20240080 Property Information

The Norwegian Tax Administration would like to enter into a contract for obtaining property information. Several divisions within the agency require property information, including, among other things, the Division User Dialogue, Information Management, Effort, Information Management and Collection. As the departments use property information in different ways, the tenderer must …

CPV: 72000000 IT-Dienste: Beratung, Software-Entwicklung, Internet und Hilfestellung, 72200000 Softwareprogrammierung und -beratung, 72260000 Dienstleistungen in Verbindung mit Software, 72300000 Datendienste, 72420000 Internet-Entwicklung
Ausführungsort:
20240080 Property Information
Vergabestelle:
Skatteetaten
Vergabenummer:
2024/3495

1. Buyer

1.1 Buyer

Official name : Skatteetaten
Legal type of the buyer : Public undertaking, controlled by a central government authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : 20240080 Property Information
Description : The Norwegian Tax Administration would like to enter into a contract for obtaining property information. Several divisions within the agency require property information, including, among other things, the Division User Dialogue, Information Management, Effort, Information Management and Collection. As the departments use property information in different ways, the tenderer must be able to provide a comprehensive and broad range of information. The need is two parts: • a web system where case officers in the Norwegian Tax Administration can find property information. • An API system that shall only deliver property valuations to a new trade system that is developed by the Norwegian Tax Administration. The trade system, for which the tenderer will provide a valuation through the API system, shall be used by executive officers in the Tax Administration and the Police, c/o general bailiffs. The Norwegian Tax Administration is the system administrator for the trade system.
Procedure identifier : 62e94f7e-df18-4dcb-b71e-2fd168ce0efe
Internal identifier : 2024/3495
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 :

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 ): 72200000 Software programming and consultancy services
Additional classification ( cpv ): 72260000 Software-related services
Additional classification ( cpv ): 72300000 Data services
Additional classification ( cpv ): 72420000 Internet development 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

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 : Has the tenderer: a) given grossly incorrect information with the notification of the information required to verify that there is no basis for rejection, or of the qualification requirements being fulfilled, b) failed to provide such information, c) made reservations immediately to present the supporting documents requested by the contracting authority, or d) improperly affected 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?
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 : 20240080 Property Information
Description : The Norwegian Tax Administration would like to enter into a contract for obtaining property information. Several divisions within the agency require property information, including, among other things, the Division User Dialogue, Information Management, Effort, Information Management and Collection. As the departments use property information in different ways, the tenderer must be able to provide a comprehensive and broad range of information. The need is two parts: • a web system where case officers in the Norwegian Tax Administration can find property information. • An API system that shall only deliver property valuations to a new trade system that is developed by the Norwegian Tax Administration. The trade system, for which the tenderer will provide a valuation through the API system, shall be used by executive officers in the Tax Administration and the Police, c/o general bailiffs. The Norwegian Tax Administration is the system administrator for the trade system.
Internal identifier : 2024/3495

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 ): 72200000 Software programming and consultancy services
Additional classification ( cpv ): 72260000 Software-related services
Additional classification ( cpv ): 72300000 Data services
Additional classification ( cpv ): 72420000 Internet development services

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 02/06/2025
Duration end date : 01/06/2028

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 : The tenderer ́s economic and financial capacity, cf. the Public Procurement Regulations § 16 3 and § 16-4.
Description : Tenderers shall have sufficient financial capacity to fulfil the contractual obligations. A minimum of positive equity ratio and credit rating are required to be credit worthy or equivalent. Documentation requirement: Credit rating from a certified credit institution The assessment shall be based on the last known fiscal figures with an indication of how the credit rating has evolved during the past three years. Key figures for liquidity, equity ratio and debt ratio must be shown in the credit rating. If needed, the Norwegian Tax Administration can demand that the tenderer delivers further documentation of fulfilment of the above mentioned qualification requirements.
Use of this criterion : Used
Criterion :
Type : Other
Name : The tenderer fulfils the stated qualification requirements:
Description : All the necessary selection criteria specified in the notice or in the procurement documents mentioned in the notice are fulfilled.
Use of this criterion : Used
Criterion :
Type : Other
Name : This fulfils the objective and non-discriminatory criteria or rules that shall be used to select the number of tenderers in the following way: If certain certificates or other forms of documentation are requested, indicate for each individual whether the tenderer is in possession of the requested documents:
Description : If any of these certificates or other forms of documentation are available in electronic form, the certificates are to be provided for each:
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Tax certificate cf. the Public Procurement Regulations § 7-2
Description : Tenderers must have fulfilled their obligations with respect to the payment of taxes, payroll tax and VAT. Documentation requirement: Certificate for paid Tax and duties. The certificate can be ordered and downloaded from Altinn. http://www.skatteetaten.no/skatteattest/ The certificate must not be older than 6 months calculated from the deadline for receipt of tenders. Any arrears and other notes must be explained.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : The tenderer ́s technical and professional qualifications, cf. the Public Procurement Regulations § 16-5 and § 16-6.
Description : The tenderer shall have good experience from similar deliveries. Similar deliveries means: - Delivery of information on market based valuation and information on properties (residence, holiday property and business) in the Norwegian market. - Experience with the provision of the service against banks and estate agents. - Experience with provided by the service to the Norwegian market, which is in approx. 100 employees. - Experience within the real estate market. Documentation requirement: Overview of the most important deliveries or services performed during the last three years, including information on the value, date and name of the contracting authority and a brief description of the assignment.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Selection Criteria
Description : The selection of qualified tenderers will be based on the qualification requirement Technical and professional qualifications - experience from similar deliveries. When assessing experience from similar deliveries, the contracting authority will particularly emphasise: - how comparable is the delivery of information on market-based valuations and information on properties (residences, holiday properties and businesses) in the Norwegian market that the Norwegian Tax Administration needs. - how comparable is experience with the provision of the service against banks and estate agents for the service the Norwegian Tax Administration needs - where comparable is experience with the service provided to the Norwegian market, which is in the range of more than 100 employees. - where comparable is experience in the real estate market. Tenderers who document the best and most relevant experience will be given ten points. The other qualified tenderers ́ points attainment will be determined judgementally in relation to the best tenderer. The three to five qualified tenderers with the highest number of points will be invited to participate in the competition.
Use of this criterion : Used

5.1.11 Procurement documents

Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=43876

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 : Allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 28/02/2025 09:00 +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 : yes
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 : Skatteetaten
Registration number : 974761076
Department : Anskaffelser
Postal address : Fredrik Selmers vei 4
Town : Oslo
Postcode : 0663
Country : Norway
Contact point : Liesl Hagelberg
Telephone : +47 80080000
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Oslo tingrett
Registration number : 926 725 939
Postal address : Postboks 2106 Vika
Town : Oslo
Postcode : 0125
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : 22 03 52 00
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : d6245a1a-2c89-43c5-a0d5-270d9634cc84 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 27/01/2025 12:45 +00:00
Notice dispatch date (eSender) : 27/01/2025 12:59 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00057448-2025
OJ S issue number : 19/2025
Publication date : 28/01/2025