Framework agreement for assistance with the procurement and management of licences, cloud platforms and cloud services.

The Norwegian Labour Inspection Authority needs a service broker/service dealer who can assist us with the procurement and management of licences, cloud platforms and cloud services. We also have a need for consultancy for choosing the correct licence portfolio, etc. The customer shall only have the chosen Supplier as the …

CPV: 72000000 Servicios TI: consultoría, desarrollo de software, Internet y apoyo, 48190000 Paquetes de software educativo, 48200000 Paquetes de software de conexión en red, Internet e intranet, 48300000 Paquetes de software de creación de documentos, dibujo, tratamiento de imágenes, planificación y productividad, 48400000 Paquetes de software de transacciones comerciales y personales, 48620000 Sistemas operativos, 48700000 Utilidades de paquetes de software, 48780000 Paquetes de software de gestión de sistemas, almacenamiento y contenido, 48800000 Sistemas y servidores de información, 48900000 Paquetes de software y sistemas informáticos diversos, 72250000 Servicios de sistemas y apoyo, 72260000 Servicios relacionados con el software, 72261000 Servicios de apoyo al software, 72265000 Servicios de configuración de software, 72267000 Servicios de mantenimiento y reparación de software, 72300000 Servicios relacionados con datos, 72315000 Servicios de gestión de redes de datos y servicios de apoyo, 72317000 Servicios de almacenamiento de datos, 72322000 Servicios de gestión de datos, 72400000 Servicios de Internet, 72500000 Servicios informáticos, 72510000 Servicios de gestión relacionados con la informática, 72514300 Servicios de gestión de instalaciones para el mantenimiento de sistemas informáticos, 72600000 Servicios de apoyo informático y de consultoría, 72610000 Servicios de apoyo informático
Plazo:
7 de marzo de 2025 a las 11:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
Framework agreement for assistance with the procurement and management of licences, cloud platforms and cloud services.
Organismo adjudicador:
ARBEIDSTILSYNET
Número de premio:
2024/55510

1. Buyer

1.1 Buyer

Official name : ARBEIDSTILSYNET
Legal type of the buyer : Body governed by public law, controlled by a central government authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Framework agreement for assistance with the procurement and management of licences, cloud platforms and cloud services.
Description : The Norwegian Labour Inspection Authority needs a service broker/service dealer who can assist us with the procurement and management of licences, cloud platforms and cloud services. We also have a need for consultancy for choosing the correct licence portfolio, etc. The customer shall only have the chosen Supplier as the contract party and the tenderer must therefore enter into agreements with manufacturers and other suppliers for the products and services we require. It is therefore very important that the Tenderer has good solidity throughout the entire contract period. The contract has an estimated value of approx. NOK 70 million with a cap of NOK 140 million excluding VAT including options. The estimated value is not binding for the Contracting Authority, only meant as a legal. The contract period is two years. After the two year period expires, the Contracting Authority has a unilateral option to extend the contract for one year + one year. Total of up to four years. The current portfolio must be able to be taken over by the new Supplier. And upon termination of the contract, the Tenderer must be able to transfer all active contracts with manufacturers and service providers to
Procedure identifier : 58bbc5fa-a77b-4ae7-a138-47123208f224
Internal identifier : 2024/55510
Type of procedure : Open
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 ): 48190000 Educational software package
Additional classification ( cpv ): 48200000 Networking, Internet and intranet software package
Additional classification ( cpv ): 48300000 Document creation, drawing, imaging, scheduling and productivity software package
Additional classification ( cpv ): 48400000 Business transaction and personal business software package
Additional classification ( cpv ): 48620000 Operating systems
Additional classification ( cpv ): 48700000 Software package utilities
Additional classification ( cpv ): 48780000 System, storage and content management software package
Additional classification ( cpv ): 48800000 Information systems and servers
Additional classification ( cpv ): 48900000 Miscellaneous software package and computer systems
Additional classification ( cpv ): 72250000 System and support services
Additional classification ( cpv ): 72260000 Software-related services
Additional classification ( cpv ): 72261000 Software support services
Additional classification ( cpv ): 72265000 Software configuration services
Additional classification ( cpv ): 72267000 Software maintenance and repair services
Additional classification ( cpv ): 72300000 Data services
Additional classification ( cpv ): 72315000 Data network management and support services
Additional classification ( cpv ): 72317000 Data storage services
Additional classification ( cpv ): 72322000 Data management services
Additional classification ( cpv ): 72400000 Internet services
Additional classification ( cpv ): 72500000 Computer-related services
Additional classification ( cpv ): 72510000 Computer-related management services
Additional classification ( cpv ): 72514300 Facilities management services for computer systems maintenance
Additional classification ( cpv ): 72600000 Computer support and consultancy services
Additional classification ( cpv ): 72610000 Computer support services

