Framework agreements IT infrastructure

The Norwegian Police Shared services (Politiets fellestjenester - PFT), hereafter called the contracting authority, shall enter into 2 framework agreements within IT infrastructure. The first framework agreement is for storage, backup and servers, hereafter called "Framework agreement servers and storage" and the second framework agreement comprises network, network security and …

CPV: 48000000 Paquetes de software y sistemas de información, 32420000 Equipo de red, 32571000 Infraestructura de comunicaciones, 32580000 Equipo de datos, 32581000 Equipo de comunicación de datos, 32582000 Soportes de datos, 32583000 Medios de soporte de datos y señales vocales, 32584000 Medios de soporte de datos, 48200000 Paquetes de software de conexión en red, Internet e intranet, 48800000 Sistemas y servidores de información, 72000000 Servicios TI: consultoría, desarrollo de software, Internet y apoyo, 72100000 Servicios de consultoría en equipo informático
Lugar de ejecución:
Framework agreements IT infrastructure
Organismo adjudicador:
Politiets fellestjenester
Número de premio:
24/207876

1. Buyer

1.1 Buyer

Official name : Politiets fellestjenester
Legal type of the buyer : Central government authority
Activity of the contracting authority : Public order and safety

2. Procedure

2.1 Procedure

Title : Framework agreements IT infrastructure
Description : The Norwegian Police Shared services (Politiets fellestjenester - PFT), hereafter called the contracting authority, shall enter into 2 framework agreements within IT infrastructure. The first framework agreement is for storage, backup and servers, hereafter called "Framework agreement servers and storage" and the second framework agreement comprises network, network security and equipment for data centres and server rooms, hereafter called "Framework agreement network and data centre equipment". Further details on who the framework agreements apply for, including who is considered the Customer in accordance with the framework agreement, follows annex 1 of the framework agreements. A complete description of the procurement and delivery is in the framework agreements with annexes, as well as other information published through our tender management tool (CTM).
Procedure identifier : b170be22-1874-4cd6-acce-d0e8e88c8db3
Previous notice : 587772-2024
Internal identifier : 24/207876
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 32420000 Network equipment
Additional classification ( cpv ): 32571000 Communications infrastructure
Additional classification ( cpv ): 32580000 Data equipment
Additional classification ( cpv ): 32581000 Data-communications equipment
Additional classification ( cpv ): 32582000 Data carriers
Additional classification ( cpv ): 32583000 Data and voice media
Additional classification ( cpv ): 32584000 Data-bearing media
Additional classification ( cpv ): 48200000 Networking, Internet and intranet software package
Additional classification ( cpv ): 48800000 Information systems and servers
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72100000 Hardware consultancy services

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 3 000 000 000 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-0001

Title : Sub-contract 1 - Framework agreement server and storage
Description : The services included in the framework agreement are the procurement and delivery of products, equipment and software (connected to the products), contracts for service and maintenance, guarantees, advice and assistance. To the degree that new types of services and/or technology naturally related to the technology area are added in the contract period, this shall be procured under the framework agreement.
Internal identifier : 24/207876

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 32571000 Communications infrastructure
Additional classification ( cpv ): 32580000 Data equipment
Additional classification ( cpv ): 32581000 Data-communications equipment
Additional classification ( cpv ): 32582000 Data carriers
Additional classification ( cpv ): 32583000 Data and voice media
Additional classification ( cpv ): 32584000 Data-bearing media
Additional classification ( cpv ): 48200000 Networking, Internet and intranet software package
Additional classification ( cpv ): 48800000 Information systems and servers
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72100000 Hardware consultancy 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
The buyer reserves the right for additional purchases from the contractor, as described here : Extension of the contract one year at a time.

5.1.5 Value

Estimated value excluding VAT : 2 000 000 000 Norwegian krone
Maximum value of the framework agreement : 2 000 000 000 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
Information about previous notices :
Identifier of the previous notice : 587772-2024
Identifier of the part of the previous notice : PAR-0000

