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: 72000000 Servicios TI: consultoría, desarrollo de software, Internet y apoyo, 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, 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
Previous notice : 9d253324-ea95-4f97-846e-5058f95ed2dc-01
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

Call for competition is terminated
Legal basis :
Directive 2014/24/EU

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 : 24/00104

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

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no

5.1.10 Award criteria

Criterion :
Type : Quality
Name : Quality
Description : For this criteria, emphasis will be put on quality in the service towers: - User 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, financial sector - Standardised and industrialised services - Continuous modernised and improved services - the tenderer's business model and corporate structure - 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, exact) : 45
Criterion :
Type : Quality
Name : Sustainability
Description : For this criteria, emphasis will be put on the tenderer ́s account of the following points: - Sustainability of the services for digital workplaces, 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, exact) : 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 operations (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, exact) : 25
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Mediation organisation : Oslo Tingrett
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 additional information about the procurement procedure : Folketrygdfondet
Organisation providing offline access to the procurement documents : Folketrygdfondet
Organisation providing more information on the review procedures : Folketrygdfondet
Organisation whose budget is used to pay for the contract : Folketrygdfondet
Organisation executing the payment : Folketrygdfondet
Organisation signing the contract : Folketrygdfondet

6. Results

Value of all contracts awarded in this notice : 44 000 000 Norwegian krone

6.1 Result lot ldentifier : LOT-0000

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : INTILITY AS
Tender :
Tender identifier : IKT-drift for Folketrygdfondet - INTILITY AS
Identifier of lot or group of lots : LOT-0000
Subcontracting value is known : no
Subcontracting percentage is known : no
Contract information :
Identifier of the contract : IKT-drift for Folketrygdfondet - INTILITY AS
Date on which the winner was chosen : 13/02/2025
Date of the conclusion of the contract : 24/02/2025
The contract is awarded within a framework agreement : no
Organisation signing the contract : Folketrygdfondet

6.1.3 Non-winning tenderers :

Tenderer :
Official name : Orange Business Digital Norway AS

6.1.4 Statistical information

Summary of the review requests the buyer received :
Number of complainants : 0
Received tenders or requests to participate :
Type of received submissions : Requests to participate
Number of tenders or requests to participate received : 5
Type of received submissions : Tenders
Number of tenders or requests to participate received : 2
Range of tenders :
Value of the lowest admissible tender : 44 000 000 Norwegian krone
Value of the highest admissible tender : 62 000 000 Norwegian krone

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 providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation providing more information on the review procedures
Organisation signing the contract
Organisation whose budget is used to pay for the contract
Organisation executing the payment

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
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed

8.1 ORG-0003

Official name : INTILITY AS
Registration number : NO981967070MVA
Postal address : SCHWEIGAARDS GATE 39
Town : Oslo
Postcode : 0191
Country : Norway
Telephone : +47 24103308
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0000

8.1 ORG-0004

Official name : Orange Business Digital Norway AS
Registration number : 982 211 743
Town : Oslo
Country : Norway
Contact point : Glenn Mærli
Telephone : 90719272
Roles of this organisation :
Tenderer

11. Notice information

11.1 Notice information

Notice identifier/version : c1496273-1766-4489-8391-eab7b50e0394 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 28/02/2025 09:18 +00:00
Notice dispatch date (eSender) : 28/02/2025 09:29 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00138343-2025
OJ S issue number : 43/2025
Publication date : 03/03/2025