20240058 Supplies and services to a network central security infrastructure

The contracting authority currently uses several systems in a combination to ensure network central security, including machine and software systems. These include systems in the following categories: • Firewall systems from Check Point including associated administration systems • Identity management systems from Check Point • Sandbox systems from Check Point …

CPV: 50312300 Mantenimiento y reparación de equipos de redes de datos, 30200000 Equipo y material informático, 32424000 Infraestructura de red, 48000000 Paquetes de software y sistemas de información, 48200000 Paquetes de software de conexión en red, Internet e intranet, 48210000 Paquetes de software de conexión en red, 48211000 Paquetes de software de interconectividad de plataformas, 48219000 Paquetes de software diversos de conexión en red, 48510000 Paquetes de software de comunicación, 48514000 Paquetes de software de acceso remoto, 48730000 Paquetes de software de seguridad, 48732000 Paquetes de software de seguridad de datos, 51000000 Servicios de instalación (excepto software), 72000000 Servicios TI: consultoría, desarrollo de software, Internet y apoyo, 72100000 Servicios de consultoría en equipo informático, 72260000 Servicios relacionados con el software, 72267100 Mantenimiento de software de tecnología de la información, 72400000 Servicios de Internet, 72410000 Servicios de proveedor, 72416000 Proveedores de servicio de aplicaciones, 72510000 Servicios de gestión relacionados con la informática, 72590000 Servicios profesionales relacionados con la informática, 72600000 Servicios de apoyo informático y de consultoría
Lugar de ejecución:
20240058 Supplies and services to a network central security infrastructure
Organismo adjudicador:
Skatteetaten
Número de premio:
2024/2208

1. Buyer

1.1 Buyer

Official name : Skatteetaten
Legal type of the buyer : Central government authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : 20240058 Supplies and services to a network central security infrastructure
Description : The contracting authority currently uses several systems in a combination to ensure network central security, including machine and software systems. These include systems in the following categories: • Firewall systems from Check Point including associated administration systems • Identity management systems from Check Point • Sandbox systems from Check Point • Remote access systems from Check Point • Systems for access control and load balancing from F5 • Proxy systems from F5 • Systems for web application firewall from F5 The procurement includes supplies and services associated with these categories. The contracting authority has decided to divide the procurement into two sub-areas, hereafter called sub area CP and sub area F5. Lot CP includes supplies and services connected to the categories in the first four bullet points, whilst sub-area F5 includes supplies and services associated with the categories in the last three bullet points. One framework agreement and one maintenance contract shall be signed per sub area, total four contracts. The two agreements included in sub-area CP apply to specified services that the contracting authority requires for maintenance, management, capacity and functional expansion of the Check Point based part of the contracting authority ́s at any given time applicable network central security infrastructure. The equivalent applies to the framework agreement and maintenance agreement included in sub-area F5, but then for the F5 based part of the contracting authority ́s at any given time applicable network central security infrastructure. The framework agreement and the maintenance agreement covered by sub-area CP shall be signed with one and the same legal subject. Likewise, the framework agreement and maintenance agreement covered by sub-area F5 shall be signed with a single legal subject. There is an opportunity to compete for one or both sub areas. The values in the notice only apply to the two framework agreements included in the procurement, cf. the sub-procurement. 1.2 in the tender documentation's main document. Access to parts of the tender documentation requires a declaration of acceptance of confidentiality, cf. the sub-company. 1.5 in the tender documentation's main document. Further information on the foregoing and the procurement is also in the tender documentation.
Procedure identifier : 4221e25a-64f5-4572-bccb-d352bc415ecd
Previous notice : 1781df6c-fd61-4a82-9af8-18076041f3e3-03
Internal identifier : 2024/2208
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's main document.

2.1.1 Purpose

Main nature of the contract : Services
Additional nature of the contract : Supplies
Main classification ( cpv ): 50312300 Maintenance and repair of data network equipment
Additional classification ( cpv ): 30200000 Computer equipment and supplies
Additional classification ( cpv ): 32424000 Network infrastructure
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48200000 Networking, Internet and intranet software package
Additional classification ( cpv ): 48210000 Networking software package
Additional classification ( cpv ): 48211000 Platform interconnectivity software package
Additional classification ( cpv ): 48219000 Miscellaneous networking software package
Additional classification ( cpv ): 48510000 Communication software package
Additional classification ( cpv ): 48514000 Remote access software package
Additional classification ( cpv ): 48730000 Security software package
Additional classification ( cpv ): 48732000 Data security software package
Additional classification ( cpv ): 51000000 Installation services (except software)
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72100000 Hardware consultancy services
Additional classification ( cpv ): 72260000 Software-related services
Additional classification ( cpv ): 72267100 Maintenance of information technology software
Additional classification ( cpv ): 72400000 Internet services
Additional classification ( cpv ): 72410000 Provider services
Additional classification ( cpv ): 72416000 Application service providers
Additional classification ( cpv ): 72510000 Computer-related management services
Additional classification ( cpv ): 72590000 Computer-related professional services
Additional classification ( cpv ): 72600000 Computer support and consultancy services

2.1.2 Place of performance

Country subdivision (NUTS) : Oslo ( NO081 )

2.1.3 Value

Estimated value excluding VAT : 190 000 000 Norwegian krone
Maximum value of the framework agreement : 190 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0000

