Code Handling

The objective of the procurement is to procure a platform for software development and code based analysis. The platform must have functionality for easy publication of access controlled web applications and include functionality for controlling the installation of expansions/code libraries to R and Python. The need is threefold and can …

CPV: 48000000 Paquetes de software y sistemas de información, 48460000 Paquetes de software analítico, científico, matemático o predictivo, 48981000 Paquetes de software de compilación, 48982000 Paquetes de software de gestión de la configuración, 48983000 Paquetes de software de desarrollo, 72261000 Servicios de apoyo al software, 72266000 Servicios de consultoría en software
Plazo:
9 de mayo de 2025 a las 10:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
Code Handling
Organismo adjudicador:
Riksrevisjonen
Número de premio:
2024/00353

1. Buyer

1.1 Buyer

Official name : Riksrevisjonen
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Code Handling
Description : The objective of the procurement is to procure a platform for software development and code based analysis. The platform must have functionality for easy publication of access controlled web applications and include functionality for controlling the installation of expansions/code libraries to R and Python. The need is threefold and can be summarised as follows: • Efficient development of code in R and Python, including code-based data processing and analysis • Presentation of web applications, interactive reports and visualisations with authentication and access management • Better control with installation of expansions/code libraries to R and Python.
Procedure identifier : 8dca9bef-3870-4644-bbe9-680e447d90e2
Internal identifier : 2024/00353
Type of procedure : Open
The procedure is accelerated : no
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 ): 48460000 Analytical, scientific, mathematical or forecasting software package
Additional classification ( cpv ): 48981000 Compiling software packages
Additional classification ( cpv ): 48982000 Configuration management software package
Additional classification ( cpv ): 48983000 Development software package
Additional classification ( cpv ): 72261000 Software support services
Additional classification ( cpv ): 72266000 Software consultancy services

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 5 000 000 Norwegian krone
Maximum value of the framework agreement : 5 000 000 Norwegian krone

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 : 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?
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 : Code Handling
Description : The objective of the procurement is to procure a platform for software development and code based analysis. The platform must have functionality for easy publication of access controlled web applications and include functionality for controlling the installation of expansions/code libraries to R and Python. The need is threefold and can be summarised as follows: • Efficient development of code in R and Python, including code-based data processing and analysis • Presentation of web applications, interactive reports and visualisations with authentication and access management • Better control with installation of expansions/code libraries to R and Python.
Internal identifier : 2024/00353

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48460000 Analytical, scientific, mathematical or forecasting software package
Additional classification ( cpv ): 48981000 Compiling software packages
Additional classification ( cpv ): 48982000 Configuration management software package
Additional classification ( cpv ): 48983000 Development software package
Additional classification ( cpv ): 72261000 Software support services
Additional classification ( cpv ): 72266000 Software consultancy services
Options :
Description of the options : Integrated tool for AI-assisted power-outs.

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 3 Year

5.1.4 Renewal

Maximum renewals : 1

5.1.5 Value

Estimated value excluding VAT : 5 000 000 Norwegian krone
Maximum value of the framework agreement : 5 000 000 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
This procurement is also suitable for small and medium-sized enterprises (SMEs)

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Requirements of the tenderer ́s economic and financial capacity.
Description : Requirement: Tenderers shall have sufficient economic and financial capacity to fulfil the contract. Documentation requirement: • A credit rating based on the most recent financial figures. The rating shall be carried out by a credit rating company with licence to conduct this service. • The contracting authority reserves the right to obtain further credit ratings or other financial information that, but not limited to, annual accounts including notes, the board's annual reports and auditor's reports.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : The tenderer ́s registration, authorisations, etc.
Description : Tenderers shall be registered in a company register, professional register or registered in a commerce register in the country where the tenderer is established. Documentation requirement: • Norwegian companies: Company Registration Certificate • Foreign companies: Proof that the company is registered in a company register, professional register or a commerce register in the country where the tenderer is established.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Requirements regarding the tenderer ́s technical and professional qualifications.
Description : Tenderers shall have experience from relevant contracts. Documentation requirement: • Description of the tenderer ́s up to 3 most relevant assignments in the course of the last 3 years. The description must include a statement of the contract ́s value, date and recipient (name, telephone number and e-mail address). It is the tenderer ́s responsibility to document relevance through the description. Tenderers can document their experience by referring to competence of the personnel he has at his disposal and can use this assignment, even if the experience has been worked up while the personnel have served another service provider. The tenderer shall use Annex 1: Template for references to document technical and professional qualifications that are submitted simultaneously with tenders.
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Cost
Name : Cost
Description : The total price for all costs including licences and maintenance (4 years) for software stated in SSA-K annex 1 and an hourly withdrawal of 60 hours divided with 20 hours for each consultant category, based on the hourly rates described in the SSA-R annex 5. Emphasis is put on the fact that hours are estimates for evaluation purposes.
Weight (percentage, exact) : 25
Criterion :
Type : Quality
Name : Quality
Description : Fulfilment of requirements in the requirement specification labelled 'E' requirements.
Weight (percentage, exact) : 75
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 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
Variants : Not allowed
Tenderers may submit more than one tender : Allowed
Deadline for receipt of tenders : 09/05/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 09/05/2025 11:05 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : no
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : no

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 1
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 : Riksrevisjonen
Registration number : 974760843
Postal address : Storgata 16
Town : OSLO
Postcode : 0184
Country : Norway
Contact point : Øystein Karlsen
Telephone : +47 99999999
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Oslo tingrett
Registration number : 926 725 939
Postal address : C.J.Hambros plass 4,
Town : oslo
Postcode : 0164
Country : Norway
Telephone : +47 22035200
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : 27c99b72-5f2e-4675-8281-37c82f701c45 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 31/03/2025 10:00 +00:00
Notice dispatch date (eSender) : 31/03/2025 10:00 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00207418-2025
OJ S issue number : 64/2025
Publication date : 01/04/2025