )
Country : Norway
Additional information : In each municipality

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 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.
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.
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 made mandatory in accordance with the current national law without the possibility for exceptions.
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)
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 made mandatory in accordance with the current national law without the possibility for exceptions.
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 made mandatory in accordance with the current national law without the possibility for exceptions.
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 : 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?
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 made mandatory in accordance with the current national law without the possibility for exceptions.
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?
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.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Procurement of "Future EPJ"
Description : The contracting authority shall procure the future EPJ (service platform/system landscape) in accordance with changed needs and technological development. The procurement shall cover the municipality ́s need for documentation, interaction and management information within nursing and care services. A future orientated system shall contribute to gains such as increased quality, increased availability, financial gains, postponing the citizens' service needs, better resource use, reduced vulnerability and better security.
Internal identifier : 2024/5919

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 ): 48180000 Medical software package
Additional classification ( cpv ): 48814200 Patient-administration system
Additional classification ( cpv ): 48814500 Casemix system
Additional classification ( cpv ): 72212180 Medical software development services
Additional classification ( cpv ): 72222000 Information systems or technology strategic review and planning services
Additional classification ( cpv ): 72224000 Project management consultancy services
Additional classification ( cpv ): 72227000 Software integration consultancy services
Additional classification ( cpv ): 72260000 Software-related services
Additional classification ( cpv ): 72266000 Software consultancy services
Additional classification ( cpv ): 72268000 Software supply services
Additional classification ( cpv ): 85140000 Miscellaneous health services
Options :
Description of the options : The contract will be valid for a minimum of 6 (six) years calculated from the start-up date for ordinary operations. The contract will then be renewed automatically for 1 (one) year at a time, unless 6 (six) months notice is given by the Contracting Authority by the Tenderer with 12 (twelve) months notice before the renewal date. Tenderers shall notify the customer 7 (seven) months before the annual renewal date. The following municipalities have options: Bindal, Flatanger, Frosta, Frøya, Gjemnes, Grong, Høylandet, Inderøy, Leka, Lierne, Meråker, Namsos, Namsskogan, Nærøysund, Osen, Overhalla, Røyrvik and Snåsa. Option municipalities shall have two years to trigger the option after all the contracting authorities have gone into normal operation.

5.1.2 Place of performance

Country subdivision (NUTS) : Trøndelag ( NO060 )
Country : Norway
Additional information : In each municipality

5.1.3 Estimated duration

Duration : 6 Year

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
Information about previous notices :
Identifier of the previous notice : 105917-2024
Identifier of the previous notice : 646006-2022
Identifier of the previous notice : 389088-2021

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : The tenderer's technical and financial capacity
Use of this criterion : Used
Criterion :
Type : Other
Name : The tenderer fulfils the stated qualification requirements:
Description : All the necessary selection criteria specified in the notice or in the procurement documents mentioned in the notice are fulfilled.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : The tenderer ́s technical and professional qualifications.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Use of this criterion : Used

5.1.11 Procurement documents

Deadline for requesting additional information : 17/02/2025 23:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=43556

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
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Deadline for receipt of requests to participate : 28/02/2025 11:00 +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 :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Trøndelag tingrett

8. Organisations

8.1 ORG-0001

Official name : Værnesregionen Innkjøp
Registration number : 939958851
Department : Innkjøp
Postal address : Kjøpmannsgata 13
Town : Stjørdal
Postcode : 7500
Country : Norway
Contact point : Kjetil Nyborg
Telephone : +4774833500
Roles of this organisation :
Buyer
Group leader

8.1 ORG-0002

Official name : Trøndelag tingrett
Registration number : 926 722 794
Postal address : Postboks 2317 Torgarden
Town : Trondheim
Postcode : 7004
Country subdivision (NUTS) : Trøndelag ( NO060 )
Country : Norway
Telephone : 73 54 24 00
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Stjørdal kommune
Registration number : 939 958 851
Town : Stjørdal
Country subdivision (NUTS) : Trøndelag ( NO060 )
Country : Norway
Telephone : 74833500
Roles of this organisation :
Buyer

8.1 ORG-0004

Official name : Steinkjer kommune
Registration number : 840 029 212
Town : Steinkjer
Country subdivision (NUTS) : Trøndelag ( NO060 )
Country : Norway
Telephone : 74833500
Roles of this organisation :
Buyer

8.1 ORG-0005

Official name : Orkland kommune
Registration number : 921233418
Town : Orkanger
Country subdivision (NUTS) : Trøndelag ( NO060 )
Country : Norway
Telephone : 74833500
Roles of this organisation :
Buyer

8.1 ORG-0006

Official name : Malvik kommune
Registration number : 971 035 560
Town : Malvik
Country subdivision (NUTS) : Trøndelag ( NO060 )
Country : Norway
Telephone : 74833500
Roles of this organisation :
Buyer

