Dynamic purchasing system - Assistance with IT and service development.

The Norwegian Communications Authority intends to establish a dynamic purchasing system in order to ensure competence within project support and information technology. The extent will vary based on continuous needs and capacity. The scheme shall include consultancy, assistance and/or project management in the following areas: • A - Project management, …

CPV: 73220000 Advies inzake ontwikkeling, 48331000 Software voor projectmanagement, 71320000 Technische ontwerpdiensten, 72212200 Diensten voor ontwikkeling van software voor netwerken, internet en intranet, 72212218 Diensten voor ontwikkeling van software voor licentiemanagement, 72212219 Diensten voor ontwikkeling van software voor diverse netweken, 72212331 Diensten voor ontwikkeling van projectmanagement-software, 72212422 Diensten voor ontwikkeling van opvolgingssoftware, 72212517 Diensten voor ontwikkeling van IT-software, 72212732 Diensten voor ontwikkeling van databeveiligingssoftware, 72212771 Diensten voor ontwikkeling van software voor algemene voorzieningen, 72212900 Diensten voor ontwikkeling van diverse software en computersystemen, 72220000 Systeem- en technisch advies, 72223000 Onderzoek naar vereisten inzake informatietechnologie, 72224000 Advies over projectmanagement, 72227000 Advies over software-integratie, 72228000 Advies over hardware-integratie, 72262000 Ontwikkeling van software, 72266000 Advies over software, 72315200 Beheer van gegevensnetwerk, 72413000 Diensten voor het ontwerpen van websites, 72415000 Verlenen van host-diensten voor websites, 72510000 Beheerdiensten in verband met computers, 72514300 Faciliteitenbeheer voor onderhoud van computersystemen, 79415200 Ontwerpadviezen, 79710000 Beveiligingsdiensten, 79933000 Ontwerpondersteuning
Plaats van uitvoering:
Dynamic purchasing system - Assistance with IT and service development.
Toekennende instantie:
Nasjonal kommunikasjonsmyndighet (Nkom)
Gunningsnummer:
2502887

1. Buyer

1.1 Buyer

Official name : Nasjonal kommunikasjonsmyndighet (Nkom)
Legal type of the buyer : Central government authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Dynamic purchasing system - Assistance with IT and service development.
Description : The Norwegian Communications Authority intends to establish a dynamic purchasing system in order to ensure competence within project support and information technology. The extent will vary based on continuous needs and capacity. The scheme shall include consultancy, assistance and/or project management in the following areas: • A - Project management, Management and control, Manager support • B - Technical architecture work, Design of systems • C - Service and User interface design • D - Development, Integrations and DevOps • E - Data analysis and Data platform support • F - Security services • G - Assistance with local IT operations • H - Assistance with operation of the Sky platform • I - Assistance with operations of IT infrastructure in Azure
Procedure identifier : 270cb905-f39e-45c5-8260-3ba72db25b7f
Internal identifier : 2502887
Type of procedure : Other multiple stage procedure
Justification for the accelerated procedure :
Main features of the procedure : Dynamic purchasing system, 2 stage procedure.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 73220000 Development consultancy services
Additional classification ( cpv ): 48331000 Project management software package
Additional classification ( cpv ): 71320000 Engineering design services
Additional classification ( cpv ): 72212200 Networking, Internet and intranet software development services
Additional classification ( cpv ): 72212218 License management software development services
Additional classification ( cpv ): 72212219 Miscellaneous networking software development services
Additional classification ( cpv ): 72212331 Project management software development services
Additional classification ( cpv ): 72212422 Software development services suites
Additional classification ( cpv ): 72212517 IT software development services
Additional classification ( cpv ): 72212732 Data security software development services
Additional classification ( cpv ): 72212771 General utility software development services
Additional classification ( cpv ): 72212900 Miscellaneous software development services and computer systems
Additional classification ( cpv ): 72220000 Systems and technical consultancy services
Additional classification ( cpv ): 72223000 Information technology requirements review services
Additional classification ( cpv ): 72224000 Project management consultancy services
Additional classification ( cpv ): 72227000 Software integration consultancy services
Additional classification ( cpv ): 72228000 Hardware integration consultancy services
Additional classification ( cpv ): 72262000 Software development services
Additional classification ( cpv ): 72266000 Software consultancy services
Additional classification ( cpv ): 72315200 Data network management services
Additional classification ( cpv ): 72413000 World wide web (www) site design services
Additional classification ( cpv ): 72415000 World wide web (www) site operation host services
Additional classification ( cpv ): 72510000 Computer-related management services
Additional classification ( cpv ): 72514300 Facilities management services for computer systems maintenance
Additional classification ( cpv ): 79415200 Design consultancy services
Additional classification ( cpv ): 79710000 Security services
Additional classification ( cpv ): 79933000 Design support services