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : The Tenderer must have adequate economic and financial standing
Description : Qualification requirement: The Tenderer must have adequate economic and financial standing that ensures the possible performance of the contract. Creditworthiness without a requirement for security will be enough to meet the requirement. Documentation requirement: A credit rating that is based upon the last known accounting figures. The rating must be performed by a credit information agency with a licence for such activities. The Contracting Authority will, if necessary, obtain a credit assessment from a credit agency with a license to conduct such activities, as a supplement to the documentation provided in the offer. If the Tenderer has a justifiable basis not to produce the documentation demanded by the Contracting Authority, it may document its economic and financial standing by presenting any other document that the Contracting Authority deem fit.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Norwegian tenderers shall enclose a tax certificate for taxes and VAT ("Attest for skatt og merverdiavgift").
Description : The tax certificate can be ordered from ""Altinn"" and shall not be older than 6 months calculated from the deadline for submitting a request for participation or a tender.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : The Tenderer shall be enrolled in a trade register or a relevant professional register in the state which the Tenderer is established.
Description : Qualification requirement: The Tenderer shall be enrolled in a trade register or a relevant professional register in the state which the Tenderer is established. Please note that for Norwegian tenderers the wording "trade register" shall be understood as both "foretaksregister" and "handelsregister". Documentation requirement: Norwegian tenderers: "Firmaattest". Foreign tenderers: A statement that shows the Tenderer's registration in a trade register or relevant professional register in the country which the Tenderer is established.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : The Tenderer must have a good and well-functioning quality assurance and management system for the performance that shall be delivered.
Description : Documentation requirement: The Tenderer shall provide documentation of its quality assurance and management system. The following documentation will be accepted: • Certificate for the company's quality assurance and management system issued by an independent body that verifies that the Tenderer fulfils quality assurance standards as stated in ISO 9001 or equivalent, or • A description that as a minimum includes the company's procedures / routines for: - Deviation and complaint processing - Approval of subcontractors - The process from the receipt and registration of orders, until delivery to the customer has occured.
Use of this criterion : Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion :
Type : Suitability to pursue the professional activity
Name : The Tenderer must have a environmental management system.
Description : Documentation requirement: The Tenderer shall provide documentation of its environmental management system. The following documentation will be accepted: • Valid certificates issued by an independent body (for instance ISO 14001, EMAS, Eco-Lighthouse or equivalent), or • A description of the Tenderer's own environmental management system. The description shall as a minimum include The description must at a minimum include the supplier's environmental policy and details regarding the implementation of routines and systems to achieve the goals.
Use of this criterion : Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion :
Type : Technical and professional ability
Name : The Tenderer must have experience from comparable deliveries.
Description : Qualification requirement: The Tenderer must have experience from comparable deliveries. Documentation requirement: A description of up to 5 of the Tenderers most relevant assignments during the last 5 years. The description must include a statement of the value of the delivery, the time frame and the recipient (name, phone number and e-mail). It is the Tenderers responsibility to document the experience via the description. The Tenderer may document the experience by a reference to personnel they have control over and may use for this delivery, even if the personnel has gained the experience while working for another supplier.
Use of this criterion : Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion :
Type : Technical and professional ability
Name : The supplier must be able and suitabile to meet the security requirements
Description : The supplier must be able to meet the security requirements described in Appendix 4, Chapter 5 "Sikkerhet" of the Framework Agreement. • The information and locations the supplier will have access to make it necessary for the supplier to have a satisfactory security organization and a management system for information security in accordance with ISO 27001, or equivalent. This means that the supplier must be able to enter into a security agreement, have access to security-cleared service personnel, and the supplier must be able to obtain security clearance. Documentation requirements: • The supplier must document that it can meet the security requirements set in the contract. • In addition, the supplier must either provide documentation that the supplier is ISO 27001 certified, or provide documentation on the security organization with the associated management system for information security (equivalent to ISO 27001)
Use of this criterion : Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 5
Maximum number of candidates to be invited for the second stage of the procedure : 5
The procedure will take place in successive stages. At each stage, some participants may be eliminated
The buyer reserves the right to award the contract on the basis of the initial tenders without any further negotiations

5.1.11 Procurement documents

Deadline for requesting additional information : 30/04/2025 08:00 +00:00

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 09/05/2025
Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 05/05/2025 08:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : yes
Additional information about the non-disclosure agreement : Applies before access to the complete tender document will be granted for qualified and selected suppliers: All representatives of the supplier and any subcontractors and other partners who are given access to the complete tender document, including the documents listed in point 5.1 of the rules of the competition, as well as any participants in negotiations, must sign and submit the client's confidentiality agreement to the contracting authority. Signed confidentiality agreements must be submitted before access to the documents or participation in negotiations can be granted
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes
Information about review deadlines : Deadline for requesting a temporary injunction against the Contracting authority's decision to reject a request to participate in the competition, cf. procurement regulations § 24-1 and § 24-2, or not select a supplier, cf. procurement regulations § 16-12, will be set to a minimum of 15 days after the notification is sent, cf. procurement regulations § 20-7.

