Procurement of a learning portal, author tool and consultancy services for content production.

Politiets fellestjenester (PFT), hereafter called the contracting authority, shall enter into an agreement for ongoing service procurements of a SaaS cloud service for a learning portal and author tool, and a framework agreement for consultancy services for content production. A complete description of the procurement and delivery is in the …

CPV: 48000000 Ohjelmatuotteet ja tietojärjestelmät, 48190000 Opetusohjelmatuotteet, 48200000 Verkko-, internet- ja intranetohjelmatuotteet, 48310000 Asiakirjojen luontiohjelmatuotteet, 48320000 Piirustus- ja kuvantamisohjelmatuotteet, 48322000 Grafiikkaohjelmatuotteet, 48500000 Viestintä- ja multimediaohjelmatuotteet, 48520000 Multimediaohjelmatuotteet, 48521000 Musiikin tai äänenmuokkausohjelmatuotteet, 72000000 Tietotekniset palvelut: neuvonta, ohjelmistojen kehittäminen, Internet ja tuki, 72200000 Ohjelmointi ja siihen liittyvät neuvontapalvelut, 72210000 Valmisohjelmien ohjelmointipalvelut, 72211000 Varus- ja käyttäjäohjelmiston ohjelmointipalvelut, 72212000 Sovellusohjelmiston ohjelmointipalvelut, 72212100 Toimialakohtaisten ohjelmistojen kehittämispalvelut, 72212190 Opetusohjelmistojen kehittämispalvelut, 72220000 Järjestelmiä ja tekniikkaa koskevat konsulttipalvelut, 72222200 Tietojärjestelmien tai tietotekniikan suunnittelupalvelut, 72222300 Tietotekniikkapalvelut, 72224000 Projektinjohtoa koskevat konsulttipalvelut, 72260000 Ohjelmistoihin liittyvät palvelut, 72267100 ATK-ohjelmiston ylläpito, 72268000 Ohjelmiston toimituspalvelut, 72410000 Palveluntarjoajan palvelut, 72416000 Sovelluspalveluntarjoajat
Teloituspaikka:
Procurement of a learning portal, author tool and consultancy services for content production.
Myöntävä elin:
Politiets fellestjenester
Myöntämisnumero:
24/215069

1. Buyer

1.1 Buyer

Official name : Politiets fellestjenester
Legal type of the buyer : Central government authority
Activity of the contracting authority : Public order and safety

2. Procedure

2.1 Procedure

Title : Procurement of a learning portal, author tool and consultancy services for content production.
Description : Politiets fellestjenester (PFT), hereafter called the contracting authority, shall enter into an agreement for ongoing service procurements of a SaaS cloud service for a learning portal and author tool, and a framework agreement for consultancy services for content production. A complete description of the procurement and delivery is in the contracts with annexes, as well as other information published through our tender management tool (KGV) from Mercell (previously EU-Supply).
Procedure identifier : 8e4abadd-9b2e-4f55-8da2-fa78fd3a0aa6
Internal identifier : 24/215069
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
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 ): 48000000 Software package and information systems
Additional classification ( cpv ): 48190000 Educational software package
Additional classification ( cpv ): 48200000 Networking, Internet and intranet software package
Additional classification ( cpv ): 48310000 Document creation software package
Additional classification ( cpv ): 48320000 Drawing and imaging software package
Additional classification ( cpv ): 48322000 Graphics software package
Additional classification ( cpv ): 48500000 Communication and multimedia software package
Additional classification ( cpv ): 48520000 Multimedia software package
Additional classification ( cpv ): 48521000 Music or sound editing software package
Additional classification ( cpv ): 72200000 Software programming and consultancy services
Additional classification ( cpv ): 72210000 Programming services of packaged software products
Additional classification ( cpv ): 72211000 Programming services of systems and user software
Additional classification ( cpv ): 72212000 Programming services of application software
Additional classification ( cpv ): 72212100 Industry specific software development services
Additional classification ( cpv ): 72212190 Educational software development services
Additional classification ( cpv ): 72220000 Systems and technical consultancy services
Additional classification ( cpv ): 72222200 Information systems or technology planning services
Additional classification ( cpv ): 72222300 Information technology services
Additional classification ( cpv ): 72224000 Project management consultancy services
Additional classification ( cpv ): 72260000 Software-related services
Additional classification ( cpv ): 72267100 Maintenance of information technology software
Additional classification ( cpv ): 72268000 Software supply services
Additional classification ( cpv ): 72410000 Provider services
Additional classification ( cpv ): 72416000 Application service providers

