Development, operation and maintenance of websites.

The Norwegian Consumer Protection Authority shall enter into a contract with a joint venture partner and total supplier for the operation and further development of the Norwegian Consumer Protection Authority ́s website. The agreement will be divided into three: • Operate and further develop the existing websites. • Develop a …

CPV: 72415000 WWW-hotellipalvelut, 72000000 Tietotekniset palvelut: neuvonta, ohjelmistojen kehittäminen, Internet ja tuki, 72212224 Verkkosivujen muokkausohjelmistojen kehittämispalvelut, 72413000 WWW-sivustojen suunnittelupalvelut, 72420000 Internetin kehittämispalvelut
Teloituspaikka:
Development, operation and maintenance of websites.
Myöntävä elin:
FORBRUKERTILSYNET
Myöntämisnumero:
25/238

1. Buyer

1.1 Buyer

Official name : FORBRUKERTILSYNET
Legal type of the buyer : Body governed by public law, controlled by a central government authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Development, operation and maintenance of websites.
Description : The Norwegian Consumer Protection Authority shall enter into a contract with a joint venture partner and total supplier for the operation and further development of the Norwegian Consumer Protection Authority ́s website. The agreement will be divided into three: • Operate and further develop the existing websites. • Develop a new website - alternatively restructure the existing website - which in the long term shall replace one or several of the existing websites. The new website shall then be operated and further developed in the contract period. • Provide strategic consultancy related to user friendliness, operation, development and improvement of websites. The advice will primarily be on how we can make better digital services for the users, but it can also deal with consultancy services connected to all our channels, content production and other adjoining needs. See the requirement specifications in SSA-D Annex 1 for further information on the contract's extent and content.
Procedure identifier : 3d4eb219-a7e4-41ab-aa16-bbfe3de1b85a
Internal identifier : 25/238
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72415000 World wide web (www) site operation host services
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72212224 Web page editing software development services
Additional classification ( cpv ): 72413000 World wide web (www) site design services
Additional classification ( cpv ): 72420000 Internet development services

2.1.2 Place of performance

Anywhere

2.1.3 Value

Estimated value excluding VAT : 10 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften -

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
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.
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).
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).
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)
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.
Child labour and including 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).
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.
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.
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.
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?
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.
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?
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 obligation relating to 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?
Breaching obligation relating to 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?
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.
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.
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.
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.
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.
Analogous situation like bankruptcy, insolvency or arrangement with creditors 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.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Development, operation and maintenance of websites.
Description : The Norwegian Consumer Protection Authority shall enter into a contract with a joint venture partner and total supplier for the operation and further development of the Norwegian Consumer Protection Authority ́s website. The agreement will be divided into three: • Operate and further develop the existing websites. • Develop a new website - alternatively restructure the existing website - which in the long term shall replace one or several of the existing websites. The new website shall then be operated and further developed in the contract period. • Provide strategic consultancy related to user friendliness, operation, development and improvement of websites. The advice will primarily be on how we can make better digital services for the users, but it can also deal with consultancy services connected to all our channels, content production and other adjoining needs. See the requirement specifications in SSA-D Annex 1 for further information on the contract's extent and content.
Internal identifier : 25/238

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72415000 World wide web (www) site operation host services
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72212224 Web page editing software development services
Additional classification ( cpv ): 72413000 World wide web (www) site design services
Additional classification ( cpv ): 72420000 Internet development services

5.1.2 Place of performance

Anywhere
Additional information :

5.1.3 Estimated duration

Start date : 01/01/2026
Duration end date : 31/12/2027

5.1.4 Renewal

Maximum renewals : 3
Other information about renewals : The contract will be valid for 2 years, with an option for an extension for 2+1+1 years. Total 6 years.