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 1
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 providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed : Oslo tingrett
Organisation providing information concerning the general regulatory framework for environmental protection applicable in the place where the contract is to be performed : Oslo tingrett
Organisation providing information concerning the general regulatory framework for employment protection and working conditions applicable in the place where the contract is to be performed : Oslo tingrett
Organisation providing additional information about the procurement procedure : Politiets fellestjenester
Organisation providing offline access to the procurement documents : Politiets fellestjenester
Organisation receiving requests to participate : Politiets fellestjenester
Organisation processing tenders : Politiets fellestjenester

5.1 Lot technical ID : LOT-0002

Title : Sub-contract 2 - Framework agreement network and computer centre equipment.
Description : The services included in the framework agreement are the procurement and delivery of products, equipment and software (connected to the products), contracts for service and maintenance, guarantees, advice and assistance. To the degree that new types of services and/or technology naturally related to the technology area are added in the contract period, this shall be procured under the framework agreement.
Internal identifier : 24/207876

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 32571000 Communications infrastructure
Additional classification ( cpv ): 32580000 Data equipment
Additional classification ( cpv ): 32581000 Data-communications equipment
Additional classification ( cpv ): 32582000 Data carriers
Additional classification ( cpv ): 32583000 Data and voice media
Additional classification ( cpv ): 32584000 Data-bearing media
Additional classification ( cpv ): 48200000 Networking, Internet and intranet software package
Additional classification ( cpv ): 48800000 Information systems and servers
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72100000 Hardware consultancy services

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

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
The buyer reserves the right for additional purchases from the contractor, as described here : Extension of the contract one year at a time.

5.1.5 Value

Estimated value excluding VAT : 1 000 000 000 Norwegian krone
Maximum value of the framework agreement : 1 000 000 000 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
Information about previous notices :
Identifier of the previous notice : 587772-2024
Identifier of the previous notice : 587772-2024
Identifier of the part of the previous notice : PAR-0000
Identifier of the previous notice : 587772-2024
Identifier of the part of the previous notice : PAR-0000

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : The Tenderer must have adequate economic and financial standing
Description : Qualification requirement: The Tenderer must have adequate economic and financial standing that ensures the possible performance of the contract. Creditworthiness without a requirement for security will be enough to meet the requirement. Documentation requirement: A credit rating that is based upon the last known accounting figures. The rating must be performed by a credit information agency with a licence for such activities. The Contracting Authority will, if necessary, obtain a credit assessment from a credit agency with a license to conduct such activities, as a supplement to the documentation provided in the offer. If the Tenderer has a justifiable basis not to produce the documentation demanded by the Contracting Authority, it may document its economic and financial standing by presenting any other document that the Contracting Authority deem fit.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Norwegian tenderers shall enclose a tax certificate for taxes and VAT ("Attest for skatt og merverdiavgift").
Description : The tax certificate can be ordered from ""Altinn"" and shall not be older than 6 months calculated from the deadline for submitting a request for participation or a tender.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : The Tenderer shall be enrolled in a trade register or a relevant professional register in the state which the Tenderer is established.
Description : Qualification requirement: The Tenderer shall be enrolled in a trade register or a relevant professional register in the state which the Tenderer is established. Please note that for Norwegian tenderers the wording "trade register" shall be understood as both "foretaksregister" and "handelsregister". Documentation requirement: Norwegian tenderers: "Firmaattest". Foreign tenderers: A statement that shows the Tenderer's registration in a trade register or relevant professional register in the country which the Tenderer is established.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : The Tenderer must have a good and well-functioning quality assurance and management system for the performance that shall be delivered.
Description : Documentation requirement: The Tenderer shall provide documentation of its quality assurance and management system. The following documentation will be accepted: • Certificate for the company's quality assurance and management system issued by an independent body that verifies that the Tenderer fulfils quality assurance standards as stated in ISO 9001 or equivalent, or • A description that as a minimum includes the company's procedures / routines for: - Deviation and complaint processing - Approval of subcontractors - The process from the receipt and registration of orders, until delivery to the customer has occured.
Use of this criterion : Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion :
Type : Suitability to pursue the professional activity
Name : The Tenderer must have a environmental management system.
Description : Documentation requirement: The Tenderer shall provide documentation of its environmental management system. The following documentation will be accepted: • Valid certificates issued by an independent body (for instance ISO 14001, EMAS, Eco-Lighthouse or equivalent), or • A description of the Tenderer's own environmental management system. The description shall as a minimum include The description must at a minimum include the supplier's environmental policy and details regarding the implementation of routines and systems to achieve the goals.
Use of this criterion : Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion :
Type : Technical and professional ability
Name : The Tenderer must have experience from comparable deliveries.
Description : Qualification requirement: The Tenderer must have experience from comparable deliveries. Documentation requirement: A description of up to 5 of the Tenderers most relevant assignments during the last 5 years. The description must include a statement of the value of the delivery, the time frame and the recipient (name, phone number and e-mail). It is the Tenderers responsibility to document the experience via the description. The Tenderer may document the experience by a reference to personnel they have control over and may use for this delivery, even if the personnel has gained the experience while working for another supplier.
Use of this criterion : Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion :
Type : Technical and professional ability
Name : The supplier must be able and suitable to meet the security requirements.
Description : The supplier must be able to meet the security requirements described in Appendix 4, Chapter 5 "Sikkerhet" of the Framework Agreement. • The information and locations the supplier will have access to make it necessary for the supplier to have a satisfactory security organization and a management system for information security in accordance with ISO 27001, or equivalent. This means that the supplier must be able to enter into a security agreement, have access to security-cleared service personnel, and the supplier must be able to obtain security clearance. Documentation requirements: • The supplier must document that it can meet the security requirements set in the contract. • In addition, the supplier must either provide documentation that the supplier is ISO 27001 certified, or provide documentation on the security organization with the associated management system for information security (equivalent to ISO 27001)
Use of this criterion : Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 5
Maximum number of candidates to be invited for the second stage of the procedure : 5
The procedure will take place in successive stages. At each stage, some participants may be eliminated
The buyer reserves the right to award the contract on the basis of the initial tenders without any further negotiations

