Cleaning services for Digdir's office premises on the Økern portal.

The Directorate of DigitalIsation (Digdir) shall procure cleaning services for our office premises on the 7th floor. The assignment includes regular and periodic cleaning, as well as cleaning related service assignments, see more information in the attached documents. The Directorate of DigitalIsation (Digdir) shall procure cleaning services for our office …

CPV: 90911000 Servicios de limpieza de viviendas, edificios y ventanas, 39800000 Productos de limpieza y pulido, 90900000 Servicios sanitarios y de limpieza, 90919000 Servicios de limpieza de oficinas, escuelas y equipo de oficina
Plazo:
5 de mayo de 2025 a las 10:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
Cleaning services for Digdir's office premises on the Økern portal.
Organismo adjudicador:
Digitaliseringsdirektoratet
Número de premio:
2025/705

1. Buyer

1.1 Buyer

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

2. Procedure

2.1 Procedure

Title : Cleaning services for Digdir's office premises on the Økern portal.
Description : The Directorate of DigitalIsation (Digdir) shall procure cleaning services for our office premises on the 7th floor. The assignment includes regular and periodic cleaning, as well as cleaning related service assignments, see more information in the attached documents.
Procedure identifier : 8c9a9988-2d44-43da-9c67-e28d9fbe139c
Internal identifier : 2025/705
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : Duration: The contract will be valid for 2 years, with an option for an extension for up to 1+1 year. The estimated start-up date for the contracts is 1 October 2025. The estimate is not binding, but is based on previous consumption and expected future use. The contractIt will be used in NS 8431:2015 with the form for this contract.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90911000 Accommodation, building and window cleaning services
Additional classification ( cpv ): 39800000 Cleaning and polishing products
Additional classification ( cpv ): 90900000 Cleaning and sanitation services
Additional classification ( cpv ): 90919000 Office, school and office equipment cleaning services

2.1.2 Place of performance

Postal address : Lørenfaret 1C
Town : Oslo
Postcode : 0585
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 2 500 000 Norwegian krone

2.1.4 General information

Additional information : Environmental considerations: Following recommendation from DFØ we set an environmental requirement in the competition instead of an environmental criterion. See requirement point 1.6. It is considered not appropriate to divide up this assignment, as it is small enough on a daily basis for amb.
Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften -

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 : Have the tenderer:a) given grossly incorrect information when notifying the information required to verify that there is no basis for rejection, or of the qualification requirements being met,b) failed to provide such information,c) subject to immediately submitting the supporting documents requested by the Contracting Authority, ord) improperly affecting 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?
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. Will the purely national rejection reasons, as stated in the relevant notice or in the procurement documents, apply?
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 : Cleaning services for Digdir's office premises on the Økern portal.
Description : The Directorate of DigitalIsation (Digdir) shall procure cleaning services for our office premises on the 7th floor. The assignment includes regular and periodic cleaning, as well as cleaning related service assignments, see more information in the attached documents.
Internal identifier : 2025/705

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90911000 Accommodation, building and window cleaning services
Additional classification ( cpv ): 39800000 Cleaning and polishing products
Additional classification ( cpv ): 90900000 Cleaning and sanitation services
Additional classification ( cpv ): 90919000 Office, school and office equipment cleaning services
Options :
Description of the options : The contract period is 2+1+1 years.

5.1.2 Place of performance

Postal address : Lørenfaret 1C
Town : Oslo
Postcode : 0585
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 30/09/2025
Duration end date : 01/10/2029

5.1.4 Renewal

Maximum renewals : 2
The buyer reserves the right for additional purchases from the contractor, as described here : The contract period is 2+1+1 years.

5.1.5 Value

Estimated value excluding VAT : 2 500 000 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
This procurement is also suitable for small and medium-sized enterprises (SMEs)
Additional information : Environmental considerations: Following recommendation from DFØ we set an environmental requirement in the competition instead of an environmental criterion. See requirement point 1.6. It is considered not appropriate to divide up this assignment, as it is small enough on a daily basis for amb.

