Procurement of electronic patient journal (EPJ) for Rogaland - stage 1

Stavanger municipality shall, together with 27 collaboration municipalities, of which 9 are on option, procure a new electronic patient record (EPJ) to cover the needs for statutory record keeping health care. This is an invitation to prequalification in a two stage process with negotiation. Stavanger municipality shall, together with 27 …

CPV: 72260000 Servicios relacionados con el software, 48000000 Paquetes de software y sistemas de información, 48180000 Paquetes de software médico, 48814200 Sistema de administración de pacientes, 48814500 Sistema de gestión de pacientes (Casemix), 72212180 Servicios de desarrollo de software médico, 72222000 Servicios de planificación y revisión estratégica de sistemas de información o de tecnología de la información, 72224000 Servicios de consultoría en gestión de proyectos, 72227000 Servicios de consultoría en integración de software, 72232000 Desarrollo de software de procesamiento de transacciones y software personalizado, 72266000 Servicios de consultoría en software, 72268000 Servicios de suministro de software
Lugar de ejecución:
Procurement of electronic patient journal (EPJ) for Rogaland - stage 1
Organismo adjudicador:
Stavanger kommune
Número de premio:
2025/217497

1. Buyer

1.1 Buyer

Official name : Stavanger kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Bjerkreim kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Bokn kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Eigersund kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Gjesdal kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Haugesund kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Hjelmeland kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Hå kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Karmøy kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Klepp kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Kvitsøy kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Lund kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Randaberg kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Sandnes kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Sauda kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Sokndal kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Sola kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Strand kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Suldal kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Time kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Tysvær kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Hareid kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Vindafjord kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Utsira kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Ulstein kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Sande kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Volda kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Ørsta kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Procurement of electronic patient journal (EPJ) for Rogaland - stage 1
Description : Stavanger municipality shall, together with 27 collaboration municipalities, of which 9 are on option, procure a new electronic patient record (EPJ) to cover the needs for statutory record keeping health care. This is an invitation to prequalification in a two stage process with negotiation.
Procedure identifier : 7b5695dd-be56-402c-b623-9697c474e8e8
Internal identifier : 2025/217497
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 health service is facing major challenges in the years to come. An important measure is that the information healthcare professionals need becomes readily available in the tools they use every day. Stavanger municipality shall, in cooperation with the 22 other municipalities in Rogaland and 5 municipalities in Søre Sunnmøre, procure electronic patient journals (EPJ) for the health and care services. By procuring together, the municipalities will ensure great potential for future cooperation and synergies. EPJ is the most important digital work tool for employees in the health and welfare service. The system shall support the procurement ́s purpose, connected to user friendliness, interaction, distinguish between application and data as well as innovation and development. The procurement of a new system will ensure that health personnel get a user friendly system, which contributes to interaction and coordination. See the attached tender documentation for further details. The implementation of the system shall start in Stavanger municipality and it is desirable that the tenderer shall complete the delivery to Stavanger municipality by the end of 2026.Se Annex 4 - Overview of municipalities and legal subjects for further information on all the municipalities.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72260000 Software-related services
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48180000 Medical software package
Additional classification ( cpv ): 48814200 Patient-administration system
Additional classification ( cpv ): 48814500 Casemix system
Additional classification ( cpv ): 72212180 Medical software development services
Additional classification ( cpv ): 72222000 Information systems or technology strategic review and planning services
Additional classification ( cpv ): 72224000 Project management consultancy services
Additional classification ( cpv ): 72227000 Software integration consultancy services
Additional classification ( cpv ): 72232000 Development of transaction processing and custom software
Additional classification ( cpv ): 72266000 Software consultancy services
Additional classification ( cpv ): 72268000 Software supply services

2.1.2 Place of performance

Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 608 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften -

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 : The contracting authority shall state that in Norway there are national rejection reasons. These shall be described in the procurement documents. Tenderers must respond to whether they are in one or more of the situations described in the national rejection reasons. Will the purely national rejection reasons, as stated in the relevant notice or in the procurement documents, apply?
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 : Procurement of electronic patient journal (EPJ) for Rogaland - stage 1
Description : Stavanger municipality shall, together with 27 collaboration municipalities, of which 9 are on option, procure a new electronic patient record (EPJ) to cover the needs for statutory record keeping health care. This is an invitation to prequalification in a two stage process with negotiation.
Internal identifier : 2025/217497

