System for meeting room booking.

1.2 The objective and extent of the procurement, DIO, shall procure a SaaS system for meeting room booking with associated services and some equipment. The objective of the procurement is a streamlined way of administering meeting rooms and other common rooms for meeting room managers and for users to book …

CPV: 48000000 Paquetes de software y sistemas de información, 30200000 Equipo y material informático, 30231000 Pantallas de ordenador y consolas, 72000000 Servicios TI: consultoría, desarrollo de software, Internet y apoyo
Plazo:
2 de mayo de 2025 a las 10:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
System for meeting room booking.
Organismo adjudicador:
DEPARTEMENTENES DIGITALISERINGSORGANISASJON (DIO)
Número de premio:
25/85

1. Buyer

1.1 Buyer

Official name : DEPARTEMENTENES DIGITALISERINGSORGANISASJON (DIO)
Legal type of the buyer : Central government authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : System for meeting room booking.
Description : 1.2 The objective and extent of the procurement, DIO, shall procure a SaaS system for meeting room booking with associated services and some equipment. The objective of the procurement is a streamlined way of administering meeting rooms and other common rooms for meeting room managers and for users to book rooms that shall have access to one or several of the rooms the system manages. The system shall be used in connection with the new government block, but it is not limited to this. Also rooms in other buildings can be administered through the same room booking system. The scope of the procurement is for a system for room administration, associated services and equipment. Services can be assistance with use, troubleshooting, integration with other systems (e.g. outlook) etc. The equipment primarily concerns information screens outside of each meeting room. The estimated value of the SaaS system over four years is NOK 2-6 million excluding VAT. This is not an amount cap or framework for the contract, as it is an ongoing contract that will be signed for the system. The estimated value of the equipment is from NOK 100,000,000 excluding VAT 900,000 to 2,500,000,-. The maximum amount on the contract is NOK 3 million excluding VAT. Contracts Two contracts will be signed: - A contract for the SaaS system where an SSA-L will form the starting point. o Duration: The contract will be valid for 3 (three) years. The agreement will then be renewed automatically for 1 (one) year at a time until notice is given. - An agreement for the equipment that will be a framework agreement (SSA-R) with an SSA-K as a call-off agreement. o Duration: The framework agreement will be valid for two years with an option for a two year (1+1) extension, to a total maximum of four years. One tenderer will be awarded both contracts.
Procedure identifier : e49deb19-210f-4fe0-9b61-f55039adc509
Internal identifier : 25/85
Type of procedure : Open
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 30200000 Computer equipment and supplies
Additional classification ( cpv ): 30231000 Computer screens and consoles
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support

2.1.2 Place of performance

Town : Oslo
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 9 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.5 Terms of procurement

Terms of submission :
The tenderer must submit tenders for all lots

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 : 4.5.2 National rejection reasons In accordance with ESPD part III: Rejection reasons, section D: "Other rejection reasons set out in the national legislation in the member state of the Contracting Authority". 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, also 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 the contracting authority 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-0001

Title : System for meeting room booking.
Description : 1.2 The objective and extent of the procurement, DIO, shall procure a SaaS system for meeting room booking with associated services and some equipment. The objective of the procurement is a streamlined way of administering meeting rooms and other common rooms for meeting room managers and for users to book rooms that shall have access to one or several of the rooms the system manages. The system shall be used in connection with the new government block, but it is not limited to this. Also rooms in other buildings can be administered through the same room booking system. The scope of the procurement is for a system for room administration, associated services and equipment. Services can be assistance with use, troubleshooting, integration with other systems (e.g. outlook) etc. The equipment primarily concerns information screens outside of each meeting room. The estimated value of the SaaS system over four years is NOK 2-6 million excluding VAT. This is not an amount cap or framework for the contract, as it is an ongoing contract that will be signed for the system. The estimated value of the equipment is from NOK 100,000,000 excluding VAT 900,000 to 2,500,000,-. The maximum amount on the contract is NOK 3 million excluding VAT. Contracts Two contracts will be signed: - A contract for the SaaS system where an SSA-L will form the starting point. o Duration: The contract will be valid for 3 (three) years. The agreement will then be renewed automatically for 1 (one) year at a time until notice is given. - An agreement for the equipment that will be a framework agreement (SSA-R) with an SSA-K as a call-off agreement. o Duration: The framework agreement will be valid for two years with an option for a two year (1+1) extension, to a total maximum of four years. One tenderer will be awarded both contracts.
Internal identifier : 1

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 30200000 Computer equipment and supplies
Additional classification ( cpv ): 30231000 Computer screens and consoles
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support

5.1.2 Place of performance

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

5.1.3 Estimated duration

Other duration : Unlimited

5.1.5 Value

Estimated value excluding VAT : 6 000 000 Norwegian krone

5.1.6 General information

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

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Use of this criterion : Not used

5.1.11 Procurement documents

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
Deadline for receipt of tenders : 02/05/2025 10:00 +00:00
Information about public opening :
Opening date : 02/05/2025 10:05 +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 : Oslo Tingrett

