Information Security

Norsk Tipping shall enter into a framework agreement with up to 4 tenderers for information security. 1: Strategic consulting cyber security 2: Security testing 3: Cyber security exercises 4: Security competence, security audits and consultancy ISO27001, 27017, OWASP etc. Norsk Tipping is certified in accordance with ISO 27001 and WLA …

CPV: 72000000 Servicios TI: consultoría, desarrollo de software, Internet y apoyo, 72220000 Servicios de consultoría en sistemas y consultoría técnica, 73220000 Servicios de consultoría en desarrollo, 79000000 Servicios a empresas: legislación, mercadotecnia, asesoría, selección de personal, imprenta y seguridad, 79410000 Servicios de consultoría comercial y en gestión
Plazo:
21 de mayo de 2025 a las 10:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
Information Security
Organismo adjudicador:
Norsk Tipping AS
Número de premio:
NT-25-0100

1. Buyer

1.1 Buyer

Official name : Norsk Tipping AS
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Information Security
Description : Norsk Tipping shall enter into a framework agreement with up to 4 tenderers for information security. 1: Strategic consulting cyber security 2: Security testing 3: Cyber security exercises 4: Security competence, security audits and consultancy ISO27001, 27017, OWASP etc. Norsk Tipping is certified in accordance with ISO 27001 and WLA SCS, and requires consultancy services that ensure that the company complies with these standards and ensures stable and secure operation of our IT services.
Procedure identifier : 4c36e55f-57c6-4c89-bcc0-b2cd779a54c0
Internal identifier : NT-25-0100
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 : 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 ): 73220000 Development consultancy services
Additional classification ( cpv ): 79000000 Business services: law, marketing, consulting, recruitment, printing and security
Additional classification ( cpv ): 79410000 Business and management consultancy services

2.1.2 Place of performance

Town : Hamar
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway

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-0001

Title : Tender documentation
Description : The aim of this procurement is to enter into a consultancy agreement with one or several tenderers within information security.
Internal identifier : 1655232

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 ): 73220000 Development consultancy services
Additional classification ( cpv ): 79000000 Business services: law, marketing, consulting, recruitment, printing and security
Additional classification ( cpv ): 79410000 Business and management consultancy services

5.1.2 Place of performance

Town : Hamar
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 01/07/2025
Duration end date : 30/06/2028

5.1.4 Renewal

Maximum renewals : 1
The buyer reserves the right for additional purchases from the contractor, as described here : Up to one year

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 : Annual accounts and credit rating (rating).
Description : Requirement: Tenderers shall have satisfactory finances. • Documentation requirement: Income statement and balance with notes, as well as annual reports and auditor ́s report for the last year. In addition a cash flow statement is required for the companies that are obliged to set this up. • Credit evaluation/rating, not older than 6 months from the tender deadline. • If it is more than 6 months since the balance sheet for the last annual accounts, the sub-year accounts must be enclosed. • Any other information of relevance to the company's fiscal figures. • If a tenderer, for a justifiable reason, cannot present the documentation that Norsk Tipping has requested, he can prove his economic and financial style with any other document that the contracting authority can accept. If the tenderer has such a justifiable reason, he may contact Norsk Tipping in writing in order to clarify which other documentation is acceptable.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register or company register.
Description : Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex. Requirement: The tenderer shall be a legally established company. Foreign companies: Proof that the company is registered in a trade or business register as prescribed by the law of the country where the tenderer is established.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Information Security System
Description : Sub-area 1 - Strategic consulting cyber security Requirement: • Tenderers shall have a satisfactory and well-functioning management system for information security. The information security system must cover all processes that are relevant for this contract and be compliant with ISO 27001 or equivalent standard. Relevant processes are in this context defined as i.a. the purpose and need of the sub area, see annex 1 chapter 2. Documentation requirement: • To document this, a description shall be enclosed of the tenderer's management system for information security (policy, procedures and guidelines), possibly enclose an ISO 27001 certificate. Lot 2 - Security testing No qualification requirements for a management system for information security. Sub-area 3 - Cyber security exercises Requirement: • Tenderers shall have a satisfactory and well-functioning management system for information security. The information security system must cover all processes that are relevant for this contract and be compliant with ISO 27001 or equivalent standard. Relevant processes are in this context defined as i.a. the purpose and need of the sub area, see annex 1 chapter 2. Documentation requirement : • To document this, a description shall be enclosed of the tenderer's management system for information security (policy, procedures and guidelines), possibly enclose an ISO 27001 certificate Sub-area 4 - Security competence, consultancy and security audits Requirement: • The tenderer shall have a satisfactory and well-functioning system for information security, as well as be certified in accordance with ISO 27001. The information security system must cover all processes that are relevant for this contract. Relevant processes are in this context defined as i.a. the purpose and need of the sub area, see annex 1 chapter 2. Documentation requirement: • To document this, enclose a valid ISO 27001 certificate.
Use of this criterion : Used