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 27 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU

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 : Procurement of a learning portal, author tool and consultancy services for content production.
Description : Politiets fellestjenester (PFT), hereafter called the contracting authority, shall enter into an agreement for ongoing service procurements of a SaaS cloud service for a learning portal and author tool, and a framework agreement for consultancy services for content production. A complete description of the procurement and delivery is in the contracts with annexes, as well as other information published through our tender management tool (KGV) from Mercell (previously EU-Supply).
Internal identifier : 24/215069

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48190000 Educational software package
Additional classification ( cpv ): 48200000 Networking, Internet and intranet software package
Additional classification ( cpv ): 48310000 Document creation software package
Additional classification ( cpv ): 48320000 Drawing and imaging software package
Additional classification ( cpv ): 48322000 Graphics software package
Additional classification ( cpv ): 48500000 Communication and multimedia software package
Additional classification ( cpv ): 48520000 Multimedia software package
Additional classification ( cpv ): 48521000 Music or sound editing software package
Additional classification ( cpv ): 72200000 Software programming and consultancy services
Additional classification ( cpv ): 72210000 Programming services of packaged software products
Additional classification ( cpv ): 72211000 Programming services of systems and user software
Additional classification ( cpv ): 72212000 Programming services of application software
Additional classification ( cpv ): 72212100 Industry specific software development services
Additional classification ( cpv ): 72212190 Educational software development services
Additional classification ( cpv ): 72220000 Systems and technical consultancy services
Additional classification ( cpv ): 72222200 Information systems or technology planning services
Additional classification ( cpv ): 72222300 Information technology services
Additional classification ( cpv ): 72224000 Project management consultancy services
Additional classification ( cpv ): 72260000 Software-related services
Additional classification ( cpv ): 72267100 Maintenance of information technology software
Additional classification ( cpv ): 72268000 Software supply services
Additional classification ( cpv ): 72410000 Provider services
Additional classification ( cpv ): 72416000 Application service providers

