Ausschreibung: Norwegen Softwarepaket und Informationssysteme Code Handling - NOR-OSLO Softwarepaket und Informationssysteme Softwarepaket für Analyse-, Wissenschafts-, Mathematik- oder Prognosezwecke Kompilierungssoftwarepakete Konfigurationsverwaltungssoftwarepaket Entwicklungssoftwarepaket Software-Unterstützung Software-Beratung Dokument Nr...: 207418-2025 (ID: 2025040101272322237) Veröffentlicht: 01.04.2025 * NOR-OSLO: Norwegen Softwarepaket und Informationssysteme Code Handling 2025/S 64/2025 207418 Norwegen Softwarepaket und Informationssysteme Code Handling OJ S 64/2025 01/04/2025 Auftrags- oder Konzessionsbekanntmachung Standardregelung Lieferungen 1. Beschaffer 1.1. Beschaffer Offizielle Bezeichnung: Riksrevisjonen E-Mail: OKAR@RIKSREVISJONEN.NO Rechtsform des Erwerbers: Öffentliches Unternehmen Tätigkeit des öffentlichen Auftraggebers: Allgemeine öffentliche Verwaltung 2. Verfahren 2.1. Verfahren Titel: Code Handling Beschreibung: 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. Kennung des Verfahrens: 8dca9bef-3870-4644-bbe9-680e447d90e2 Interne Kennung: 2024/00353 Verfahrensart: Offenes Verfahren Das Verfahren wird beschleunigt: nein 2.1.1. Zweck Art des Auftrags: Lieferungen Haupteinstufung (cpv): 48000000 Softwarepaket und Informationssysteme Zusätzliche Einstufung (cpv): 48460000 Softwarepaket für Analyse-, Wissenschafts-, Mathematik- oder Prognosezwecke, 48981000 Kompilierungssoftwarepakete, 48982000 Konfigurationsverwaltungssoftwarepaket, 48983000 Entwicklungssoftwarepaket, 72261000 Software-Unterstützung, 72266000 Software-Beratung 2.1.2. Erfüllungsort Land: Norwegen Ort im betreffenden Land 2.1.3. Wert Geschätzter Wert ohne MwSt.: 5 000 000,00 NOK Höchstwert der Rahmenvereinbarung: 5 000 000,00 NOK 2.1.4. Allgemeine Informationen Rechtsgrundlage: Richtlinie 2014/24/EU 2.1.6. Ausschlussgründe Der Zahlungsunfähigkeit vergleichbare Lage gemäß nationaler Rechtsvorschriften: 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. Konkurs: 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. Korruption: 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. Vergleichsverfahren: 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. Beteiligung an einer kriminellen Vereinigung: 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) Vereinbarungen mit anderen Wirtschaftsteilnehmern zur Verzerrung des Wettbewerbs: Has the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition? Verstoß gegen umweltrechtliche Verpflichtungen: 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. Geldwäsche oder Terrorismusfinanzierung: 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). Betrugsbekämpfung: 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). Kinderarbeit und andere Formen des Menschenhandels: 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). Zahlungsunfähigkeit: 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. Verstoß gegen arbeitsrechtliche Verpflichtungen: 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. Verwaltung der Vermögenswerte durch einen Insolvenzverwalter: 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. Falsche Angaben, verweigerte Informationen, die nicht in der Lage sind, die erforderlichen Unterlagen vorzulegen, und haben vertrauliche Informationen über dieses Verfahren erhalten.: 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? Interessenkonflikt aufgrund seiner Teilnahme an dem Vergabeverfahren: Are tenderers aware of a conflict of interest as stated in national law, the relevant notice or procurement documents? Direkte oder indirekte Beteiligung an der Vorbereitung des Vergabeverfahrens: 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? Schwere Verfehlung im Rahmen der beruflichen Tätigkeit: Has the tenderer committed serious errors in professional practice? If relevant, see the definitions in national law, the relevant notice or procurement documents. Vorzeitige Beendigung, Schadensersatz oder andere vergleichbare Sanktionen: 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? Verstoß gegen sozialrechtliche Verpflichtungen: 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. Zahlung der Sozialversicherungsbeiträge: 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? Einstellung der gewerblichen Tätigkeit: 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. Entrichtung von Steuern: 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? Terroristische Straftaten oder Straftaten im Zusammenhang mit terroristischen Aktivitäten: 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. Los 5.1. Los: LOT-0000 Titel: Code Handling Beschreibung: 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. Interne Kennung: 2024/00353 5.1.1. Zweck Art des Auftrags: Lieferungen Haupteinstufung (cpv): 48000000 Softwarepaket und Informationssysteme Zusätzliche Einstufung (cpv): 48460000 Softwarepaket für Analyse-, Wissenschafts-, Mathematik- oder Prognosezwecke, 48981000 Kompilierungssoftwarepakete, 48982000 Konfigurationsverwaltungssoftwarepaket, 48983000 Entwicklungssoftwarepaket, 72261000 Software-Unterstützung, 72266000 Software-Beratung Optionen: Beschreibung der