ICT operations for Folketrygdfondet

In spring 2024, Folketrygdfondet ́s board of directors decided to turn the fund ́s ICT operational model from internal operations with the hire of individual consultants for support in individual assignments, to the purchase of full service responsibility from an operational partner. This initial procurement includes services for digital workplace …

CPV: 30000000 Máquinas, equipo y artículos de oficina y de informática, excepto mobiliario y paquetes de software, 30100000 Máquinas, equipo y artículos de oficina, excepto ordenadores, impresoras y mobiliario, 30200000 Equipo y material informático, 30210000 Máquinas procesadoras de datos (hardware), 30213000 Ordenadores personales, 30213100 Ordenadores portátiles, 30213200 Tabletas digitales, 30230000 Equipo relacionado con la informática, 48000000 Paquetes de software y sistemas de información, 48200000 Paquetes de software de conexión en red, Internet e intranet, 48600000 Paquetes de software de bases de datos y de funcionamiento, 48700000 Utilidades de paquetes de software, 48800000 Sistemas y servidores de información, 48900000 Paquetes de software y sistemas informáticos diversos, 50000000 Servicios de reparación y mantenimiento, 50300000 Servicios de reparación, mantenimiento y servicios asociados relacionados con ordenadores personales, equipo de oficina, telecomunicaciones y equipo audiovisual, 51000000 Servicios de instalación (excepto software), 51600000 Servicios de instalación de ordenadores y equipo de oficina, 72000000 Servicios TI: consultoría, desarrollo de software, Internet y apoyo, 72300000 Servicios relacionados con datos, 72500000 Servicios informáticos, 72510000 Servicios de gestión relacionados con la informática, 72600000 Servicios de apoyo informático y de consultoría, 72700000 Servicios de red informática, 72900000 Servicios de copia de seguridad y de conversión informática de catálogos
Lugar de ejecución:
ICT operations for Folketrygdfondet
Organismo adjudicador:
Folketrygdfondet
Número de premio:
24/00104

1. Buyer

1.1 Buyer

Official name : Folketrygdfondet
Legal type of the buyer : Public undertaking, controlled by a central government authority
Activity of the contracting authority : Economic affairs

2. Procedure

2.1 Procedure

Title : ICT operations for Folketrygdfondet
Description : In spring 2024, Folketrygdfondet ́s board of directors decided to turn the fund ́s ICT operational model from internal operations with the hire of individual consultants for support in individual assignments, to the purchase of full service responsibility from an operational partner. This initial procurement includes services for digital workplace and user support, infrastructure operation, network operation as well as 24/7 operations including MDR for cyber security. The establishment will involve standardising the Fund's PC park, moving the computer centre and hardware replacement on most of the current network equipment. Folketrygdfondet would like to enter into a contract for general operation of Folketrygdfondet ́s ICT platform, which includes five service towers as indicated in the figure below. Note that application management, data management and analysis management service towers are not included in this procurement. See Annex 1 for detailed requirements for the service towers, as well as for the establishment and completion of the services.
Procedure identifier : 8721569f-f487-44e0-925b-4f1886e27b91
Internal identifier : 24/00104
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 : The procurement will be made in accordance with the Public Procurement Act dated 17 June 2016 no. 73 and the public procurement regulations dated 12 August 2016 no. 974 (above the EEA threshold value). The procurement shall be carried out in accordance with the negotiated procedure after the prior notice, cf. the Public Procurement Regulations § 13-1(2). After this procedure, all interested tenderers can submit a request for participation in the competition. The tender contest starts with a qualification phase and the Contracting Authority will prequalify the tenderers. Only tenderers who fulfil the qualification requirements and who have been invited by the Contracting Authority will be able to submit a tender. The contracting authority plans to invite three to five tenderers to submit tenders for the competition, provided that a minimum of five requests are received to participate in the competition. The decision on which tenderers are invited to submit a tender will be based on the selection criteria in point 5. All invited tenderers will have their tenders evaluated based on the award criteria stated in point 6. The contracting authority reserves the right to reduce the number of tenderers so that tenderers with the three- five best tenders after the initial evaluation will be invited to negotiations. After the first round of negotiations, two to four tenderers will be able to submit revised tenders before the second round of negotiations. Two or three tenderers will have the opportunity to join the Due Diligence system and thereafter have the opportunity to submit a final tender. Reference visits will be made at the remaining tenderers in the final phases of the competition. After the final tender has been submitted and a reference visit has been made, the evaluation of the tenders will be made and the contract will be awarded. Attention is defined that tenders that include significant deviations from the procurement documents shall be rejected in accordance with the Public Procurement Regulations § 24-8(1) b. The competition documents will be published in the DOFFIN database and in the TED database.