5.1.5 Value

Estimated value excluding VAT : 10 000 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project fully or partially financed with EU Funds.
Information about European Union funds
EU funds programme : Consumer programme (2014/2020)
Identifier of EU funds : 101254316
The procurement is covered by the Government Procurement Agreement (GPA) : no

5.1.7 Strategic procurement

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : REQUIREMENT: Tenderers shall have their tax, payroll tax and VAT payments in order. DOCUMENTATION REQUIREMENT: Tax certificate not older than six months from the tender deadline. Tax certificate means: Norwegian tenderers: • Tax and VAT certificate issued by the Norwegian Tax Administration via Altinn. Foreign tenderers: • Foreign tenderers must submit equivalent certificates from their own country that show that they have an arrangement for the payment of taxes and duties. If the authorities in the relevant country do not issue such certificates, the tenderer shall submit a statement which states that all taxes and duties have been paid. The declaration shall be approved and signed by the tenderer's Financial Director/ person responsible for Finance.
Criterion : Enrolment in a trade register
Description : REQUIREMENT: Tenderers shall be a legally established company. DOCUMENTATION REQUIREMENT: Norwegian tenderers: •Registration. The contracting authority will obtain a company registration certificate from the Brønnøysund Register Centre for Norwegian tenderers. The Norwegian tenderers shall therefore not enclose a company registration certificate. Foreign tenderers: • Confirmation that the tenderer is registered in a trade register or company register in accordance with the law in the country where the tenderer is established.
Criterion : Financial ratio
Description : REQUIREMENT: The tenderer shall have the financial strength to be able to fulfil the contract. The financial strength will be assessed in relation to turnover, operating degree, solidity and liquidity. DOCUMENTATION REQUIREMENT: The tenderer's Annual Financial Statements including notes with the Board's and auditor's reports from 2022, 2023 and 2024. The contracting authority reserves the right to carry out a credit assessment. The contracting authority will obtain revised annual accounts from the Brønnøysund Register Centre for Norwegian tenderers. The Norwegian tenderers shall therefore not deliver revised annual accounts. If the accounts for 2024 have not been completed, the tenderer must enclose provisional accounts in the enquiry.
Criterion : Average yearly manpower
Description : REQUIREMENT: Tenderers shall have the ability to fulfil the contract. DOCUMENTATION REQUIREMENT: A short, overall description of the organisation shall be given, including: • A description of the tenderer's average workforce and the number of employees in the management during the last three years; • A description of how much of the contract the tenderer is considering putting away to sub-suppliers.
Criterion : References on specified services
Description : REQUIREMENT: Tenderers shall have experience from relevant and comparable deliveries. Relevant and comparable deliveries means: • Projects where the tenderer has been the responsible total supplier for hosting, operation and maintenance of websites. • Projects where the tenderer has been strategic and operational consultant for the development/further development of websites. The reference projects shall, in total, highlight the competence. DOCUMENTATION REQUIREMENT: A description of the tenderer's three most relevant and comparable contracts from the last three years. Tenderers shall document fulfilment by filling in the attached template for reference descriptions. See annex 4 Reference Project Template. Each reference project shall not exceed more than 2 A4 pages (Calibri font size 12).
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 :
Minimum number of candidates to be invited for the second stage of the procedure : 3
Maximum number of candidates to be invited for the second stage of the procedure : 7
The procedure will take place in successive stages. At each stage, some participants may be eliminated
The buyer reserves the right to award the contract on the basis of the initial tenders without any further negotiations

5.1.11 Procurement documents

Deadline for requesting additional information : 09/09/2025 10:00 +00:00

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
Deadline for receipt of requests to participate : 16/09/2025 10:00 +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 attached contract
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Nedre Telemark tingrett
Information about review deadlines : There is a waiting period of 10 days from the award of contract.
Organisation providing additional information about the procurement procedure : FORBRUKERTILSYNET
Organisation providing offline access to the procurement documents : FORBRUKERTILSYNET

8. Organisations

8.1 ORG-0001

Official name : FORBRUKERTILSYNET
Registration number : 974761335
Postal address : Porselensvegen 32
Town : Porsgrunn
Postcode : 3920
Country subdivision (NUTS) : Telemark ( NO094 )
Country : Norway
Contact point : Anne Kittilsen
Telephone : +47 47696068
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents

8.1 ORG-0002

Official name : Nedre Telemark tingrett
Registration number : 974730499
Postal address : Gjerpens gate 16
Town : Skien
Postcode : 3716
Country subdivision (NUTS) : Telemark ( NO094 )
Country : Norway
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : 044a8388-8ef7-48dd-a9ec-1b68995940e8 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 15/08/2025 12:08 +00:00
Notice dispatch date (eSender) : 15/08/2025 13:00 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00538699-2025
OJ S issue number : 157/2025
Publication date : 19/08/2025