8.1 ORG-0007

Official name : Frosta kommune
Registration number : 944 482 253
Town : Frosta
Country : Norway
Telephone : 74833500
Roles of this organisation :
Buyer

8.1 ORG-0008

Official name : Meråker kommune
Registration number : 835231712
Town : Meråker
Country subdivision (NUTS) : Trøndelag ( NO060 )
Country : Norway
Telephone : 74833500
Roles of this organisation :
Buyer

8.1 ORG-0009

Official name : Bindal kommune
Registration number : 964 983 380
Town : Terråk
Country subdivision (NUTS) : Nordland ( NO071 )
Country : Norway
Telephone : 74833500
Roles of this organisation :
Buyer

8.1 ORG-0010

Official name : Flatanger kommune
Registration number : 845 153 272
Town : Flatanger
Country subdivision (NUTS) : Trøndelag ( NO060 )
Country : Norway
Telephone : 74833500
Roles of this organisation :
Buyer

8.1 ORG-0011

Official name : Frøya kommune
Registration number : 964982597
Town : Sistranda
Country subdivision (NUTS) : Trøndelag ( NO060 )
Country : Norway
Telephone : 74833500
Roles of this organisation :
Buyer

8.1 ORG-0012

Official name : Gjemnes kommune
Registration number : 964 981 426
Town : Batnfjordsøra
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Telephone : 74833500
Roles of this organisation :
Buyer

8.1 ORG-0013

Official name : Grong kommune
Registration number : 940 010 853
Town : Grong
Country subdivision (NUTS) : Trøndelag ( NO060 )
Country : Norway
Telephone : 74833500
Roles of this organisation :
Buyer

8.1 ORG-0014

Official name : Høylandet kommune
Registration number : 959 220 476
Town : Høylandet
Country subdivision (NUTS) : Trøndelag ( NO060 )
Country : Norway
Telephone : 74833500
Roles of this organisation :
Buyer

8.1 ORG-0015

Official name : Inderøy kommune
Registration number : 997 391 853
Town : Inderøy
Country subdivision (NUTS) : Trøndelag ( NO060 )
Country : Norway
Telephone : 74833500
Roles of this organisation :
Buyer

8.1 ORG-0016

Official name : Leka kommune
Registration number : 944484574
Town : Leka
Country subdivision (NUTS) : Trøndelag ( NO060 )
Country : Norway
Telephone : 74833500
Roles of this organisation :
Buyer

8.1 ORG-0017

Official name : Lierne kommune
Registration number : 972 417 963
Town : Nordli
Country subdivision (NUTS) : Trøndelag ( NO060 )
Country : Norway
Telephone : 74833500
Roles of this organisation :
Buyer

8.1 ORG-0018

Official name : Namsos kommune
Registration number : 942875967
Town : Jøa
Country subdivision (NUTS) : Trøndelag ( NO060 )
Country : Norway
Telephone : 74833500
Roles of this organisation :
Buyer

8.1 ORG-0019

Official name : Namsskogan kommune
Registration number : 864982212
Town : Namsskogan
Country subdivision (NUTS) : Trøndelag ( NO060 )
Country : Norway
Telephone : 74833500
Roles of this organisation :
Buyer

8.1 ORG-0020

Official name : Nærøysund kommune
Registration number : 921 785 410
Town : Rørvik
Country subdivision (NUTS) : Trøndelag ( NO060 )
Country : Norway
Telephone : 74833500
Roles of this organisation :
Buyer

8.1 ORG-0021

Official name : Osen kommune
Registration number : 944350675
Town : Steinsdalen
Country subdivision (NUTS) : Trøndelag ( NO060 )
Country : Norway
Telephone : 74833500
Roles of this organisation :
Buyer

8.1 ORG-0022

Official name : Overhalla kommune
Registration number : 939 896 600
Town : Overhalla
Country subdivision (NUTS) : Trøndelag ( NO060 )
Country : Norway
Telephone : 74833500
Roles of this organisation :
Buyer

8.1 ORG-0023

Official name : Røyrvik kommune
Registration number : 964 982 120
Town : Limingen
Country subdivision (NUTS) : Trøndelag ( NO060 )
Country : Norway
Telephone : 74833500
Roles of this organisation :
Buyer

8.1 ORG-0024

Official name : Snåsa kommune
Registration number : 964 982 031
Town : Snåsa
Country subdivision (NUTS) : Trøndelag ( NO060 )
Country : Norway
Telephone : 74833500
Roles of this organisation :
Buyer

11. Notice information

11.1 Notice information

Notice identifier/version : 60fe4b22-1e98-43d9-ba7a-03a6e613cf76 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 24/01/2025 10:57 +00:00
Notice dispatch date (eSender) : 24/01/2025 10:57 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00055091-2025
OJ S issue number : 18/2025
Publication date : 27/01/2025