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 10 Year

5.1.5 Value

Estimated value excluding VAT : 27 000 000 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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Relevant educational and professional qualifications
Description : Requirements regarding the tenderer ́s technical and professional qualifications. Qualification requirement: Tenderers shall have experience with providing a learning portal and author tool, as well as consultancy services on content production. Documentation requirement: Description of three relevant projects where the tenderer has delivered a learning portal and author tool, and a description of two relevant projects in which the tenderer has provided consultancy services on content production. A reference project can include both a learning portal and author tool in addition to consultancy services for content production. So that the tenderer delivers a total of three project descriptions, but a maximum of five project descriptions. The project descriptions shall be included in Annex B - Reference assignment and must be a maximum of one A4 page per reference project, in font Verdana font size 10. For the learning portal and author tool: The project descriptions shall include information on the project ́s extent (number of users and the number of uploaded/available courses), financial value and the duration of the agreement relationship. In addition there must be contact information for a named person at the reference customers, who can confirm the tenderer's experience and competence. The project descriptions ought, among other things, include information on the number of users, security requirements (information security and privacy), experience with external users, experience with adaptations to the reference customer's graphic profile and communication with the customer about upgrading, maintenance and vulnerabilities. For the content production: The project descriptions shall include information on the project process, number of participants/roles in the project, the project ́s financial value and information on the product that was delivered (whether it was used for e.g. e.g. e-Learning, videos, games). In addition there must be contact information for a named person at the reference customers, who can confirm the tenderer's experience and competence.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Maximum number of tenders passing : 5
Criterion : Enrolment in a trade register
Description : Company Registration Certificate Requirement Qualification requirement: Tenderers shall be registered in a company register, professional register or a commerce register in the country where the tenderer is established. Documentation requirement: • Norwegian companies: Company Registration Certificate. • Foreign companies: Verification that the tenderer is registered in a company register, professional register or a commerce register in the country where the tenderer is established.
Criterion : Other economic or financial requirements
Description : Requirements of the tenderer's economic and financial capacity. Qualification requirement: Tenderers must have sufficient economic and financial capacity to fulfil the contract. Creditworthiness with no requirement for collateral will be sufficient to meet the requirement. 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 will, if needed, obtain a credit rating, from a credit information company with a licence to conduct this service, as an addition to the documentation delivered in the tender. If a tenderer has a justifiable reason for not submitting the documentation required by the contracting authority, he can document his economic and financial capacity by presenting any other document that the Contracting Authority deems appropriate.
Criterion : Other economic or financial requirements
Description : Tax Certificate Norwegian tenderers shall submit a "Tax and VAT certificate". The tax certificate can be ordered in Altinn, and it must not be older than 6 months calculated from the deadline for submitting a request for participation in the competition or tender.
Criterion : Certificates by independent bodies about quality assurance standards
Description : Quality assurance standards and environmental management standards. Qualification requirement: Tenderers shall have a good and well-functioning quality assurance and management system for the services that shall be provided. Documentation requirement: Tenderers shall submit documentation of their quality assurance and management system. The following documentation will be accepted: Certificate for the company's quality assurance/management system issued by independent bodies that confirm that the tenderer fulfils quality assurance standards in accordance with ISO 9001 or equivalent, or A description that as a minimum covers the company ́s procedures/routines for: - handling deviations and claims. - certification of sub-suppliers. - the process from receipt and registration of orders until delivery to the customer.
Criterion : Certificates by independent bodies about quality assurance standards
Description : Quality assurance standards, information security. Qualification requirement: Tenderers must have a good and well-functioning information security management system (ISMS). Documentation requirement: Tenderers shall present documentation of their information security management system. The following documentation will be accepted: • Documentation of compliance with a recognised framework for information security such as ISO, NIST, CIS, ISF, ISA etc. • A description of the tenderer's own management system for information security. The description shall as a minimum include an overview of the processes and methods that the tenderer has implemented, as well as refer to which processes in the ISO27001, NIST or CIS are covered.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Quality assurance standards and environmental management standards. Qualification requirement: Tenderers shall have an environmental management system. Documentation requirement: Tenderers shall submit documentation of their environmental management system. The following documentation will be accepted: • Valid certificates/certificates issued by an independent body (eks. ISO 14001, EMAS, Miljøfyrtårn or equivalent), or • A description of the tenderer's own environmental management system. The description shall, at a minimum, include details regarding implementation of routines and systems for achieving the targets.
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 : 5
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

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 : 30/06/2025 10:00 +00:00
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 : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 5
Justification for the duration of the framework agreement : The competition comprises two agreements. An agreement for ongoing service procurements for a learning portal and author tool and a framework agreement for consultancy services for content production. eForms does not open for the possibility of adding two durations/separating between two contracts in the same competition. The framework agreement will have a maximum duration of four years.
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Oslo tingrett -
Information about review deadlines : The deadline for a request for a provisional injunction against the contracting authority ́s decision to reject a request for participation in the competition, cf. the procurement regulations § 24-1 and § 24-2, or not to select a tenderer, cf. the procurement regulations § 16-12, will be set at a minimum of 15 days after the notification has been sent, c.f. the procurement regulations § 20-7.

8. Organisations

8.1 ORG-0001

Official name : Politiets fellestjenester
Registration number : 974761157
Department : Politiets fellestjenester
Postal address : Fridtjof Nansens vei 14
Town : OSLO
Postcode : 0369
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Benedicte Orheim
Telephone : +47 61318000
Internet address : http://www.politiet.no
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Oslo tingrett
Registration number : 926 725 939
Postal address : Postboks 2106 Vika
Town : OSLO
Postcode : 0125
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : +47 22035200
Internet address : https://www.domstol.no/
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : 810d3fc6-e83a-4b58-bc8f-f6751ca4b33f - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 26/05/2025 14:20 +00:00
Notice dispatch date (eSender) : 27/05/2025 06:02 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00346160-2025
OJ S issue number : 102/2025
Publication date : 28/05/2025