Consultancy services in information security and operational privacy

The Vy group's main goal is to create value for the owner and society, by ensuring efficient, accessible, safe and environmentally friendly transport of people and goods. The National Safety Authority defines goods and passenger transport as critical societal functions. This function is managed by Vy, as one of several …

CPV: 48000000 Softwarepaket und Informationssysteme, 72000000 IT-Dienste: Beratung, Software-Entwicklung, Internet und Hilfestellung, 72220000 Systemberatung und technische Beratung, 79000000 Dienstleistungen für Unternehmen: Recht, Marketing, Consulting, Einstellungen, Druck und Sicherheit, 79400000 Unternehmens- und Managementberatung und zugehörige Dienste, 79410000 Unternehmens- und Managementberatung, 79411100 Beratungsdienste im Bereich Wirtschaftsförderung
Frist:
24. Februar 2025 11:00
Art der Frist:
Angebotsabgabe
Ausführungsort:
Consultancy services in information security and operational privacy
Vergabestelle:
Vygruppen AS
Vergabenummer:
BPM000368

1. Buyer

1.1 Buyer

Official name : Vygruppen AS
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : General public services
Activity of the contracting entity : Railway services

2. Procedure

2.1 Procedure

Title : Consultancy services in information security and operational privacy
Description : The Vy group's main goal is to create value for the owner and society, by ensuring efficient, accessible, safe and environmentally friendly transport of people and goods. The National Safety Authority defines goods and passenger transport as critical societal functions. This function is managed by Vy, as one of several businesses in the sector and thus has a responsibility to maintain an adequate level of security. Digitization and increased investment in the utilization of IT in business-critical processes, legislation and a more demanding threat picture in general, we see a need to continue to have a group-wide agreement that gives us access to expertise and capacity within information security and operational work with privacy. Need coverage contributes to achievement by Vy getting access to the right expertise and experience within central tasks within information security and operational privacy. The acquisition is divided into two sub-areas: 1. Security testing and security audits, applicable for, among other things, infrastructure, applications and cloud services 2. Advisory services, within information security and operational privacy The providers can submit offers for one or both sub-areas. The client intends to enter into a framework agreement with one supplier per sub-area. A complete description of the delivery follows from the basis of the competition and the requirements specification in appendix 1
Procedure identifier : 1be00341-1d44-4959-8303-41e029999e7e
Internal identifier : BPM000368
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
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 ): 48000000 Software package and information systems
Additional classification ( cpv ): 72220000 Systems and technical consultancy services
Additional classification ( cpv ): 79000000 Business services: law, marketing, consulting, recruitment, printing and security
Additional classification ( cpv ): 79400000 Business and management consultancy and related services
Additional classification ( cpv ): 79410000 Business and management consultancy services

2.1.3 Value

Estimated value excluding VAT : 15 000 000 Norwegian krone

2.1.4 General information

Additional information : See the tender documentations for more information. Exemption from the obligation to use the environment as an award criterion at 30% Consultancy services are, by their nature, considered to have a negligible climate footprint and environmental impact, as the assessment elements included in typical procurements of this type generally either do not have a significant footprint or do not have sufficient connection to the delivery of the consultancy service. Therefore, the environment is not used as an award criterion in this procurement.
Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Bankruptcy : Grounds for rejection follow the regulations on public procurement in the utilities sector.

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Consultancy services in information security and operational privacy
Description : Security testing and security audits, relevant for, among other things, infrastructure, applications, and cloud services.
Internal identifier : BPM000368

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 ): 72220000 Systems and technical consultancy services
Additional classification ( cpv ): 79400000 Business and management consultancy and related services
Additional classification ( cpv ): 79410000 Business and management consultancy services
Options :
Description of the options : The agreement is for two years after signaturedate, and have option for addition 1 + 1 year

5.1.4 Renewal

Maximum renewals : 2
The buyer reserves the right for additional purchases from the contractor, as described here : The agreement is for two years after signaturedate, and have option for addition 1 + 1 year

5.1.6 General information

Description : NA
Reserved participation : Participation is not reserved.
The names and professional qualifications of the staff assigned to perform the contract must be given : Not required
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
Information about previous notices :
Identifier of the previous notice : 2e3e5273-b93a-407e-ae83-9d643d51f362-01
Additional information : N/A