5.1.11 Procurement documents

Deadline for requesting additional information : 11/05/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=55209

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
Deadline for receipt of tenders : 21/05/2025 10:00 +00:00
Deadline until which the tender must remain valid : 101 Day
Information about public opening :
Opening date : 21/05/2025 10:01 +00:00
Place : Hamar
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 :
Framework agreement, without reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Østre Innlandet tingrett

5.1 Lot technical ID : LOT-0002

Title : SUB AREA 1
Description : The aim of the agreement is to continually assist the company with strategic competence, consultancy, including assisting Norsk Tipping's Board of Directors, Security Committee and Security Environment etc. Norsk Tipping would like to enter into a contract for strategic consultancy in the areas of management and control with information security, cyber security, threat assessments, strengthening the company's management system for information security etc.
Internal identifier : 1690052

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 ): 73220000 Development consultancy services
Additional classification ( cpv ): 79000000 Business services: law, marketing, consulting, recruitment, printing and security
Additional classification ( cpv ): 79410000 Business and management consultancy services

5.1.2 Place of performance

Town : Hamar
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 01/07/2025
Duration end date : 30/06/2028

5.1.4 Renewal

Maximum renewals : 1
The buyer reserves the right for additional purchases from the contractor, as described here : Up to one year

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 : Annual accounts and credit rating (rating).
Description : Requirement: Tenderers shall have satisfactory finances. • Documentation requirement: Income statement and balance with notes, as well as annual reports and auditor ́s report for the last year. In addition a cash flow statement is required for the companies that are obliged to set this up. • Credit evaluation/rating, not older than 6 months from the tender deadline. • If it is more than 6 months since the balance sheet for the last annual accounts, the sub-year accounts must be enclosed. • Any other information of relevance to the company's fiscal figures. • If a tenderer, for a justifiable reason, cannot present the documentation that Norsk Tipping has requested, he can prove his economic and financial style with any other document that the contracting authority can accept. If the tenderer has such a justifiable reason, he may contact Norsk Tipping in writing in order to clarify which other documentation is acceptable.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register or company register.
Description : Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex. Requirement: The tenderer shall be a legally established company. Foreign companies: Proof that the company is registered in a trade or business register as prescribed by the law of the country where the tenderer is established.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Information Security System
Description : Sub-area 1 - Strategic consulting cyber security Requirement: • Tenderers shall have a satisfactory and well-functioning management system for information security. The information security system must cover all processes that are relevant for this contract and be compliant with ISO 27001 or equivalent standard. Relevant processes are in this context defined as i.a. the purpose and need of the sub area, see annex 1 chapter 2. Documentation requirement: • To document this, a description shall be enclosed of the tenderer's management system for information security (policy, procedures and guidelines), possibly enclose an ISO 27001 certificate. Lot 2 - Security testing No qualification requirements for a management system for information security. Sub-area 3 - Cyber security exercises Requirement: • Tenderers shall have a satisfactory and well-functioning management system for information security. The information security system must cover all processes that are relevant for this contract and be compliant with ISO 27001 or equivalent standard. Relevant processes are in this context defined as i.a. the purpose and need of the sub area, see annex 1 chapter 2. Documentation requirement : • To document this, a description shall be enclosed of the tenderer's management system for information security (policy, procedures and guidelines), possibly enclose an ISO 27001 certificate Sub-area 4 - Security competence, consultancy and security audits Requirement: • The tenderer shall have a satisfactory and well-functioning system for information security, as well as be certified in accordance with ISO 27001. The information security system must cover all processes that are relevant for this contract. Relevant processes are in this context defined as i.a. the purpose and need of the sub area, see annex 1 chapter 2. Documentation requirement: • To document this, enclose a valid ISO 27001 certificate.
Use of this criterion : Used