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 70 000 000 Norwegian krone

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 : 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?
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 : Framework agreement for assistance with the procurement and management of licences, cloud platforms and cloud services.
Description : The Norwegian Labour Inspection Authority needs a service broker/service dealer who can assist us with the procurement and management of licences, cloud platforms and cloud services. We also have a need for consultancy for choosing the correct licence portfolio, etc. The customer shall only have the chosen Supplier as the contract party and the tenderer must therefore enter into agreements with manufacturers and other suppliers for the products and services we require. It is therefore very important that the Tenderer has good solidity throughout the entire contract period. The contract has an estimated value of approx. NOK 70 million with a cap of NOK 140 million excluding VAT including options. The estimated value is not binding for the Contracting Authority, only meant as a legal. The contract period is two years. After the two year period expires, the Contracting Authority has a unilateral option to extend the contract for one year + one year. Total of up to four years. The current portfolio must be able to be taken over by the new Supplier. And upon termination of the contract, the Tenderer must be able to transfer all active contracts with manufacturers and service providers to
Internal identifier : 2024/55510

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 ): 48190000 Educational software package
Additional classification ( cpv ): 48200000 Networking, Internet and intranet software package
Additional classification ( cpv ): 48300000 Document creation, drawing, imaging, scheduling and productivity software package
Additional classification ( cpv ): 48400000 Business transaction and personal business software package
Additional classification ( cpv ): 48620000 Operating systems
Additional classification ( cpv ): 48700000 Software package utilities
Additional classification ( cpv ): 48780000 System, storage and content management software package
Additional classification ( cpv ): 48800000 Information systems and servers
Additional classification ( cpv ): 48900000 Miscellaneous software package and computer systems
Additional classification ( cpv ): 72250000 System and support services
Additional classification ( cpv ): 72260000 Software-related services
Additional classification ( cpv ): 72261000 Software support services
Additional classification ( cpv ): 72265000 Software configuration services
Additional classification ( cpv ): 72267000 Software maintenance and repair services
Additional classification ( cpv ): 72300000 Data services
Additional classification ( cpv ): 72315000 Data network management and support services
Additional classification ( cpv ): 72317000 Data storage services
Additional classification ( cpv ): 72322000 Data management services
Additional classification ( cpv ): 72400000 Internet services
Additional classification ( cpv ): 72500000 Computer-related services
Additional classification ( cpv ): 72510000 Computer-related management services
Additional classification ( cpv ): 72514300 Facilities management services for computer systems maintenance
Additional classification ( cpv ): 72600000 Computer support and consultancy services
Additional classification ( cpv ): 72610000 Computer support services

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 2 Year

5.1.4 Renewal

Maximum renewals : 2

5.1.5 Value

Estimated value excluding VAT : 70 000 000 Norwegian krone

5.1.6 General information

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

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Use of this criterion : Not used

5.1.11 Procurement documents

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Allowed
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Allowed
Deadline for receipt of tenders : 07/03/2025 11:00 +00:00
Information about public opening :
Opening date : 07/03/2025 12:00 +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 :
Framework agreement, without reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Klagenemda for offentlige anskaffelser

8. Organisations

8.1 ORG-0001

Official name : ARBEIDSTILSYNET
Registration number : 974761211
Postal address : Postboks 4720 Torgarden
Town : TRONDHEIM
Postcode : 7468
Country : Norway
Contact point : Heidi Kvam
Telephone : +47 97074537
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Klagenemda for offentlige anskaffelser
Registration number : 918 195 548
Postal address : Postboks 511 Sentrum
Town : Bergen
Postcode : 5805
Country : Norway
Telephone : +47 55193000
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : d9976911-4b3d-4983-bb22-7f0a4843402e - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 12/02/2025 13:18 +00:00
Notice dispatch date (eSender) : 12/02/2025 13:21 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00097801-2025
OJ S issue number : 31/2025
Publication date : 13/02/2025