5.1.9 Selection criteria

Criterion :
Type : Suitability to pursue the professional activity
Name : The supplier must have fulfilled its obligations regarding the payment of taxes and employer contributions. The supplier must be registered in a company register, professional register, or a trade register in the state where the supplier is established
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion :
Type : Economic and financial standing
Name : The supplier must have sufficient economic and financial capacity to be able to execute the contract.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion :
Type : Technical and professional ability
Name : The supplier must have a management system for information security and privacy. The supplier must have a comprehensive quality assurance system that forms the basis for the execution of the contract. The supplier must have experience from comparable deliveries.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Information about the second stage of a two-stage procedure :
The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.11 Procurement documents

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 03/03/2025
Terms of submission :
Electronic submission : Not allowed
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Not allowed
Description of the financial guarantee : N/A
Deadline for receipt of tenders : 24/02/2025 11:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : See the contact attached to the rfx. The chosen contract type is SSA-Framework agreement.
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes
Legal form that must be taken by a group of tenderers that is awarded a contract : N/A
Financial arrangement : Se avtaleutkast

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Justification for the duration of the framework agreement : The length of the agreement is set to 4 years in total, including options.
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Oslo Disctrict Court
Organisation providing additional information about the procurement procedure : Vygruppen AS

5.1 Lot technical ID : LOT-0002

Title : Consultancy services in information security and operational privacy
Description : The service includes the performance of risk analyses, operational information security, and operational privacy.
Internal identifier : BPM000368

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 ): 79400000 Business and management consultancy and related services
Additional classification ( cpv ): 79410000 Business and management consultancy services
Additional classification ( cpv ): 79411100 Business development consultancy services
Options :
Description of the options : The agreement lasts for 2 years from the signaturedate, with option for 1 + 1 year.

5.1.4 Renewal

Maximum renewals : 2
The buyer reserves the right for additional purchases from the contractor, as described here : The agreement lasts for 2 years from the signaturedate, with option for 1 + 1 year.

5.1.6 General information

Description : NA
Reserved participation : Participation is not reserved.
The names and professional qualifications of the staff assigned to perform the contract must be given : Not required
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
Information about previous notices :
Identifier of the previous notice : 2e3e5273-b93a-407e-ae83-9d643d51f362-01
Additional information : N/A

5.1.9 Selection criteria

Criterion :
Type : Suitability to pursue the professional activity
Name : The supplier must have fulfilled its obligations regarding the payment of taxes and employer contributions. The supplier must be registered in a company register, professional register, or a trade register in the state where the supplier is established
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion :
Type : Economic and financial standing
Name : The supplier must have sufficient economic and financial capacity to be able to execute the contract.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion :
Type : Technical and professional ability
Name : The supplier must have a management system for information security and privacy. The supplier must have a comprehensive quality assurance system that forms the basis for the execution of the contract. The supplier must have experience from comparable deliveries.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Information about the second stage of a two-stage procedure :
The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.11 Procurement documents

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 03/03/2025
Terms of submission :
Electronic submission : Not allowed
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Not allowed
Description of the financial guarantee : N/A
Deadline for receipt of tenders : 24/02/2025 11:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : See the contact attached to the rfx. The chosen contract type is SSA-Framework agreement.
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes
Legal form that must be taken by a group of tenderers that is awarded a contract : N/A
Financial arrangement : See the contract.

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Justification for the duration of the framework agreement : The length of the agreement is set to 4 years in total, including options.
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Oslo Disctrict Court
Organisation providing additional information about the procurement procedure : Vygruppen AS

8. Organisations

8.1 ORG-0001

Official name : Vygruppen AS
Registration number : 984661177
Postal address : Schweigaards gate 23
Town : Oslo
Postcode : 0191
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Gry Lund Andersen
Telephone : 98493273
Internet address : https://www.vy.no
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure

8.1 ORG-0004

Official name : Oslo Disctrict Court
Registration number : 926725939
Postal address : C.J. Hambros plass 4
Town : Oslo
Postcode : 0164
Country : Norway
Telephone : +4722035200
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : 2e3e5273-b93a-407e-ae83-9d643d51f362 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 23/01/2025 09:25 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00052831-2025
OJ S issue number : 17/2025
Publication date : 24/01/2025