2.1.2 Place of performance

Anywhere

2.1.3 Value

Estimated value excluding VAT : 45 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy under national law : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Bankruptcy : Is the tenderer in a bankruptcy situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Corruption : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a enforceable verdict has been convicted of corruption by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Corruption as defined in Article 3 of the Convention on Combating Corruption, Involving European Communities or European Union Member States (EUT C 195 of 25.6.1997, s. 1), and in Article 2, point 1, in the Council ́s framework decision 2003/568/RIA of 22 July 2003 on combating corruption in the private sector (EUT L 192 of 31.7.2003, p. 54). This rejection reason also includes corruption as defined in national law for the contracting authority or supplier.
Arrangement with creditors : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Participation in a criminal organisation : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted verdict of participation in a criminal organisation by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Participation in a criminal organisation as defined in Article 2 of the Council ́s framework decision 2008/841/RIA of 24 October 2008 on control of organised crime (EUT L 300 of 11.11.2008, p. 42)
Agreements with other economic operators aimed at distorting competition : Has the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition?
Breaching of obligations in the fields of environmental law : Is the tenderer aware of breaches of environmental provisions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Money laundering or terrorist financing : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of money laundering or financing terrorism by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Money laundering or financing terrorism As defined in Article 1 of the European Parliament and Council Directive 2005/60/EF of 26 October 2005 on preventive measures against the use of the financial system for money laundering and financing terrorism (EUT L 309 of 25.11.2005, p. 15).
Fraud : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted of fraud has been convicted of fraud by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Fraud included in Article 1 of the Convention on protection of the Financial Interests of the European Communities (EFT C 316 of 27.11.1995, p. 48).
Child labour and other forms of trafficking in human beings : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of child labour and other forms of human trafficking by a verdict handed down no more than five years ago, or a rejection period determined directly in the judgement that still applies? Child labour and other forms of human trafficking as defined in Article 2 of the European Parliament and council directive 2011/36/EU of 5. 1 April 2011 on the prevention and control of human trafficking and the protection of its victims and for compensation of the Council ́s framework decision 2002/629/RIA (EUT L 101 of 15.4.2011, p. 1).
Insolvency : Is the tenderer in an insolvency situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Breaching of obligations in the fields of labour law : Is the tenderer aware of breaches of provisions on working conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Assets being administered by liquidator : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Have the tenderer:a) given grossly incorrect information when notifying the information required to verify that there is no basis for rejection, or of the qualification requirements being met,b) failed to provide such information,c) subject to immediately submitting the supporting documents requested by the Contracting Authority, ord) improperly affecting the Contracting Authority's decision process to acquire confidential information that could give this an unlawful advantage in connection with competition, or negligently has given misleading information that can have a significant influence on decisions on rejection, selection or award?
Conflict of interest due to its participation in the procurement procedure : Are tenderers aware of a conflict of interest as stated in national law, the relevant notice or procurement documents?
Direct or indirect involvement in the preparation of this procurement procedure : Has the tenderer or an entity associated with the supplier advised the contracting authority or in another way been involved in the planning of the competition?
Guilty of grave professional misconduct : Has the tenderer committed serious errors in professional practice? If relevant, see the definitions in national law, the relevant notice or procurement documents.
Early termination, damages or other comparable sanctions : Has the tenderer committed significant breaches of contract in connection with the fulfilment of a previous public contract, a previous contract with a public contracting authority or a previous concession contract, where the breach has led to the cancellation of the contract, compensation or other similar sanctions?
Breaching of obligations in the fields of social law : Is the tenderer aware of breaches of provisions on social conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Payment of social security contributions : Have tenderers failed to fulfil all their social security obligations in the country where they are established and in their member state, if this is a different country than what he is established in?
Business activities are suspended : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Payment of taxes : Has the tenderer not fulfilled his tax and duty obligations in the country in which he is established, and in the contracting authority's member state, if this is a different country than what he is established in?
Terrorist offences or offences linked to terrorist activities : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body, or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of acts of terrorism or criminal acts connected to terrorist activities by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Acts of terrorism or criminal acts relating to terrorist activity as defined in Article 1 and 3 of the Council ́s framework decision 2002/475/RIA of 13 June 2002 on combating terrorism (EFT L 164, af 22.6.2002, p. 3). This rejection reason also includes incitement to, participation or attempts to commit such actions as included in Article 4 in the mentioned framework decision.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Dynamic purchasing system - Assistance with IT and service development.
Description : The Norwegian Communications Authority intends to establish a dynamic purchasing system in order to ensure competence within project support and information technology. The extent will vary based on continuous needs and capacity. The scheme shall include consultancy, assistance and/or project management in the following areas: • A - Project management, Management and control, Manager support • B - Technical architecture work, Design of systems • C - Service and User interface design • D - Development, Integrations and DevOps • E - Data analysis and Data platform support • F - Security services • G - Assistance with local IT operations • H - Assistance with operation of the Sky platform • I - Assistance with operations of IT infrastructure in Azure
Internal identifier : 2502887