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 ): 30000000 Office and computing machinery, equipment and supplies except furniture and software packages
Additional classification ( cpv ): 30100000 Office machinery, equipment and supplies except computers, printers and furniture
Additional classification ( cpv ): 30200000 Computer equipment and supplies
Additional classification ( cpv ): 30210000 Data-processing machines (hardware)
Additional classification ( cpv ): 30213000 Personal computers
Additional classification ( cpv ): 30213100 Portable computers
Additional classification ( cpv ): 30213200 Tablet computer
Additional classification ( cpv ): 30230000 Computer-related equipment
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48200000 Networking, Internet and intranet software package
Additional classification ( cpv ): 48600000 Database and operating software package
Additional classification ( cpv ): 48700000 Software package utilities
Additional classification ( cpv ): 48800000 Information systems and servers
Additional classification ( cpv ): 48900000 Miscellaneous software package and computer systems
Additional classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 50300000 Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
Additional classification ( cpv ): 51000000 Installation services (except software)
Additional classification ( cpv ): 51600000 Installation services of computers and office equipment
Additional classification ( cpv ): 72300000 Data services
Additional classification ( cpv ): 72500000 Computer-related services
Additional classification ( cpv ): 72510000 Computer-related management services
Additional classification ( cpv ): 72600000 Computer support and consultancy services
Additional classification ( cpv ): 72700000 Computer network services
Additional classification ( cpv ): 72900000 Computer back-up and catalogue conversion services

2.1.2 Place of performance

Country subdivision (NUTS) : Oslo ( NO081 )

2.1.3 Value

Estimated value excluding VAT : 45 000 000 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?
Purely national exclusion grounds : In accordance with ESPD part III: Rejection Reasons, Section D: "Other rejection reasons stipulated in the national legislation in the contracting authority ́s member state". The Norwegian procurement rules go further than what is stated in the rejection reasons stated in the EU Public Procurement Directive and in the standard form for ESPD. Emphasis is put on the fact that all the rejection reasons in the procurement regulations § 24-2, including the purely national rejection reasons, apply in this competition. The following rejection reasons in the procurement regulations § 24-2 are purely national rejection reasons: - §24-2 (2). This provision states that the contracting authority shall reject a tenderer when he is aware that the tenderer has been legally convicted or has accepted a wrought for the stated punishable conditions. The requirement that the contracting authority shall reject tenderers who have accepted a wreap for the stated punishable conditions is a distinctively Norwegian requirement. - 24-2 (3) letter in. The rejection reason in the ESPD form only concerns serious errors in professional practice, whilst the Norwegian rejection reason also includes other serious errors that can lead to doubt about the tenderer's professional integrity.
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 : ICT operations for Folketrygdfondet
Description : In spring 2024, Folketrygdfondet ́s board of directors decided to turn the fund ́s ICT operational model from internal operations with the hire of individual consultants for support in individual assignments, to the purchase of full service responsibility from an operational partner. This initial procurement includes services for digital workplace and user support, infrastructure operation, network operation as well as 24/7 operations including MDR for cyber security. The establishment will involve standardising the Fund's PC park, moving the computer centre and hardware replacement on most of the current network equipment. Folketrygdfondet would like to enter into a contract for general operation of Folketrygdfondet ́s ICT platform, which includes five service towers as indicated in the figure below. Note that application management, data management and analysis management service towers are not included in this procurement. See Annex 1 for detailed requirements for the service towers, as well as for the establishment and completion of the services.
Internal identifier : 1