5.1 Lot technical ID : LOT-0002

Title : Room panel, road finder screen and kiosk system for meeting rooms (1)
Description : 1.2 The objective and extent of the procurement, DIO, shall procure a SaaS system for meeting room booking with associated services and some equipment. The objective of the procurement is a streamlined way of administering meeting rooms and other common rooms for meeting room managers and for users to book rooms that shall have access to one or several of the rooms the system manages. The system shall be used in connection with the new government block, but it is not limited to this. Also rooms in other buildings can be administered through the same room booking system. The scope of the procurement is for a system for room administration, associated services and equipment. Services can be assistance with use, troubleshooting, integration with other systems (e.g. outlook) etc. The equipment primarily concerns information screens outside of each meeting room. The estimated value of the SaaS system over four years is NOK 2-6 million excluding VAT. This is not an amount cap or framework for the contract, as it is an ongoing contract that will be signed for the system. The estimated value of the equipment is from NOK 100,000,000 excluding VAT 900,000 to 2,500,000,-. The maximum amount on the contract is NOK 3 million excluding VAT. Contracts Two contracts will be signed: - A contract for the SaaS system where an SSA-L will form the starting point. o Duration: The contract will be valid for 3 (three) years. The agreement will then be renewed automatically for 1 (one) year at a time until notice is given. - An agreement for the equipment that will be a framework agreement (SSA-R) with an SSA-K as a call-off agreement. o Duration: The framework agreement will be valid for two years with an option for a two year (1+1) extension, to a total maximum of four years. One tenderer will be awarded both contracts.
Internal identifier : 2

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 30200000 Computer equipment and supplies
Additional classification ( cpv ): 30231000 Computer screens and consoles
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 2 Year

5.1.4 Renewal

Maximum renewals : 2
The buyer reserves the right for additional purchases from the contractor, as described here : Extension for 2 times a one year. (1+1)

5.1.5 Value

Estimated value excluding VAT : 3 000 000 Norwegian krone

5.1.6 General information

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

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : 4.3 Economic and financial capacity
Description : Tenderers shall have sufficient economic and financial capacity to fulfil a contract of an equivalent nature and scope, where, among other things, being creditworthy without any requirement for collateral will be adequate. Documentation requirement • Credit rating with key figures from a certified credit rating company, or other form of documentation to demonstrate that the requirement has been met. The credit rating shall include the credit rating degree (rating) of the tenderer - typically indicated by a rating code or brief text. The assessment shall include, or be attached, an explanation on the rating code/scale of possible rating codes. The assessment should be based on the last annual accounts.
Use of this criterion : Used
Criterion :
Type : Other
Name : 4.1 Tax certificate
Description : Payment of taxes and duties Documentation requirement For Norwegian tenderers: Tax certificate, not older than 6 months, which confirms that the tenderer has fulfilled his obligations with respect skatteetaten.no to the payment of taxes, social security contributions and VAT. If this is not possible, it can be ordered from the tax collector or the Norwegian Tax Administration. The certificate is electronically certified and is therefore not signed. See the skatteetaten.no for further information.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : 4.2 The tenderer ́s registration, authorisations, etc.
Description : The tenderer shall be a legally established company. Documentation requirement • Norwegian companies: Company Registration Certificate or printout from the Register of Entities for non-registration obliged individual companies. • Foreign companies: Confirmation that the company is registered in a trade or business register as prescribed by the law of the country where the company is established. The confirmation can be delivered in writing or with reference to BRIS.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : 4.4 Technical and professional qualifications
Description : Qualification requirement: Tenderers must have the necessary technical and professional qualifications, including human and technical resources and experience, to fulfil the contract. Documentation requirement A description of a) the up to three most relevant cloud services deliveries and b) up to three most relevant deliveries with assembly that the tenderer has carried out in the last three years. Information on the contracts ́ value, date of delivery or execution and the name of the recipient shall be provided. Relevant assignments mean for a) deliveries that are comparable and for b) services that are comparable in content. Tenderers are themselves responsible for ensuring that the description is of such a nature that it documents that the requirement is met.
Use of this criterion : Used

5.1.11 Procurement documents

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
Tenderers may submit more than one tender : Allowed
Deadline for receipt of tenders : 02/05/2025 10:00 +00:00
Information about public opening :
Opening date : 02/05/2025 10:05 +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 : Oslo Tingrett

8. Organisations

8.1 ORG-0001

Official name : DEPARTEMENTENES DIGITALISERINGSORGANISASJON (DIO)
Registration number : 932931311
Postal address : Postboks 8112 Dep
Town : Oslo
Postcode : 0032
Country : Norway
Contact point : Morten Johan Ringøen
Telephone : +47 48023692
Internet address : https://www.dio.dep.no/
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Oslo Tingrett
Registration number : 926725939
Town : Oslo
Country : Norway
Telephone : 22035200
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : 73de0739-1756-435f-826b-7442bc802c74 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 27/03/2025 17:20 +00:00
Notice dispatch date (eSender) : 27/03/2025 19:01 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00204318-2025
OJ S issue number : 63/2025
Publication date : 31/03/2025