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72260000 Software-related services
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48180000 Medical software package
Additional classification ( cpv ): 48814200 Patient-administration system
Additional classification ( cpv ): 48814500 Casemix system
Additional classification ( cpv ): 72212180 Medical software development services
Additional classification ( cpv ): 72222000 Information systems or technology strategic review and planning services
Additional classification ( cpv ): 72224000 Project management consultancy services
Additional classification ( cpv ): 72227000 Software integration consultancy services
Additional classification ( cpv ): 72232000 Development of transaction processing and custom software
Additional classification ( cpv ): 72266000 Software consultancy services
Additional classification ( cpv ): 72268000 Software supply services

5.1.2 Place of performance

Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 60 Month

5.1.5 Value

Estimated value excluding VAT : 608 000 000 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

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : 'Total' annual turnover
Description : The tenderer ́s ("total") annual turnover for the number of financial years requested in the tender notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average annual turnover
Description : The tenderer ́s average annual turnover for the number of years requested in the notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : "Specific annual turnover"
Description : Is the tenderer ́s ("specific") annual turnover within the area that the contract applies to and specified in the notice or in the procurement documents for the number of accounting years requested is as follows: Minimum requirements for qualification requirements Requirement: Tenderers shall have a minimum of NOK. NOK 200 million in operational income in the last available financial year. Documentation: Tenderers shall present the last available annual accounts.
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Average set-up
Description : Is the tenderer's average annual turnover within the area requested by the contract and specified in the notice or in the procurement documents for the number of financial years requested:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : The tenderer's establishment date
Description : If the information about the turnover (combined or specific) is not available for the entire requested period, please state the date the company was established, or the tenderers started their business:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Financial key figures
Description : For financial key figures stated in the notice or in the procurement documents, the tenderer declares that the actual value(s) of the requested key figures are as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Liability insurance
Description : The insured amount in the tenderer ́s liability insurance is the following:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Other economic and financial requirements
Description : Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that: Minimum requirement for qualification requirements Requirement: Tenderers shall have the economic ability to fulfil the contract. Documentation: As documentation, the contracting authority will obtain the credit rating Commercial Delphi Score from Experian (the contracting authority subscribes to services from Experian). Tenderers must be in risk class 4 or higher on the Experian scale. It is a prerequisite that the tenderer has known registered information about the company and consents by submitting the tender for the information to be collected and used as a basis for assessing the tenderer's financial conditions. If the contracting authority cannot find a credit rating of each company in Experian, or the credit rating is not in accordance with the required rating, the contracting authority will attempt to cover its documentation need in another way. The contracting authority can, for example, assess whether the financial ability is satisfactory based on the other information that is available in the system from Experian, or request other documentation that confirms that the tenderer has the financial ability to fulfil the contract. Foreign tenderers shall obtain and present a credit rating issued by a certified credit rating agency.
Use of this criterion : Used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for quality assurance standards.
Description : Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements?
Use of this criterion : Not used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for environmental management standards.
Description : Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards?
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register
Description : Tenderers are registered in a professional register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register or company register.
Description : Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex. Minimum qualification requirement Requirement: Tenderers shall be a legally established company. Documentation: As documentation, the contracting authority will obtain information about the tenderer's company from Experian (the contracting authority subscribes to services from Experian). If a tenderer ́s company is registered outside of Norway, the tenderer must present documentation that proves that they are registered in a trade or other business register as prescribed by the law of the country where they are established.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : In the case of service contracts: Authorisations from a particular organisation required
Description : Is a specific authorisation required from a particular organisation to provide the service in the tenderer's home country?
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : In the case of service contracts: Membership in a particular organisation is required
Description : Is it necessary to have a particular membership in a particular organisation in order to provide the service in the tenderer ́s home country?
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Services only
Description : Only for services: In the reference period, the tenderer has carried out the following important goods deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three years to be taken into consideration. Minimum qualification requirement Requirement: Experience is required from at least three (3) relevant assignments from the last ten (10) years. Relevant assignments means experience with delivering EPJ to municipalities and/or hospitals. Documentation of excellent implementation ability is required. Documentation: Tenderers must present a list of the most important/most relevant assignments in the last ten (10) years. The list shall, as a minimum, include: - Short description of the assignment - Size or value of the deliveries - Date (contract period) - Name of the customers and a short description of them. Contact information for relevant customers from the list must be presented on request.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Technical personnel or technical units
Description : Tenderers can use the following technical personnel or technical units , particularly those who are responsible for quality control: For technical personnel or technical units that do not directly belong to the tenderer ́s business, but if the capacity the tenderer will use, cf. part II, section C, separate ESPD forms shall be supplemented.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Technical facilities and quality assurance measures
Description : The tenderer utilises the following technical facilities and quality assurance measures and the tenderer ́s survey and research facility is as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Investigation and research facilities
Description : The tenderer ́s survey and research facilitates are as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Management and tracing of the supply chain
Description : The tenderer will be able to use the following management of the supply chain and tracing systems for the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Control Permission
Description : For goods or services that are complicated, or that in exceptional cases shall be used for a particular purpose: Will the tenderer allow checks of the tenderer's production capacity or technical capacity and, where necessary, of the survey and research facilities that the tenderer has at its disposal and of quality control measures? The inspections shall be undertaken by the contracting authority or the contracting authority can leave it to a competent public body in the country where the tenderer is established.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Education and professional qualifications
Description : The following education and professional qualifications are possessed by the tenderer and/or (depending on the requirements set in the notice or in the procurement documents) of the leading employees:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Environmental management measures
Description : Tenderers can employ the following environmental management measures in connection with the execution of the contract: Minimum qualification requirements Requirement: Tenderers shall have an environmental management system to ensure that the tenderer is suitable to fulfil the environmental requirements set in the tender documentation and the contract terms. Documentation: Tenderers shall provide a short account, a maximum of one (1) A4 page, stating the tenderer's stated environmental goals, the status of environmental work in their own business and planned measures, of relevance to this contract. Alternatively, the requirement can be documented fulfilled by fulfilling the documentation requirements as stated in field D and "Certificates issued by independent bodies for environmental management standards".
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Number of employees in the management
Description : The tenderer ́s number of employees in the management during the last three years was as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Average workforce
Description : The tenderer's average annual workforce in the last three years has been as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Tools, materials and technical equipment.
Description : Tenderers can use the following tools, material and technical equipment to carry out the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Portion of the contract to sub-suppliers.
Description : The tenderer is considering to outsource the following part (as a percentage) of the contract to sub-suppliers. Note that if the tenderer has decided to outsource a part of the contract to sub-suppliers and will use the sub-suppliers ́ capacity to carry out this part, a special ESPD will be supplemented for such sub-suppliers, see part II, section C, above.
Use of this criterion : Not used