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 ): 30000000 Office and computing machinery, equipment and supplies except furniture and software packages
Additional classification ( cpv ): 30100000 Office machinery, equipment and supplies except computers, printers and furniture
Additional classification ( cpv ): 30200000 Computer equipment and supplies
Additional classification ( cpv ): 30210000 Data-processing machines (hardware)
Additional classification ( cpv ): 30213000 Personal computers
Additional classification ( cpv ): 30213100 Portable computers
Additional classification ( cpv ): 30213200 Tablet computer
Additional classification ( cpv ): 30230000 Computer-related equipment
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48200000 Networking, Internet and intranet software package
Additional classification ( cpv ): 48600000 Database and operating software package
Additional classification ( cpv ): 48700000 Software package utilities
Additional classification ( cpv ): 48800000 Information systems and servers
Additional classification ( cpv ): 48900000 Miscellaneous software package and computer systems
Additional classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 50300000 Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
Additional classification ( cpv ): 51000000 Installation services (except software)
Additional classification ( cpv ): 51600000 Installation services of computers and office equipment
Additional classification ( cpv ): 72300000 Data services
Additional classification ( cpv ): 72500000 Computer-related services
Additional classification ( cpv ): 72510000 Computer-related management services
Additional classification ( cpv ): 72600000 Computer support and consultancy services
Additional classification ( cpv ): 72700000 Computer network services
Additional classification ( cpv ): 72900000 Computer back-up and catalogue conversion services
Options :
Description of the options : The agreement period is 3 (three) years calculated from the start-up date for ordinary operations. The contract will then be renewed automatically for 2 (two) years, unless 6 (six) months notice is given by the Contracting Authority before the renewal date. The Contract will then be renewed automatically for 1 (one) year, at a time unless 6 (six) months notice is given by the Customer by the contracting authority before the renewal date, or by the Tenderer with 12 (twelve) months notice before the renewal date.

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 5 Year

5.1.5 Value

Estimated value excluding VAT : 45 000 000 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) : no
This procurement is also suitable for small and medium-sized enterprises (SMEs)

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : The tenderer's economic and financial position.
Description : The tenderer must have the financial capacity to carry out the assignment. Documentation requirement: • The last annual accounts including the board ́s annual report and the auditor ́s statement. • Information on any recent conditions of relevance to the company's fiscal figures.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Obligatory and unalterable requirements
Description : Tenderers shall have their tax and VAT payments in order. Documentation requirement: - Tax certificate. - VAT certificate A tax certificate and a VAT certificate for paid fees issued either by the local tax office or the tax collection office where the tenderer's head office is located. The certificates must not be older than 6 months from the deadline for receipt of tenders. Norwegian tenderers who are not VAT obliged must provide confirmation of this from the Norwegian tax authorities. Foreign tenderers must provide certificates from authorities equivalent to the Norwegian authorities.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : The organisational and legal position of the tenderer.
Description : The tenderer shall be a legally established company. Documentation requirement: Norwegian companies: Company Registration Certificate Foreign companies: Proof that the company is registered in a trade or business register as prescribed by the law of the country where the company is established.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : The tenderer ́s technical and professional qualifications.
Description : Demand: Tenderers shall have solid experience from the delivery of ongoing operational services in comparable and relevant assignments. Assignments in the financial sector are relevant, but other assignments with equivalent technical complexity can also be relevant. Documentation requirement: Tenderers shall enclose a list of the 3 most important relevant assignments in the last three years, including a short description, information on the extent, date and recipient (name, telephone number and email). References must be contactable if necessary. Demand: Tenderers shall have solid experience from the establishment and modernisation of operational services in comparable and relevant assignments. Assignments in the financial sector are relevant, but other assignments with equivalent technical complexity can also be relevant. Documentation requirement: Tenderers shall enclose a list of the 3 most important relevant assignments in the last three years, including a short description, information on the extent, date and recipient (name, telephone number and email). References must be contactable if necessary. Demand: Tenderers shall have good availability for the delivery of ongoing operational services. Documentation requirement: A short account of the use of delivery centres, use of/need for sub-suppliers and for which assignments. Demand: Tenderers shall have good availability in establishing and modernising operational services. Documentation requirement: A short account of the use of delivery centres, use of/need for sub-suppliers and for which assignments. Demand: A good and well-functioning management system is required for quality assurance of the services that shall be provided. Documentation requirement: Tenderers are requested to briefly describe the management system for both deliveries to the contracting authority and for deliveries from sub-suppliers that go on to the contracting authority. Demand: A good and well-functioning management system is required for information security in the services that shall be provided. Documentation requirement: Tenderers are requested to briefly describe the management system for both dedicated deliveries to the contracting authority, for industrialised deliveries to the contracting authority and other customers, as well as for deliveries from sub-suppliers that go on to the contracting authority. It is a prerequisite that the tenderer complies with NSM ́s basic principles for ICT security. Demand: A good and well-functioning management system is required for privacy in the services that shall be provided. Documentation requirement: Tenderers are requested to briefly describe the management system for both dedicated deliveries to the contracting authority, for industrialised deliveries to the contracting authority and other customers, as well as for deliveries from sub-suppliers that go on to the contracting authority. Demand: A good and well-functioning management system is required for sustainability in the services that will be provided. Documentation requirement: Tenderers are requested to briefly describe the management system for both dedicated deliveries to the contracting authority, for industrialised deliveries to the contracting authority and other customers, as well as for deliveries from sub-suppliers that go on to the contracting authority. Demand: Tenderers are required to have internal control subject to external auditing. Documentation requirement: Tenderers are requested to submit the latest version of either ISAE 3402 Type II or SOC 2 Type II, or equivalent.
Use of this criterion : Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Maximum number of tenders passing : 5
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 3
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

