25/00523 Main network communication

The aim is to procure new communication to strengthen the existing nationwide main network for NHN. New interregional wavelengths of good quality, i.e. supported by SLA, are of high interest to NHN. NHN therefore encourages tenderers to be open to using sub-suppliers who can have this type of new stretch. …

CPV: 72720000 Servicios de red de amplia cobertura, 32400000 Redes, 32430000 Red de área extendida, 45231000 Trabajos de construcción de tuberías, líneas de comunicación y líneas de conducción eléctrica, 45231600 Trabajos de construcción de líneas de comunicación, 72700000 Servicios de red informática
Lugar de ejecución:
25/00523 Main network communication
Organismo adjudicador:
Norsk Helsenett SF
Número de premio:
25/00523

1. Buyer

1.1 Buyer

Official name : Norsk Helsenett SF
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 : 25/00523 Main network communication
Description : The aim is to procure new communication to strengthen the existing nationwide main network for NHN. New interregional wavelengths of good quality, i.e. supported by SLA, are of high interest to NHN. NHN therefore encourages tenderers to be open to using sub-suppliers who can have this type of new stretch.
Procedure identifier : 7c78dea5-48a5-4c12-a257-aa0cce701799
Internal identifier : 25/00523
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 : A contract shall be signed with preferably one tenderer, a maximum of three tenderers. Due to security reasons, detailed information on the extent of the procurement will only be given to tenderers who are invited to the tender phase.

2.1.1 Purpose

Main nature of the contract : Services
Additional nature of the contract : Works
Main classification ( cpv ): 72720000 Wide area network services
Additional classification ( cpv ): 32400000 Networks
Additional classification ( cpv ): 32430000 Wide area network
Additional classification ( cpv ): 45231000 Construction work for pipelines, communication and power lines
Additional classification ( cpv ): 45231600 Construction work for communication lines
Additional classification ( cpv ): 72700000 Computer network services

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften -

2.1.6 Grounds for exclusion

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.
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)
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).
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?
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 : 25/00523 Main network communication
Description : The aim is to procure new communication to strengthen the existing nationwide main network for NHN. New interregional wavelengths of good quality, i.e. supported by SLA, are of high interest to NHN. NHN therefore encourages tenderers to be open to using sub-suppliers who can have this type of new stretch.
Internal identifier : 25/00523

5.1.1 Purpose

Main nature of the contract : Services
Additional nature of the contract : Works
Main classification ( cpv ): 72720000 Wide area network services
Additional classification ( cpv ): 32400000 Networks
Additional classification ( cpv ): 32430000 Wide area network
Additional classification ( cpv ): 45231000 Construction work for pipelines, communication and power lines
Additional classification ( cpv ): 45231600 Construction work for communication lines
Additional classification ( cpv ): 72700000 Computer network services