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Address of the procurement documents : https://permalink.mercell.com/249399714.aspx

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Not allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Deadline for receipt of requests to participate : 05/05/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

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

5.1.16 Further information, mediation and review

Review organisation : Sør-Rogaland tingrett

8. Organisations

8.1 ORG-0001

Official name : Stavanger kommune
Registration number : 964965226
Postal address : Postboks 8001
Town : STAVANGER
Postcode : 4068
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Contact point : Kine Tillerli
Telephone : +47 51507090
Roles of this organisation :
Buyer
Group leader

8.1 ORG-0002

Official name : Bjerkreim kommune
Registration number : 970 490 361
Town : Vikeså
Postcode : 4384
Country : Norway
Telephone : 51 20 11 00
Roles of this organisation :
Buyer

8.1 ORG-0003

Official name : Bokn kommune
Registration number : 964 979 723
Town : Bokn
Country : Norway
Telephone : 52 75 25 00
Roles of this organisation :
Buyer

8.1 ORG-0004

Official name : Eigersund kommune
Registration number : 944496394
Town : Egersund
Postcode : 4379
Country : Norway
Telephone : 51 46 80 00
Roles of this organisation :
Buyer

8.1 ORG-0005

Official name : Gjesdal kommune
Registration number : 964978573
Town : Ålgård
Postcode : 4330
Country : Norway
Telephone : 51 61 42 00
Roles of this organisation :
Buyer

8.1 ORG-0006

Official name : Haugesund kommune
Registration number : 944 073 787
Town : Haugesund
Postcode : 5504
Country : Norway
Telephone : 52 74 30 00
Roles of this organisation :
Buyer

8.1 ORG-0007

Official name : Hjelmeland kommune
Registration number : 864 979 092
Town : Hjelmeland
Postcode : 4130
Country : Norway
Telephone : 51 75 00 00
Roles of this organisation :
Buyer

8.1 ORG-0008

Official name : Hå kommune
Registration number : 964969590
Town : Varhaug
Country : Norway
Telephone : 51 79 30 00
Roles of this organisation :
Buyer

8.1 ORG-0009

Official name : Karmøy kommune
Registration number : 940 791 901
Town : Kopervik
Country : Norway
Telephone : 52 85 75 00
Roles of this organisation :
Buyer