5.1.10 Award criteria

Criterion :
Type : Quality
Name : Quality
Description : Emphasis will be put on quality in the service towers for this criterium: -Support - Digital workplace, - 24/7 operation, - Hybrid Infrastructure, - Hybrid Network As well as quality in: - The Establishment Project As well as quality across the towers: - Documented and relevant references. - Industry experience, the financial sector Standardised and industrialised services. - Continually modernised and improved services. - The tenderer's business model and company structure. - The correct division of responsibility offered in the services and full responsibility for the deliveries. - The tenderer's management systems and audit reports. - Anchoring at the tenderer's management
Weight (percentage, middle of a range) : 42,5
Criterion :
Type : Quality
Name : Sustainability
Description : Emphasis will be put on the tenderer ́s account of the following points for this criteria: - Sustainability of the digital workplace services, including life cycle management of hardware. - Sustainability in the services for infrastructure, including a sustainable data centre. - Sustainability of the services for networks, including life cycle management of network hardware. - Management system and the tenderer's ambition for sustainability. Reporting, including the tenderer's climate footprint and the contracting authority ́s climate footprint through the services.
Weight (percentage, middle of a range) : 30
Criterion :
Type : Price
Name : Price
Description : Total price for the offered services that include: - Ongoing prices (typically invoiced on a monthly basis) for all services in ordinary operation (which are not additional services). - The price for cancellation in ordinary operations. - The price for the establishment. - The price for cancellation in the establishment phase. - The contracting authority ́s estimated amount of additional services.
Weight (percentage, middle of a range) : 27,5
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Deadline for requesting additional information : 25/09/2024 21:55 +00:00

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 29/10/2024
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 : 15/10/2024 10:00 +00:00
Information that can be supplemented after the submission deadline :
No documents can be submitted later.
Additional information : Clarifications will be made if necessary.
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 : 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

Mediation organisation : Oslo Tingrett
Review organisation : Oslo Tingrett
Organisation providing more information on the review procedures : Folketrygdfondet
Organisation receiving requests to participate : Folketrygdfondet
Organisation processing tenders : Folketrygdfondet

8. Organisations

8.1 ORG-0001

Official name : Folketrygdfondet
Registration number : 971525061
Postal address : Postboks 1845
Town : Vika
Postcode : 0123
Country : Norway
Contact point : Aleksander Smerkerud
Telephone : +47 23117261
Roles of this organisation :
Buyer
Organisation receiving requests to participate
Organisation processing tenders
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Oslo Tingrett
Registration number : 926725939
Town : Oslo
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : 22035200
Roles of this organisation :
Review organisation
Mediation organisation

11. Notice information

11.1 Notice information

Notice identifier/version : 9d253324-ea95-4f97-846e-5058f95ed2dc - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 11/09/2024 13:49 +00:00
Notice dispatch date (eSender) : 11/09/2024 14:00 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00549995-2024
OJ S issue number : 179/2024
Publication date : 13/09/2024