Procurement of a digital system for GDPR and information security.

The contracting authority needs a digital system for safeguarding some obligations in accordance with the GDPR. The system shall ensure that the participating municipalities make their compliance work more efficient and work in accordance with a joint methodology in a joint system. The aim of procuring a joint GDPR system …

CPV: 48000000 Paquetes de software y sistemas de información, 48700000 Utilidades de paquetes de software, 48730000 Paquetes de software de seguridad, 48731000 Paquetes de software de seguridad de archivos, 48732000 Paquetes de software de seguridad de datos, 72000000 Servicios TI: consultoría, desarrollo de software, Internet y apoyo, 72225000 Servicios de evaluación y revisión de la garantía de calidad del sistema
Lugar de ejecución:
Procurement of a digital system for GDPR and information security.
Organismo adjudicador:
INDIGO IKT IKS
Número de premio:
1339

1. Buyer

1.1 Buyer

Official name : INDIGO IKT IKS
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Hamar kommune
Legal type of the buyer : Local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Stange kommune
Legal type of the buyer : Local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Kongsvinger kommune
Legal type of the buyer : Local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Sør-Odal kommune
Legal type of the buyer : Local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Løten kommune
Legal type of the buyer : Local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Nord-Odal kommune
Legal type of the buyer : Local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Grue kommune
Legal type of the buyer : Local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Våler kommune
Legal type of the buyer : Local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Åsnes kommune
Legal type of the buyer : Local authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Procurement of a digital system for GDPR and information security.
Description : The contracting authority needs a digital system for safeguarding some obligations in accordance with the GDPR. The system shall ensure that the participating municipalities make their compliance work more efficient and work in accordance with a joint methodology in a joint system. The aim of procuring a joint GDPR system is to facilitate a joint management system where interested parties in the municipalities, the cooperation and Indigo IKT have good prerequisites for working together to develop, manage and document information processes rationally in accordance with the GENERAL Data Protection Regulation and the cooperation ́s digitalisation strategy. The announced extent meant that several tenders had to be rejected due to a too high price in relation to the budget and a tender had to be rejected as the tenderer did not meet the qualification requirements. The tender contest was cancelled due to missing valid tenders.
Procedure identifier : 4653869a-78eb-41fe-a5c9-229438611f9e
Previous notice : dfa523cf-793e-44d5-8c47-f573f4f9e2e8-01
Internal identifier : 1339
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 Act no. 73 of 17 June 2016 on public procurements and regulations no. 974 of 12 August 2016 on public procurements part I and III as a competition with negotiations. This procedure gives all interested suppliers the possibility to submit a request for participation in the competition. Only tenderers who are qualified and then invited by the contracting authority can submit a tender. Amongst the qualified tenderers, at least 3 (three) and a maximum of 5 (five) tenderers will be chosen, who will be invited to participate in the competition. The selection will be based on a total assessment of which tenderers most fulfil the requirements for technical and professional qualifications. Negotiations will be carried out in accordance with the rules in the Public Procurement Regulations §§ 23-7 and 23-10. The Contracting Authority will use the right to reduce the number of tenders to be negotiated. A reduction can take place ahead of the negotiations. The contracting authority has planned to reduce the number to three, but may, after the first round of negotiations, reduce the number to two. A minimum of two shall be negotiated. Tenderers may be asked to present their tender offer and hold a demonstration of the offered solution before negotiations begin. The contracting authority reserves the right to award the contract without negotiations, cf. the Public Procurement Regulations § 23-7 (5).

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 ): 48000000 Software package and information systems
Additional classification ( cpv ): 48700000 Software package utilities
Additional classification ( cpv ): 48730000 Security software package
Additional classification ( cpv ): 48731000 File security software package
Additional classification ( cpv ): 48732000 Data security software package
Additional classification ( cpv ): 72225000 System quality assurance assessment and review services

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften -

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Procurement of a digital system for GDPR and information security.
Description : The contracting authority needs a digital system for safeguarding some obligations in accordance with the GDPR. The system shall ensure that the participating municipalities make their compliance work more efficient and work in accordance with a joint methodology in a joint system. The aim of procuring a joint GDPR system is to facilitate a joint management system where interested parties in the municipalities, the cooperation and Indigo IKT have good prerequisites for working together to develop, manage and document information processes rationally in accordance with the GENERAL Data Protection Regulation and the cooperation ́s digitalisation strategy. The announced extent meant that several tenders had to be rejected due to a too high price in relation to the budget and a tender had to be rejected as the tenderer did not meet the qualification requirements. The tender contest was cancelled due to missing valid tenders.
Internal identifier : 1339

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 ): 48000000 Software package and information systems
Additional classification ( cpv ): 48700000 Software package utilities
Additional classification ( cpv ): 48730000 Security software package
Additional classification ( cpv ): 48731000 File security software package
Additional classification ( cpv ): 48732000 Data security software package
Additional classification ( cpv ): 72225000 System quality assurance assessment and review services