8.1 ORG-0010

Official name : Klepp kommune
Registration number : 864969682
Town : Klepp stasjon
Postcode : 4353
Country : Norway
Telephone : 51 42 98 00
Roles of this organisation :
Buyer

8.1 ORG-0011

Official name : Kvitsøy kommune
Registration number : 964 979 634
Town : Kvitsøy
Postcode : 4180
Country : Norway
Telephone : 51 73 63 00
Roles of this organisation :
Buyer

8.1 ORG-0012

Official name : Lund kommune
Registration number : 964966486
Town : Moi
Postcode : 4460
Country : Norway
Telephone : 51 40 47 00
Roles of this organisation :
Buyer

8.1 ORG-0013

Official name : Randaberg kommune
Registration number : 934 945 514
Town : Randaberg
Postcode : 4096
Country : Norway
Telephone : 51 41 41 00
Roles of this organisation :
Buyer

8.1 ORG-0014

Official name : Sandnes kommune
Registration number : 964965137
Town : Sandnes
Postcode : 4302
Country : Norway
Telephone : 51335000
Roles of this organisation :
Buyer

8.1 ORG-0015

Official name : Sauda kommune
Registration number : 964 979 367
Town : Sauda
Postcode : 4201
Country : Norway
Telephone : 52 78 62 00
Roles of this organisation :
Buyer

8.1 ORG-0016

Official name : Sokndal kommune
Registration number : 964 965 692
Town : Hauge i Dalane
Postcode : 4380
Country : Norway
Telephone : 51 47 06 00
Roles of this organisation :
Buyer

8.1 ORG-0017

Official name : Sola kommune
Registration number : 948243113
Town : Sola
Postcode : 4097
Country : Norway
Telephone : 51 65 33 00
Roles of this organisation :
Buyer

8.1 ORG-0018

Official name : Strand kommune
Registration number : 964978751
Town : Jørpeland
Postcode : 4100
Country : Norway
Telephone : 51 74 30 00
Roles of this organisation :
Buyer

8.1 ORG-0019

Official name : Suldal kommune
Registration number : 964979189
Town : Sand
Postcode : 4230
Country : Norway
Telephone : 52792200
Roles of this organisation :
Buyer

8.1 ORG-0020

Official name : Time kommune
Registration number : 859 223 672
Town : Bryne
Postcode : 4349
Country : Norway
Telephone : 51 77 60 00
Roles of this organisation :
Buyer

8.1 ORG-0021

Official name : Tysvær kommune
Registration number : 964 979 812
Town : Aksdal
Postcode : 5575
Country : Norway
Telephone : 52 75 70 00
Roles of this organisation :
Buyer

8.1 ORG-0022

Official name : Hareid kommune
Registration number : 964979278
Town : Hareid
Postcode : 6060
Country : Norway
Telephone : 70 09 50 00
Roles of this organisation :
Buyer

8.1 ORG-0023

Official name : Vindafjord kommune
Registration number : 988 893 226
Town : Ølen
Postcode : 5580
Country : Norway
Telephone : 53 65 65 65
Roles of this organisation :
Buyer

8.1 ORG-0024

Official name : Utsira kommune
Registration number : 964 979 901
Town : Utsira
Postcode : 5547
Country : Norway
Telephone : 52750100
Roles of this organisation :
Buyer

8.1 ORG-0025

Official name : Ulstein kommune
Registration number : 964979456
Town : Ulsteinvik
Postcode : 6067
Country : Norway
Telephone : 70 01 75 00
Roles of this organisation :
Buyer

8.1 ORG-0026

Official name : Sande kommune
Registration number : 822534422
Town : Larsnes
Postcode : 6084
Country : Norway
Telephone : 700 26 700
Roles of this organisation :
Buyer

8.1 ORG-0027

Official name : Volda kommune
Registration number : 939 760 946
Town : Volda
Postcode : 6100
Country : Norway
Telephone : 70 05 87 00
Roles of this organisation :
Buyer

8.1 ORG-0028

Official name : Ørsta kommune
Registration number : 939461450
Town : Ørsta
Postcode : 6153
Country : Norway
Telephone : 70 04 97 00
Roles of this organisation :
Buyer

8.1 ORG-0029

Official name : Sør-Rogaland tingrett
Registration number : 926723448
Town : Stavanger
Country : Norway
Telephone : 52004600
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : 56273637-f0cf-4b1d-b659-86d6e6cb02c0 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 27/03/2025 18:23 +00:00
Notice dispatch date (eSender) : 28/03/2025 14:04 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00208986-2025
OJ S issue number : 64/2025
Publication date : 01/04/2025