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 180 Month

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 : 'Total' annual turnover
Description : The tenderer's ("total") annual turnover for the requested financial year in the notice or in the procurement documents is as follows: Minimum requirement for qualification requirements Requirement: Tenderers shall have minimum turnover within the area that the contract applies to twice the estimated value of the contract. Documentation: Statement of the company's turnover for the last three available fiscal years.
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Average annual turnover
Description : The tenderer ́s average annual turnover for the number of years requested in the notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : "Specific annual turnover"
Description : Are the tenderer's ("specific") annual turnover within the area that the contract applies to and specified in the notice or in the procurement documents for the number of accounting years requested is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average set-up
Description : Is the tenderer's average annual turnover within the area requested by the contract and specified in the notice or in the procurement documents for the number of financial years requested:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : The tenderer's establishment date
Description : If the information about the turnover (combined or specific) is not available for the entire requested period, please state the date the company was established, or the tenderers started their business:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Financial key figures
Description : For financial key figures stated in the notice or in the procurement documents, the tenderer declares that the actual value(s) of the requested key figures are as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Liability insurance
Description : The insured amount in the tenderer ́s liability insurance is the following:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Other economic and 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:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Requirements of the tenderer's economic and financial position.
Description : Requirement: The tenderer shall have good economic and financial capacity to be able to fulfil the contract. Good creditworthiness will be sufficient to meet the requirement. Documentation requirement: The contracting authority will obtain a credit rating itself from Experian. Tenderers who cannot be satisfactorily credit rated, or who believe that the credit rating will give a wrong picture, can enclose alternative documentation for the qualification application, which shows that the qualification requirement is met. The contracting authority will decide what sufficient documentation is. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Liability insurance
Description : Requirement: Tenderers shall have relevant liability insurance. Documentation: Liability insurance certificate, Minimum requirement for qualification requirements.
Use of this criterion : Used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for quality assurance standards.
Description : Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements? Minimum qualification requirement Requirement: Tenderers shall have established satisfactory systems for quality assurance Documentation requirement: Copy of a quality assurance certificate (ISO9001/equivalent) issued by an accredited certification body. The requirement must be met by both the tenderer and any cooperating companies.
Use of this criterion : Used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for environmental management standards.
Description : Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards? Minimum qualification requirements Requirement: Tenderers shall have implemented good environmental management measures Documentation: Description of environmental management measures. If a tenderer is certified in accordance with ISO 14001, EMAS or equivalent standards, it is sufficient to present a copy of a valid certificate.
Use of this criterion : Used
Criterion :
Type : Other
Name : Possibility to deliver
Description : Requirement: Tenderers shall document in what health regions they have the possibility of delivery. Documentation: The requirement shall document which of the health regions North, Mid, West and South-East where it can deliver/have delivered communication and any use of sub-supplier(s). Documented by the extent of deliveries and customers. NHN emphasises an overall delivery NHN is also emphasising new guideline paths. Documentation is therefore wanted on inter-regional guiding paths that are newer than 3 years, or decided to be built by medio 2026. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Other
Name : Supply chain control
Description : Requirement: Tenderers shall have good control of the supplier chain that they will use for fulfilment of the contract. Documentation: A description of the supplier chain management and the tracing systems that the tenderer will use to fulfil the minimum qualification requirements contract.
Use of this criterion : Used
Criterion :
Type : Other
Name : Capacity
Description : Requirement: Tenderers shall have sufficient capacity to fulfil the contract. Documentation: Description of the tenderer's average workforce in the last three years. The number of employees shall be divided in the following areas: • Establishment • Operation/maintenance It shall be clarified if any employees are included in both areas and which sub-suppliers will be used and how. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Other
Name : Operations Centre
Description : Requirement: The tenderer ́s operations centre and all resources who have access to the operations centre shall be located in Scandinavia Communication with the operations centre shall preferably be in Norwegian, possibly in English Documentation: Description of where the operations centre and resources with access to the operations centre are located Minimum requirements for qualification requirements.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register
Description : Tenderers are registered in a professional 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. Minimum qualification requirements Requirement: Tenderers shall be registered in a company register, professional register or a commerce register in the country where the tenderer is established. Documentation: • Norwegian companies: Company Registration Certificate • Foreign companies: Proof that the company 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 : Suitability to pursue the professional activity
Name : Registered in a trade register or company 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.
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : In the case of service contracts: Authorisations from a particular organisation required
Description : Is a specific authorisation required from a particular organisation to provide the service in the tenderer's home country?
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : In the case of service contracts: Membership in a particular organisation is required
Description : Is it necessary to have a particular membership in a particular organisation in order to provide the service in the tenderer ́s home country?
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Services only
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 requirement Requirement: Tenderers shall have good experience with the execution of equivalent deliveries. Equivalent deliveries means national communication deliveries with high requirements for safety and availability, including 24/7/365 operations and monitoring. Documentation requirement: Description of the tenderer's most relevant deliveries during the last three years, together with information on the contracts ́ scope, date of delivery or execution, use of sub-suppliers and the name of the recipient. The references shall cover both the establishment and operational phases in total. Contact information must be provided for a reference person at the contracting authority who can confirm this information. Responses are to be given in annex 4.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Technical personnel or technical units
Description : Tenderers can use the following technical personnel or technical units , particularly those who are responsible for quality control: For technical personnel or technical units that do not directly belong to the tenderer ́s business, but if the capacity the tenderer will use, cf. part II, section C, separate ESPD forms shall be supplemented. Minimum qualification requirements Requirement: Tenderers shall have sufficient capacity to fulfil the assignment within the stated limits and deadlines. All the 1st of May 2016 Documentation requirement: A description of how the tenderer shall ensure sufficient capacity to fulfil the assignment/contract. Alt 2: Documentation requirement: A description of the technical units and technical personnel that the tenderer has at its disposal for fulfilment of the contract.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Technical facilities and quality assurance measures
Description : The tenderer utilises the following technical facilities and quality assurance measures and the tenderer ́s survey and research facility is as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Investigation and research facilities
Description : The tenderer ́s survey and research facilitates are as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Management and tracing of the supply chain
Description : The tenderer will be able to use the following management of the supply chain and tracing systems for the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Control Permission
Description : For goods or services that are complicated, or that in exceptional cases shall be used for a particular purpose: Will the tenderer allow checks of the tenderer's production capacity or technical capacity and, where necessary, of the survey and research facilities that the tenderer has at its disposal and of quality control measures? The inspections shall be undertaken by the contracting authority or the contracting authority can leave it to a competent public body in the country where the tenderer is established.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Education and professional qualifications
Description : The following education and professional qualifications are possessed by the tenderer and/or (depending on the requirements set in the notice or in the procurement documents) of the leading employees:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Environmental management measures
Description : Tenderers can employ the following environmental management measures in connection with the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Number of employees in the management
Description : The tenderer ́s number of employees in the management during the last three years was as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Average workforce
Description : The tenderer's average annual workforce in the last three years has been as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Tools, materials and technical equipment.
Description : Tenderers can use the following tools, material and technical equipment to carry out the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Portion of the contract to sub-suppliers.
Description : The tenderer is considering to outsource the following part (as a percentage) of the contract to sub-suppliers. Note that if the tenderer has decided to outsource a part of the contract to sub-suppliers and will use the sub-suppliers ́ capacity to carry out this part, a special ESPD will be supplemented for such sub-suppliers, see part II, section C, above.
Use of this criterion : Not used

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Address of the procurement documents : https://permalink.mercell.com/248862717.aspx

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 : 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 : 05/05/2025 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 : 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 : Norsk Helsenett SF
Registration number : 994598759
Postal address : Abels gate 9
Town : TRONDHEIM
Postcode : 7030
Country subdivision (NUTS) : Trøndelag ( NO060 )
Country : Norway
Contact point : Avdeling anskaffelser
Telephone : +47 24200000
Internet address : http://www.nhn.no
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Trøndelag Tingrett
Registration number : 926722794
Postal address : Munkegata 20
Town : Trondheim
Postcode : 7013
Country : Norway
Telephone : 73 54 24 00
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : 12327410-f03e-4062-9e0f-e10d3aa0a14a - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 26/03/2025 11:37 +00:00
Notice dispatch date (eSender) : 26/03/2025 12:25 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00196358-2025
OJ S issue number : 61/2025
Publication date : 27/03/2025