5.1.11 Procurement documents

Deadline for requesting additional information : 11/05/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=55209

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
Deadline for receipt of tenders : 21/05/2025 10:00 +00:00
Deadline until which the tender must remain valid : 101 Day
Information about public opening :
Opening date : 21/05/2025 10:01 +00:00
Place : Hamar
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 :
Framework agreement, without reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Østre Innlandet tingrett

5.1 Lot technical ID : LOT-0003

Title : SUB AREA 2
Description : The aim of the procurement is to cover Norsk Tipping ́s need for testing within main security. This area includes general testing of defence systems, but also testing quality, resilience and robustness of both the existing and new codes, systems and equipment. Norsk Tipping emphasises the entire KIT triad and would like, through testing, to gain knowledge of the condition and what measures must be taken to increase the safety of the test object and the system included in this object.
Internal identifier : 1690053

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 ): 73220000 Development consultancy services
Additional classification ( cpv ): 79000000 Business services: law, marketing, consulting, recruitment, printing and security
Additional classification ( cpv ): 79410000 Business and management consultancy services

5.1.2 Place of performance

Town : Hamar
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Additional information :

5.1.2 Place of performance

Town : Hamar
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 01/07/2025
Duration end date : 30/06/2028

5.1.4 Renewal

Maximum renewals : 1
The buyer reserves the right for additional purchases from the contractor, as described here : Up to one year

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 : Annual accounts and credit rating (rating).
Description : Requirement: Tenderers shall have satisfactory finances. • Documentation requirement: Income statement and balance with notes, as well as annual reports and auditor ́s report for the last year. In addition a cash flow statement is required for the companies that are obliged to set this up. • Credit evaluation/rating, not older than 6 months from the tender deadline. • If it is more than 6 months since the balance sheet for the last annual accounts, the sub-year accounts must be enclosed. • Any other information of relevance to the company's fiscal figures. • If a tenderer, for a justifiable reason, cannot present the documentation that Norsk Tipping has requested, he can prove his economic and financial style with any other document that the contracting authority can accept. If the tenderer has such a justifiable reason, he may contact Norsk Tipping in writing in order to clarify which other documentation is acceptable.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register or company register.
Description : Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex. Requirement: The tenderer shall be a legally established company. Foreign companies: Proof that the company is registered in a trade or business register as prescribed by the law of the country where the tenderer is established.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Information Security System
Description : Sub-area 1 - Strategic consulting cyber security Requirement: • Tenderers shall have a satisfactory and well-functioning management system for information security. The information security system must cover all processes that are relevant for this contract and be compliant with ISO 27001 or equivalent standard. Relevant processes are in this context defined as i.a. the purpose and need of the sub area, see annex 1 chapter 2. Documentation requirement: • To document this, a description shall be enclosed of the tenderer's management system for information security (policy, procedures and guidelines), possibly enclose an ISO 27001 certificate. Lot 2 - Security testing No qualification requirements for a management system for information security. Sub-area 3 - Cyber security exercises Requirement: • Tenderers shall have a satisfactory and well-functioning management system for information security. The information security system must cover all processes that are relevant for this contract and be compliant with ISO 27001 or equivalent standard. Relevant processes are in this context defined as i.a. the purpose and need of the sub area, see annex 1 chapter 2. Documentation requirement : • To document this, a description shall be enclosed of the tenderer's management system for information security (policy, procedures and guidelines), possibly enclose an ISO 27001 certificate Sub-area 4 - Security competence, consultancy and security audits Requirement: • The tenderer shall have a satisfactory and well-functioning system for information security, as well as be certified in accordance with ISO 27001. The information security system must cover all processes that are relevant for this contract. Relevant processes are in this context defined as i.a. the purpose and need of the sub area, see annex 1 chapter 2. Documentation requirement: • To document this, enclose a valid ISO 27001 certificate.
Use of this criterion : Used

5.1.11 Procurement documents

Deadline for requesting additional information : 11/05/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=55209

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
Deadline for receipt of tenders : 21/05/2025 10:00 +00:00
Deadline until which the tender must remain valid : 101 Day
Information about public opening :
Opening date : 21/05/2025 10:01 +00:00
Place : Hamar
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 :
Framework agreement, without reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Østre Innlandet tingrett