Optionen: Integrated tool for AI-assisted power-outs. 5.1.2. Erfüllungsort Land: Norwegen Ort im betreffenden Land 5.1.3. Geschätzte Dauer Laufzeit: 3 Jahre 5.1.4. Verlängerung Maximale Verlängerungen: 1 5.1.5. Wert Geschätzter Wert ohne MwSt.: 5 000 000,00 NOK Höchstwert der Rahmenvereinbarung: 5 000 000,00 NOK 5.1.6. Allgemeine Informationen Vorbehaltene Teilnahme: Teilnahme ist nicht vorbehalten. Auftragsvergabeprojekt nicht aus EU-Mitteln finanziert Die Beschaffung fällt unter das Übereinkommen über das öffentliche Beschaffungswesen: ja Diese Auftragsvergabe ist auch für kleine und mittlere Unternehmen (KMU) geeignet: ja 5.1.9. Eignungskriterien Kriterium: Art: Wirtschaftliche und finanzielle Leistungsfähigkeit Bezeichnung: Requirements of the tenderer s economic and financial capacity. Beschreibung: 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. Anwendung dieses Kriteriums: Verwendet Kriterium: Art: Eignung zur Berufsausübung Bezeichnung: The tenderer s registration, authorisations, etc. Beschreibung: 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. Anwendung dieses Kriteriums: Verwendet Kriterium: Art: Technische und berufliche Leistungsfähigkeit Bezeichnung: Requirements regarding the tenderer s technical and professional qualifications. Beschreibung: 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. Anwendung dieses Kriteriums: Verwendet 5.1.10. Zuschlagskriterien Kriterium: Art: Kosten Bezeichnung: Cost Beschreibung: 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. Kategorie des Gewicht-Zuschlagskriteriums: Gewichtung (Prozentanteil, genau) Zuschlagskriterium Zahl: 25 Kriterium: Art: Qualität Bezeichnung: Quality Beschreibung: Fulfilment of requirements in the requirement specification labelled E requirements. Kategorie des Gewicht-Zuschlagskriteriums: Gewichtung (Prozentanteil, genau) Zuschlagskriterium Zahl: 75 5.1.11. Auftragsunterlagen Internetadresse der Auftragsunterlagen: https://eu.eu-supply.com/app/rfq/rwlentrance_s.asp? PID=427167&B= 5.1.12. Bedingungen für die Auftragsvergabe Bedingungen für die Einreichung: Elektronische Einreichung: Erforderlich Adresse für die Einreichung: https://eu.eu-supply.com/app/rfq/rwlentrance_s.asp? PID=427167&B= Sprachen, in denen Angebote oder Teilnahmeanträge eingereicht werden können: Norwegisch Elektronischer Katalog: Nicht zulässig Varianten: Nicht zulässig Die Bieter können mehrere Angebote einreichen: Zulässig Frist für den Eingang der Angebote: 09/05/2025 10:00:00 (UTC) Frist, bis zu der das Angebot gültig sein muss: 3 Monate Informationen über die öffentliche Angebotsöffnung: Eröffnungsdatum: 09/05/2025 11:05:00 (UTC) Auftragsbedingungen: Die Auftragsausführung muss im Rahmen von Programmen für geschützte Beschäftigungsverhältnisse erfolgen: Nein Es ist eine Geheimhaltungsvereinbarung erforderlich: nein Elektronische Rechnungsstellung: Erforderlich Aufträge werden elektronisch erteilt: ja Zahlungen werden elektronisch geleistet: nein 5.1.15. Techniken Rahmenvereinbarung: Rahmenvereinbarung ohne erneuten Aufruf zum Wettbewerb Höchstzahl der teilnehmenden Personen: 1 Informationen über das dynamische Beschaffungssystem: Kein dynamisches Beschaffungssystem Elektronische Auktion: nein 5.1.16. Weitere Informationen, Schlichtung und Nachprüfung Überprüfungsstelle: Oslo tingrett 8. Organisationen 8.1. ORG-0001 Offizielle Bezeichnung: Riksrevisjonen Registrierungsnummer: 974760843 Postanschrift: Storgata 16 Stadt: OSLO Postleitzahl: 0184 Land: Norwegen Kontaktperson: Øystein Karlsen E-Mail: OKAR@RIKSREVISJONEN.NO Telefon: +47 99999999 Internetadresse: https://www.riksrevisjonen.no/ Profil des Erwerbers: https://eu.eu-supply.com/ctm/company/companyinformation/index /338830 Rollen dieser Organisation: Beschaffer 8.1. ORG-0002 Offizielle Bezeichnung: Oslo tingrett Registrierungsnummer: 926 725 939 Postanschrift: C.J.Hambros plass 4, Stadt: oslo Postleitzahl: 0164 Land: Norwegen E-Mail: oslo.tingrett@domstol.no Telefon: +47 22035200 Rollen dieser Organisation: Überprüfungsstelle Informationen zur Bekanntmachung Kennung/Fassung der Bekanntmachung: 27c99b72-5f2e-4675-8281-37c82f701c45 - 01 Formulartyp: Wettbewerb Art der Bekanntmachung: Auftrags- oder Konzessionsbekanntmachung Standardregelung Unterart der Bekanntmachung: 16 Datum der Übermittlung der Bekanntmachung: 31/03/2025 10:00:58 (UTC) Bekanntmachung eSender-Übermittlungsdatum: 31/03/2025 10:00:58 (UTC) Sprachen, in denen diese Bekanntmachung offiziell verfügbar ist: Englisch ABl. S Nummer der Ausgabe: 64/2025 Datum der Veröffentlichung: 01/04/2025 Referenzen: https://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=427167&B= https://eu.eu-supply.com/ctm/company/companyinformation/index/338830 https://www.riksrevisjonen.no/ http://icc-hofmann.net/NewsTicker/202504/ausschreibung-207418-2025-NOR.txt -------------------------------------------------------------------------------- Database Operation & Alert Service (icc-hofmann) for: The Office for Official Publications of the European Communities The Federal Office of Foreign Trade Information Phone: +49 6082-910101, Fax: +49 6082-910200, URL: http://www.icc-hofmann.de