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.6 General information

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

5.1.10 Award criteria

Criterion :
Type : Quality
Name : Quality of the offered system
Description : Under this criteria, the service ́s suitability to fulfil the purpose, as well as the service and the system ́s functional and technical qualities and information security and privacy will be assessed. The requirements thereof are: described in annex 1 chapter 7 functional requirements, chapter 8 Privacy and information security, chapter 9 Integrations. The tenderer ́s documentation in Annex 2.
Weight (percentage, exact) : 40
Criterion :
Type : Quality
Name : Quality of establishment of the service
Description : Under this criteria, the different offered activities for establishing service at the customer will be assessed. The requirements are described in annex 1. chapter 10 Plan for the establishment of the service and chapter 11 Administrative Provisions. The tenderer ́s documentation in Annex 3 and Annex 5.
Weight (percentage, exact) : 20
Criterion :
Type : Quality
Name : Quality of the offered operation and maintenance.
Description : Under this criteria, the degree of fulfilment of the requirements for operation, user support, error correction, service level and new versions stated in annex 1 chapter 12 Operation and maintenance will be assessed. The tenderer ́s documentation in Annex 4.
Weight (percentage, exact) : 20
Criterion :
Type : Price
Name : Price
Description : The prices stated in annex 6 and the price form are to be combined based on establishment of the service with subsequent services for 4 years. Estimated volume as stated in the price form will form the basis for the calculation of the costs. The tenderer ́s documentation in Annex 6.
Weight (percentage, exact) : 20
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

Review organisation : Østre Innlandet tingrett
Organisation providing additional information about the procurement procedure : Inventura AS

6. Results

Value of all contracts awarded in this notice : 2 800 000 Norwegian krone

6.1 Result lot ldentifier : LOT-0000

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : SIKRI AS
Tender :
Tender identifier : Sikri 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 : Sikri AS
The contract is awarded within a framework agreement : no

6.1.3 Non-winning tenderers :

Tenderer :
Official name : Visma Draftit AS

6.1.4 Statistical information

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

8. Organisations

8.1 ORG-0001

Official name : Inventura AS
Registration number : 983351417
Postal address : Solheimsgaten 15
Town : Bergen
Postcode : 5058
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Contact point : Dag Thomas Nybø-Sørensen (innkjøper)
Telephone : +47 55134480
Internet address : https://www.inventura.no
Roles of this organisation :
Organisation providing additional information about the procurement procedure

8.1 ORG-0002

Official name : INDIGO IKT IKS
Registration number : 930 283 487
Town : HAMAR
Country : Norway
Contact point : Dag Thomas Nybø-Sørensen (innkjøper)
Telephone : 55134480
Roles of this organisation :
Buyer
Group leader

8.1 ORG-0003

Official name : Østre Innlandet tingrett
Registration number : 926 723 669
Town : Hamar
Country : Norway
Telephone : 62 78 27 00
Roles of this organisation :
Review organisation

8.1 ORG-0004

Official name : Hamar kommune
Registration number : 970 540 008
Town : Hamar
Country : Norway
Contact point : Dag Thomas Nybø-Sørensen (innkjøper)
Telephone : 55134480
Roles of this organisation :
Buyer

8.1 ORG-0005

Official name : Stange kommune
Registration number : 970 169 717
Town : Stange
Country : Norway
Contact point : Dag Thomas Nybø-Sørensen (innkjøper)
Telephone : 55134480
Roles of this organisation :
Buyer

8.1 ORG-0006

Official name : Kongsvinger kommune
Registration number : 944 117 784
Town : Kongsvinger
Country : Norway
Contact point : Dag Thomas Nybø-Sørensen (innkjøper)
Telephone : 55134480
Roles of this organisation :
Buyer

8.1 ORG-0007

Official name : Sør-Odal kommune
Registration number : 964 947 716
Town : Skarnes
Country : Norway
Contact point : Dag Thomas Nybø-Sørensen (innkjøper)
Telephone : 55134480
Roles of this organisation :
Buyer

8.1 ORG-0008

Official name : Løten kommune
Registration number : 964 950 679
Town : Løten
Country : Norway
Contact point : Dag Thomas Nybø-Sørensen (innkjøper)
Telephone : 55134480
Roles of this organisation :
Buyer

8.1 ORG-0009

Official name : Nord-Odal kommune
Registration number : 964 950 768
Town : Sagstua
Country : Norway
Contact point : Dag Thomas Nybø-Sørensen (innkjøper)
Telephone : 55134480
Roles of this organisation :
Buyer

8.1 ORG-0010

Official name : Grue kommune
Registration number : 964 948 143
Town : Kirkenær
Country : Norway
Contact point : Dag Thomas Nybø-Sørensen (innkjøper)
Telephone : 55134480
Roles of this organisation :
Buyer

8.1 ORG-0011

Official name : Våler kommune
Registration number : 871 034 222
Town : Våler i Solør
Country : Norway
Contact point : Dag Thomas Nybø-Sørensen (innkjøper)
Telephone : 55134480
Roles of this organisation :
Buyer

8.1 ORG-0012

Official name : Åsnes kommune
Registration number : 964 948 232
Town : Flisa
Country : Norway
Contact point : Dag Thomas Nybø-Sørensen (innkjøper)
Telephone : 55134480
Roles of this organisation :
Buyer

8.1 ORG-0013

Official name : SIKRI AS
Registration number : 922308055
Postal address : Dronning Mauds gate 10
Town : oslo
Postcode : 0250
Country : Norway
Contact point : SIKRI AS
Telephone : 90530049
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0000

8.1 ORG-0014

Official name : Visma Draftit AS
Registration number : 817 815 782
Postal address : Karenslyst allé 56
Town : Oslo
Postcode : 0277
Country : Norway
Telephone : 23651140
Roles of this organisation :
Tenderer

11. Notice information

11.1 Notice information

Notice identifier/version : ed838bd6-7019-4061-8f5a-2a39e8685060 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 07/08/2024 06:39 +00:00
Notice dispatch date (eSender) : 07/08/2024 06:49 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00478877-2024
OJ S issue number : 154/2024
Publication date : 08/08/2024