5.1 Lot technical ID : LOT-0004

Title : SUB AREA 3
Description : The aim of the contract is to see to the company ́s need for training, training and competence of Norsk Tipping ́s employees within information security. The aim of this is to increase the company's competence in the area and safeguard the relevant ISO 27001 requirements that are imposed on the company through its certification.
Internal identifier : 1690054

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 ): 73220000 Development consultancy services
Additional classification ( cpv ): 79000000 Business services: law, marketing, consulting, recruitment, printing and security
Additional classification ( cpv ): 79410000 Business and management consultancy services

5.1.2 Place of performance

Town : Hamar
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 01/07/2025
Duration end date : 30/06/2028

5.1.4 Renewal

Maximum renewals : 1
The buyer reserves the right for additional purchases from the contractor, as described here : Up to one year

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 : Annual accounts and credit rating (rating).
Description : Requirement: Tenderers shall have satisfactory finances. • Documentation requirement: Income statement and balance with notes, as well as annual reports and auditor ́s report for the last year. In addition a cash flow statement is required for the companies that are obliged to set this up. • Credit evaluation/rating, not older than 6 months from the tender deadline. • If it is more than 6 months since the balance sheet for the last annual accounts, the sub-year accounts must be enclosed. • Any other information of relevance to the company's fiscal figures. • If a tenderer, for a justifiable reason, cannot present the documentation that Norsk Tipping has requested, he can prove his economic and financial style with any other document that the contracting authority can accept. If the tenderer has such a justifiable reason, he may contact Norsk Tipping in writing in order to clarify which other documentation is acceptable.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register or company register.
Description : Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex. Requirement: The tenderer shall be a legally established company. Foreign companies: Proof that the company is registered in a trade or business register as prescribed by the law of the country where the tenderer is established.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Information Security System
Description : Sub-area 1 - Strategic consulting cyber security Requirement: • Tenderers shall have a satisfactory and well-functioning management system for information security. The information security system must cover all processes that are relevant for this contract and be compliant with ISO 27001 or equivalent standard. Relevant processes are in this context defined as i.a. the purpose and need of the sub area, see annex 1 chapter 2. Documentation requirement: • To document this, a description shall be enclosed of the tenderer's management system for information security (policy, procedures and guidelines), possibly enclose an ISO 27001 certificate. Lot 2 - Security testing No qualification requirements for a management system for information security. Sub-area 3 - Cyber security exercises Requirement: • Tenderers shall have a satisfactory and well-functioning management system for information security. The information security system must cover all processes that are relevant for this contract and be compliant with ISO 27001 or equivalent standard. Relevant processes are in this context defined as i.a. the purpose and need of the sub area, see annex 1 chapter 2. Documentation requirement : • To document this, a description shall be enclosed of the tenderer's management system for information security (policy, procedures and guidelines), possibly enclose an ISO 27001 certificate Sub-area 4 - Security competence, consultancy and security audits Requirement: • The tenderer shall have a satisfactory and well-functioning system for information security, as well as be certified in accordance with ISO 27001. The information security system must cover all processes that are relevant for this contract. Relevant processes are in this context defined as i.a. the purpose and need of the sub area, see annex 1 chapter 2. Documentation requirement: • To document this, enclose a valid ISO 27001 certificate.
Use of this criterion : Used

5.1.11 Procurement documents

Deadline for requesting additional information : 11/05/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=55209

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
Deadline for receipt of tenders : 21/05/2025 10:00 +00:00
Deadline until which the tender must remain valid : 101 Day
Information about public opening :
Opening date : 21/05/2025 10:01 +00:00
Place : Hamar
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 :
Framework agreement, without reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Østre Innlandet tingrett

5.1 Lot technical ID : LOT-0005

Title : SUB AREA 4
Description : "We have strengthened the quality of the company's business critical processes". Norsk Tipping's business critical processes consist of: 1) Sales of Games 2) Payment of prizes 3) Implementation of game 4) Responsible gambling activities Norwegian betting currently uses a tool to maintain an overview of employees ́ implementation of obligatory and voluntary courses in security competence and instructions. The tool is also used for mapping employees ́ insight and understanding of e.g. a safety culture. Norsk Tipping is in addition to being certified iht. ISO 27001 standard, also as the only company in Norway certified in accordance with WLA SCS. In order to obtain WLA certification, iso 27001 certification must be at the bottom. It is a prerequisite that our contract supplier understands the WLA standard well enough to assist Norsk Tipping with consultancy services, but does not expect expert competence within the WLA standard.
Internal identifier : 1690055