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 73220000 Development consultancy services
Additional classification ( cpv ): 48331000 Project management software package
Additional classification ( cpv ): 71320000 Engineering design services
Additional classification ( cpv ): 72212200 Networking, Internet and intranet software development services
Additional classification ( cpv ): 72212218 License management software development services
Additional classification ( cpv ): 72212219 Miscellaneous networking software development services
Additional classification ( cpv ): 72212331 Project management software development services
Additional classification ( cpv ): 72212422 Software development services suites
Additional classification ( cpv ): 72212517 IT software development services
Additional classification ( cpv ): 72212732 Data security software development services
Additional classification ( cpv ): 72212771 General utility software development services
Additional classification ( cpv ): 72212900 Miscellaneous software development services and computer systems
Additional classification ( cpv ): 72220000 Systems and technical consultancy services
Additional classification ( cpv ): 72223000 Information technology requirements review services
Additional classification ( cpv ): 72224000 Project management consultancy services
Additional classification ( cpv ): 72227000 Software integration consultancy services
Additional classification ( cpv ): 72228000 Hardware integration consultancy services
Additional classification ( cpv ): 72262000 Software development services
Additional classification ( cpv ): 72266000 Software consultancy services
Additional classification ( cpv ): 72315200 Data network management services
Additional classification ( cpv ): 72413000 World wide web (www) site design services
Additional classification ( cpv ): 72415000 World wide web (www) site operation host services
Additional classification ( cpv ): 72510000 Computer-related management services
Additional classification ( cpv ): 72514300 Facilities management services for computer systems maintenance
Additional classification ( cpv ): 79415200 Design consultancy services
Additional classification ( cpv ): 79710000 Security services
Additional classification ( cpv ): 79933000 Design support services

5.1.2 Place of performance

Anywhere
Additional information :

5.1.3 Estimated duration

Duration : 3 Year

5.1.5 Value

Estimated value excluding VAT : 45 000 000 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) : no

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Use of this criterion : Used

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Not allowed
Variants : Not allowed
Deadline for receipt of requests to participate : 06/05/2025 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 :
No framework agreement
Information about the dynamic purchasing system :
Dynamic purchasing system, only usable by buyers listed in this notice
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Agder Tingrett

8. Organisations

8.1 ORG-0001

Official name : Nasjonal kommunikasjonsmyndighet (Nkom)
Registration number : 974446871
Postal address : Nygård 1
Town : LILLESAND
Postcode : 4790
Country : Norway
Contact point : Jannike Brurud Høseth
Telephone : +47 22824600
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Agder Tingrett
Registration number : 926723480
Postal address : Tollbodgata 45
Town : Kristiansand
Postcode : 4614
Country : Norway
Telephone : 38176300
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : 5ad36132-dc10-45dc-8e94-656211482267 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 03/04/2025 14:27 +00:00
Notice dispatch date (eSender) : 03/04/2025 14:41 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00223456-2025
OJ S issue number : 68/2025
Publication date : 07/04/2025