5.1.11 Procurement documents

Deadline for requesting additional information : 30/04/2025 08:00 +00:00

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 09/05/2025
Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 05/05/2025 08:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : yes
Additional information about the non-disclosure agreement : Applies before access to the complete tender document will be granted for qualified and selected suppliers: All representatives of the supplier and any subcontractors and other partners who are given access to the complete tender document, including the documents listed in point 5.1 of the rules of the competition, as well as any participants in negotiations, must sign and submit the client's confidentiality agreement to the contracting authority. Signed confidentiality agreements must be submitted before access to the documents or participation in negotiations can be granted
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes
Information about review deadlines : Deadline for requesting a temporary injunction against the Contracting authority's decision to reject a request to participate in the competition, cf. procurement regulations § 24-1 and § 24-2, or not select a supplier, cf. procurement regulations § 16-12, will be set to a minimum of 15 days after the notification is sent, cf. procurement regulations § 20-7.

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 1
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 providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed : Oslo tingrett
Organisation providing information concerning the general regulatory framework for environmental protection applicable in the place where the contract is to be performed : Oslo tingrett
Organisation providing information concerning the general regulatory framework for employment protection and working conditions applicable in the place where the contract is to be performed : Oslo tingrett
Organisation providing additional information about the procurement procedure : Politiets fellestjenester
Organisation providing offline access to the procurement documents : Politiets fellestjenester
Organisation receiving requests to participate : Politiets fellestjenester
Organisation processing tenders : Politiets fellestjenester

8. Organisations

8.1 ORG-0001

Official name : Politiets fellestjenester
Registration number : 974761157
Postal address : Fridtjof Nansens vei 14
Town : OSLO
Postcode : 0369
Country : Norway
Contact point : Anne Marit Langedal
Telephone : +47 61318000
Internet address : http://www.politiet.no
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Oslo tingrett
Registration number : 926 725 939
Postal address : Postboks 2106 Vika
Town : OSLO
Postcode : 0125
Country : Norway
Telephone : +47 22035200
Internet address : https://www.domstol.no/
Roles of this organisation :
Review organisation
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed
Organisation providing information concerning the general regulatory framework for environmental protection applicable in the place where the contract is to be performed
Organisation providing information concerning the general regulatory framework for employment protection and working conditions applicable in the place where the contract is to be performed

11. Notice information

11.1 Notice information

Notice identifier/version : cd658f68-c7db-4875-9e80-c64fae9bce19 - 03
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 28/03/2025 07:36 +00:00
Notice dispatch date (eSender) : 28/03/2025 08:00 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00202964-2025
OJ S issue number : 63/2025
Publication date : 31/03/2025