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 ): 73220000 Development consultancy services
Additional classification ( cpv ): 79000000 Business services: law, marketing, consulting, recruitment, printing and security
Additional classification ( cpv ): 79410000 Business and management consultancy services

5.1.2 Place of performance

Town : Hamar
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 01/07/2025
Duration end date : 30/06/2028

5.1.4 Renewal

Maximum renewals : 1
The buyer reserves the right for additional purchases from the contractor, as described here : Up to one year

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 : Annual accounts and credit rating (rating).
Description : Requirement: Tenderers shall have satisfactory finances. • Documentation requirement: Income statement and balance with notes, as well as annual reports and auditor ́s report for the last year. In addition a cash flow statement is required for the companies that are obliged to set this up. • Credit evaluation/rating, not older than 6 months from the tender deadline. • If it is more than 6 months since the balance sheet for the last annual accounts, the sub-year accounts must be enclosed. • Any other information of relevance to the company's fiscal figures. • If a tenderer, for a justifiable reason, cannot present the documentation that Norsk Tipping has requested, he can prove his economic and financial style with any other document that the contracting authority can accept. If the tenderer has such a justifiable reason, he may contact Norsk Tipping in writing in order to clarify which other documentation is acceptable.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register or company register.
Description : Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex. Requirement: The tenderer shall be a legally established company. Foreign companies: Proof that the company is registered in a trade or business register as prescribed by the law of the country where the tenderer is established.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Information Security System
Description : Sub-area 1 - Strategic consulting cyber security Requirement: • Tenderers shall have a satisfactory and well-functioning management system for information security. The information security system must cover all processes that are relevant for this contract and be compliant with ISO 27001 or equivalent standard. Relevant processes are in this context defined as i.a. the purpose and need of the sub area, see annex 1 chapter 2. Documentation requirement: • To document this, a description shall be enclosed of the tenderer's management system for information security (policy, procedures and guidelines), possibly enclose an ISO 27001 certificate. Lot 2 - Security testing No qualification requirements for a management system for information security. Sub-area 3 - Cyber security exercises Requirement: • Tenderers shall have a satisfactory and well-functioning management system for information security. The information security system must cover all processes that are relevant for this contract and be compliant with ISO 27001 or equivalent standard. Relevant processes are in this context defined as i.a. the purpose and need of the sub area, see annex 1 chapter 2. Documentation requirement : • To document this, a description shall be enclosed of the tenderer's management system for information security (policy, procedures and guidelines), possibly enclose an ISO 27001 certificate Sub-area 4 - Security competence, consultancy and security audits Requirement: • The tenderer shall have a satisfactory and well-functioning system for information security, as well as be certified in accordance with ISO 27001. The information security system must cover all processes that are relevant for this contract. Relevant processes are in this context defined as i.a. the purpose and need of the sub area, see annex 1 chapter 2. Documentation requirement: • To document this, enclose a valid ISO 27001 certificate.
Use of this criterion : Used

5.1.11 Procurement documents

Deadline for requesting additional information : 11/05/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=55209

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
Deadline for receipt of tenders : 21/05/2025 10:00 +00:00
Deadline until which the tender must remain valid : 101 Day
Information about public opening :
Opening date : 21/05/2025 10:01 +00:00
Place : Hamar
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 :
Framework agreement, without reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Østre Innlandet tingrett

8. Organisations

8.1 ORG-0001

Official name : Norsk Tipping AS
Registration number : 925836613
Department : Norsk Tipping AS
Postal address : Postboks 4414
Town : Hamar
Postcode : 2325
Country : Norway
Contact point : Jonas Aune
Telephone : +47 62514000
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Østre Innlandet tingrett
Registration number : 926 723 669
Postal address : Postboks 4450
Town : Hamar
Postcode : 2326
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Telephone : 62 78 27 00
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : f3d49331-3c1c-46e3-8231-19ad59dc1a04 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 15/04/2025 15:16 +00:00
Notice dispatch date (eSender) : 15/04/2025 15:26 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00251389-2025
OJ S issue number : 76/2025
Publication date : 17/04/2025