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : 'Total' annual turnover
Description : The tenderer ́s ("total") annual turnover for the number of financial years requested in the tender notice or in the procurement documents is as follows:
Use of this criterion : Not 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 : Requirement that there must not be significant tax arrears
Description : Documentation requirement: Tax certificate, which is not older than 6 months calculated from the tender deadline, expires, Minimum requirements for qualification requirements.
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Requirements for sufficient economic strength.
Description : Requirement: The tenderer shall have sufficient financial strength to be able to fulfil the contract. Documentation requirement: The tenderer (i.e. the tenderer) shall enclose a credit rating from a certified credit institution/company. The credit report shall be based on the last known accounting figures. The credit assessment shall include a so-called rating (credit rating, part judgement and historical rating). The credit rating shall not be lower than score A (credit worthy) or equivalent if a different rating is used (assessment of figures). Tenderers with a rating lower than A or equivalent (i.e. not credit worthy or credit worthy with security) will not be considered. Newly established tenderers shall not be worse than AN (creditworthy newly established companies) or equivalent if a different rating is used (number rating). Minimum 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 requirements Requirement: The services that are to be provided must have a good and well-functioning quality assurance system. Documentation: Statement regarding the company's quality assurance system. If a tenderer is certified by a public certification body, it is sufficient to enclose a copy of an issued certificate. If a tenderer is not certified, the quality system must be documented, e.g. by enclosing a quality handbook that provides a description of the quality management system and how it is implemented in the organisation.
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?
Use of this criterion : Not 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 Description of requirements/documentation: Requirement: Tenderers shall be certified in the Norwegian Labour Inspection Authority ́s cleaning register. Tenderers who are not yet certified shall have an application being processed. Documentation: A copy of the certificate issued by the Norwegian Labour Inspection Authority. Tenderers who are not yet certified can submit a copy of the application/confirmation that an application has been sent. Approval must be in place by the start of the assignment.
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 : 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.
Use of this criterion : Not 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.
Use of this criterion : Not 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. Minimum qualification requirements Requirement: Tenderers can have a maximum of two links in the supplier chain below them, cf. FOA 19-3 (1). Documentation requirement: Tenderers shall provide information on the use of sub-suppliers. State the number of sub-suppliers, name, organisation number and which part of the contract performance the sub-suppliers shall perform. Deviations and reservations concerning the limit in the number of sub-suppliers, can lead to a duty to rejection.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Tenderers shall have experience from comparable cleaning assignments.
Description : Requirement: Tenderers shall have experience from comparable cleaning assignments. Documentation requirement: Minimum of three references from comparable cleaning assignments from the last 3 years. Tenderers shall use the template for references that are attached under "documents". Tenderers who are newly established and cannot, henceforth, present references, must substantiate that they have the prerequisites required to fulfil the contract. Tenderers shall account for their company formation and employees ́ competence and experience. Minimum qualification requirements
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Quality
Name : Quality - implementation ability
Description : Tenderers ought to have a good organisation of the service at the customer in addition to good routines/systems/measures to ensure the quality level of the service, cf. Annex 1 Requirement Specifications. Award criteria - The contracting authority will emphasise, but not limited to the bullet points described in the sub-criteria. Assessment element: The tenderer has a realistic and robust plan for carrying out the assignment. It is well before the start of the assignment, necessary routines have been established for the provision of the service and that the service is of the agreed quality from the start-up. The capacity for cleaning the premises is as much as possible. The cleaning manager set aside as much time as possible for follow-up, control and other quality work in the premises. Documentation requirement: Implementation plan for assignments including a plan for start-up, implementation of the contract and solution description. The solution description shall i.a. include a cleaning plan with a frequency and which equipment shall be used/used. Annex 2 "The tenderer ́s solution description" shall be completed. The number of man-labour years that shall be used in the cleaning service divided between the number of cleaners. Time spent and organising the assignment. It must be clearly stated if the cleaning manager is included among the cleaning personnel in the assignment, or is added to them.
Criterion :
Type : Quality
Name : Quality - manpower
Description : Tenderers ought to have a good organisation of the service at the customer in addition to good routines/systems/measures to ensure the quality level of the service, cf. Annex 1 Requirement Specifications. Award criteria - The contracting authority will emphasise, but not limited to the bullet points described in the sub-criteria. Assessment element: The tenderer has a manpower plan that as far as possible ensures competence in the cleaning and stable delivery. We would like as much competence as possible from the cleaning manager, cleaners and temporary staff. Documentation requirement: Staffing plan including temporary staff. Description of the competence of the cleaning manager, cleaners and temporary staff. Tenderers shall give an account of what training the cleaning operators have received before the assignment and shall receive during the assignment, e.g. in NS-INSTA 800 and languages.
Criterion :
Type : Quality
Name : Quality - follow-up
Description : Tenderers ought to have a good organisation of the service at the customer in addition to good routines/systems/measures to ensure the quality level of the service, cf. Annex 1 Requirement Specifications. Award criteria - The contracting authority will emphasise, but not limited to the bullet points described in the sub-criteria. Assessment criteria: Ongoing enquiries are answered and followed up as quickly and efficiently as possible. The tenderer has good routines for handling deviations. The supplier has good routines that ensure that checks are carried out and reports from checks are sent to Digdir as agreed. Documentation requirement: A description of the follow-up of the contracting authority, including how the tenderer will receive and process enquiries in order to ensure rapid processing, a description of follow-up of deviations etc. Description of how the tenderer will ensure that checks are carried out. A description of reports on completed cleaning will be provided.
Criterion :
Type : Price
Name : Price
Description : Total price - Regular cleaning + total from trolley + total consumption of waste sacks/bags Prices are assessed excluding VAT. Documentation requirement: Tenderers shall fill in "Annex 3 - Price Form" which is attached under documents. Tenderers shall have the total price from the form to price here in Mercell. If there are inconsistencies between the price added to Mercell and in the price form, then the prices in the annex are applicable and will be evaluated. The price shall include all costs connected to the service, for example, hourly costs for the cleaner and cleaning manager.
Description of the method to be used if weighting cannot be expressed by criteria : Absolute method. The quality will be converted to price. The price is compared to a standard price. The standard price is based on previous experience.
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 25/04/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/251947741.aspx
Ad hoc communication channel :
Name : Mercell KGV system

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
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 05/05/2025 10:00 +00:00
Deadline until which the tender must remain valid : 121 Day
Information about public opening :
Opening date : 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 : 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
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Oslo tingrett
Organisation receiving requests to participate : Digitaliseringsdirektoratet
Organisation processing tenders : Digitaliseringsdirektoratet

8. Organisations

8.1 ORG-0001

Official name : Digitaliseringsdirektoratet
Registration number : 991825827
Postal address : Postboks 1382 Vika
Town : Oslo
Postcode : 0114
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Geir-Kristian Slydahl
Telephone : +47 22451000
Internet address : http://www.digdir.no
Roles of this organisation :
Buyer
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Oslo tingrett
Registration number : 926725939
Town : Oslo
Country : Norway
Telephone : 22 03 52 00
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : 543dd96b-721d-476b-9521-cb7023019918 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 01/04/2025 15:41 +00:00
Notice dispatch date (eSender) : 02/04/2025 08:04 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00215873-2025
OJ S issue number : 66/2025
Publication date : 03/04/2025