Title : 20240058 Supplies and services to a network central security infrastructure
Description : The contracting authority currently uses several systems in a combination to ensure network central security, including machine and software systems. These include systems in the following categories: • Firewall systems from Check Point including associated administration systems • Identity management systems from Check Point • Sandbox systems from Check Point • Remote access systems from Check Point • Systems for access control and load balancing from F5 • Proxy systems from F5 • Systems for web application firewall from F5 The procurement includes supplies and services associated with these categories. The contracting authority has decided to divide the procurement into two sub-areas, hereafter called sub area CP and sub area F5. Lot CP includes supplies and services connected to the categories in the first four bullet points, whilst sub-area F5 includes supplies and services associated with the categories in the last three bullet points. One framework agreement and one maintenance contract shall be signed per sub area, total four contracts. The two agreements included in sub-area CP apply to specified services that the contracting authority requires for maintenance, management, capacity and functional expansion of the Check Point based part of the contracting authority ́s at any given time applicable network central security infrastructure. The equivalent applies to the framework agreement and maintenance agreement included in sub-area F5, but then for the F5 based part of the contracting authority ́s at any given time applicable network central security infrastructure. The framework agreement and the maintenance agreement covered by sub-area CP shall be signed with one and the same legal subject. Likewise, the framework agreement and maintenance agreement covered by sub-area F5 shall be signed with a single legal subject. There is an opportunity to compete for one or both sub areas. The values in the notice only apply to the two framework agreements included in the procurement, cf. the sub-procurement. 1.2 in the tender documentation's main document. Access to parts of the tender documentation requires a declaration of acceptance of confidentiality, cf. the sub-company. 1.5 in the tender documentation's main document. Further information on the foregoing and the procurement is also in the tender documentation.
Internal identifier : 2024/2208

5.1.1 Purpose

Main nature of the contract : Services
Additional nature of the contract : Supplies
Main classification ( cpv ): 50312300 Maintenance and repair of data network equipment
Additional classification ( cpv ): 30200000 Computer equipment and supplies
Additional classification ( cpv ): 32424000 Network infrastructure
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48200000 Networking, Internet and intranet software package
Additional classification ( cpv ): 48210000 Networking software package
Additional classification ( cpv ): 48211000 Platform interconnectivity software package
Additional classification ( cpv ): 48219000 Miscellaneous networking software package
Additional classification ( cpv ): 48510000 Communication software package
Additional classification ( cpv ): 48514000 Remote access software package
Additional classification ( cpv ): 48730000 Security software package
Additional classification ( cpv ): 48732000 Data security software package
Additional classification ( cpv ): 51000000 Installation services (except software)
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72100000 Hardware consultancy services
Additional classification ( cpv ): 72260000 Software-related services
Additional classification ( cpv ): 72267100 Maintenance of information technology software
Additional classification ( cpv ): 72400000 Internet services
Additional classification ( cpv ): 72410000 Provider services
Additional classification ( cpv ): 72416000 Application service providers
Additional classification ( cpv ): 72510000 Computer-related management services
Additional classification ( cpv ): 72590000 Computer-related professional services
Additional classification ( cpv ): 72600000 Computer support and consultancy services
Options :
Description of the options : Each contract will come into force at the time it is signed and it will last from this point in time for the first period of two years. The contracting authority shall have an option to extend each individual agreement for one year at a time, up to and limited to two extensions.

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 4 Year

5.1.4 Renewal

Maximum renewals : 2
The buyer reserves the right for additional purchases from the contractor, as described here : Each contract will come into force at the time it is signed and it will last from this point in time for the first period of two years. The contracting authority shall have an option to extend each individual agreement for one year at a time, up to and limited to two extensions.

5.1.5 Value

Estimated value excluding VAT : 190 000 000 Norwegian krone
Maximum value of the framework agreement : 190 000 000 Norwegian krone

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : See the tender documentation's main document.
Weight (percentage, exact) : 50
Criterion :
Type : Quality
Name : Quality
Description : See the tender documentation's main document.
Weight (percentage, exact) : 50
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Oslo tingrett
Organisation signing the contract : Skatteetaten

6. Results

Value of all contracts awarded in this notice : 190 000 000 Norwegian krone

6.1 Result lot ldentifier : LOT-0000

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : Mnemonic AS
Tender :
Tender identifier : Varer og tjenesteytelser til nettverkssentral sikkerhetsinfrastruktur
Identifier of lot or group of lots : LOT-0000
Subcontracting value is known : no
Subcontracting percentage is known : no
Contract information :
Identifier of the contract : -
Title : 20240058 Supplies and services for the Network Central Security Infrastructure - Mnemonic AS
Date on which the winner was chosen : 13/03/2025
The contract is awarded within a framework agreement : no
Organisation signing the contract : Skatteetaten

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders submitted electronically
Number of tenders or requests to participate received : 1

8. Organisations

8.1 ORG-0001

Official name : Skatteetaten
Registration number : 974761076
Department : Anskaffelser
Postal address : Fredrik Selmers vei 4
Town : Oslo
Postcode : 0663
Country : Norway
Contact point : Torgrim Kloster
Telephone : +47 80080000
Roles of this organisation :
Buyer
Organisation signing the contract

8.1 ORG-0002

Official name : Oslo tingrett
Registration number : 926 725 939
Postal address : Postboks 2106 Vika
Town : Oslo
Postcode : 0125
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : 22 03 52 00
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Mnemonic AS
Registration number : 982089549
Department : Salg
Postal address : Henrik Ibsens gate 100
Town : Oslo
Postcode : 0255
Country : Norway
Contact point : Ole Tommy Vestre
Telephone : 23 20 47 00
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0000

11. Notice information

11.1 Notice information

Notice identifier/version : d8e7c13a-190f-43d3-9e34-8aa7eff96f03 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 17/03/2025 13:23 +00:00
Notice dispatch date (eSender) : 17/03/2025 13:36 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00173109-2025
OJ S issue number : 54/2025
Publication date : 18/03/2025