Procurement of development, operation and maintenance of a website.

Norec shall enter into a contract for the procurement of a new website, the contract shall include operation, maintenance and development. New norec.no shall be the main element in Norec and NorEVAL ́s external communication and facilitate efficient and user-friendly communication of information. The main aim is to develop modern …

CPV: 72212200 Služby na vývoj softvéru na vytváranie sietí, pre internet a intranet, 72212224 Služby na vývoj softvéru pre editovanie webových stránok, 72415000 Operačné hostingové služby na využívanie webových (www) sídiel, 72413000 Návrh webových (www) sídiel
Miesto vykonania:
Procurement of development, operation and maintenance of a website.
Udeľujúci orgán:
Norec
Číslo udelenia:
25/00063

1. Buyer

1.1 Buyer

Official name : Norec
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Procurement of development, operation and maintenance of a website.
Description : Norec shall enter into a contract for the procurement of a new website, the contract shall include operation, maintenance and development. New norec.no shall be the main element in Norec and NorEVAL ́s external communication and facilitate efficient and user-friendly communication of information. The main aim is to develop modern websites. The development of the websites will be carried out in a framework agreement with call-offs.
Procedure identifier : 81a324e5-5a32-4216-95a1-5b14bfe63c00
Internal identifier : 25/00063
Type of procedure : Restricted
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The procurement will be carried out in accordance with the Public Procurement Act of 17 June 2016 (LOA) and the Public Procurement Regulations (FOA) FOR 2016-08-12-974 parts I and part III. The contract will be awarded in accordance with the restricted tender procedure cf. FOA § 13-1(1). The tender contest is initiated with a qualification phase. Only tenderers who fulfil the qualification requirements and who have been invited will be able to submit a tender. The contracting authority plans to invite five tenderers to submit tender offers. If more than five qualified tenderers submit requests for participation in the competition, the contracting authority will choose among these tenderers on the basis of the selection criteria in point 4. Negotiations cannot be made in the competition after the qualification round has been completed. Tenders cannot, therefore, be changed after the tender deadline has expired. Furthermore, attention is agreed that tenders that include significant deviations from the procurement documents shall be rejected in accordance with the Public Procurement Regulations § 24-8(1) b. The contracting authority can reject tenders that include deviations from the procurement documents, uncertainties etc., which must not be considered insignificant, cf. Regulations § 24-8(2) a. Tenderers are therefore strongly encouraged to follow the instructions given in this tender documentation with annexes and possibly ask questions about uncertainties via the contracting authority ́s KGV.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72212200 Networking, Internet and intranet software development services
Additional classification ( cpv ): 72212224 Web page editing software development services
Additional classification ( cpv ): 72413000 World wide web (www) site design services
Additional classification ( cpv ): 72415000 World wide web (www) site operation host services

2.1.2 Place of performance

Anywhere

2.1.3 Value

Estimated value excluding VAT : 3 600 000 Norwegian krone
Maximum value of the framework agreement : 3 600 000 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 development, operation and maintenance of a website.
Description : Norec shall enter into a contract for the procurement of a new website, the contract shall include operation, maintenance and development. New norec.no shall be the main element in Norec and NorEVAL ́s external communication and facilitate efficient and user-friendly communication of information. The main aim is to develop modern websites. The development of the websites will be carried out in a framework agreement with call-offs.
Internal identifier : 25/00063

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72212200 Networking, Internet and intranet software development services
Additional classification ( cpv ): 72212224 Web page editing software development services
Additional classification ( cpv ): 72413000 World wide web (www) site design services
Additional classification ( cpv ): 72415000 World wide web (www) site operation host services

5.1.2 Place of performance

Anywhere
Additional information :

5.1.3 Estimated duration

Duration : 2 Year

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : The contract will be signed for 2 years, with an option for an extension for 1 year at a time, up to 2 times.

5.1.5 Value

Estimated value excluding VAT : 3 600 000 Norwegian krone
Maximum value of the framework agreement : 3 600 000 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
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes

5.1.8 Accessibility criteria

Accessibility criteria for persons with disabilities are included

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a relevant professional register
Description : Tenderers are registered in a professional 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.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (points, exact) : 1
Criterion : Enrolment in a trade 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.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (points, exact) : 2
Criterion : General yearly turnover
Description : The tenderer ́s ("total") annual turnover for the number of financial years requested in the tender notice or in the procurement documents is as follows:
Criterion : Average yearly turnover
Description : The tenderer ́s average annual turnover for the number of years requested in the notice or in the procurement documents is as follows:
Criterion : References on specified deliveries
Description : Tenderers shall have experience with the development and maintenance of websites for the public sector or major entities. Tenderers shall document at least three reference projects in the last three years within the development of websites of equivalent complexity.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (points, exact) : 3
Criterion : Financial ratio
Description : Tenderers shall have positive equity in the last three years. Tenderers must enclose confirmation of this.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (points, exact) : 4
Criterion : Relevant educational and professional qualifications
Description : Tenderers shall have sufficient capacity to deliver both development and maintenance, documented by an organisation chart or staffing plan. At least 3 developers shall have experience with the specific technologies you wish to use (e.g. React, WordPress, Drupal, AI etc.) Tenderers must enclose a profile of the offered personnel.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (points, exact) : 5
Criterion : Technicians or technical bodies for quality control
Description : Tenderers can use the following technical personnel or technical units , particularly those who are responsible for quality control: For technical personnel or technical units that do not directly belong to the tenderer ́s business, but if the capacity the tenderer will use, cf. part II, section C, separate ESPD forms shall be supplemented.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (points, exact) : 6
Criterion : Relevant educational and professional qualifications
Description : The following education and professional qualifications are possessed by the tenderer and/or (depending on the requirements set in the notice or in the procurement documents) of the leading employees:
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (points, exact) : 7
Criterion : Environmental management measures
Description : Tenderers can employ the following environmental management measures in connection with the execution of the contract:
Criterion : Subcontracting proportion
Description : The tenderer is considering to outsource the following part (as a percentage) of the contract to sub-suppliers. Note that if the tenderer has decided to outsource a part of the contract to sub-suppliers and will use the sub-suppliers ́ capacity to carry out this part, a special ESPD will be supplemented for such sub-suppliers, see part II, section C, above.
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 5
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

5.1.11 Procurement documents

Deadline for requesting additional information : 16/06/2025 12:00 +00:00

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 01/07/2025
Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 23/06/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : Not yet known
A non-disclosure agreement is required : yes
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 : 1
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Utenriksdepartementet -
Information about review deadlines : Tenderers can appeal both before and after the contract has been signed. Before the contract, the appeals can lead to changes in the competition, but after the contract only compensation is applicable.
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed : Utenriksdepartementet -
Organisation providing additional information about the procurement procedure : Norec -
Organisation providing offline access to the procurement documents : Norec -
Organisation receiving requests to participate : Norec -
Organisation processing tenders : Norec -

8. Organisations

8.1 ORG-0001

Official name : Norec
Registration number : 981965132
Postal address : Fjellvegen 9
Town : FØRDE
Postcode : 6800
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Contact point : Linn-Helen Victoria Evensen Hage
Telephone : +47 41680402
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Utenriksdepartementet
Registration number : 972 417 920
Postal address : 7. juniplassen 1 / Victoria terrasse 7
Town : Oslo
Postcode : 0251
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Roles of this organisation :
Review organisation
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed
Notice information
Notice identifier/version : 3bcc48ff-ee90-4180-9204-69e31e8c94ca - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 22/05/2025 13:02 +00:00
Notice dispatch date (eSender) : 23/05/2025 10:00 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00336844-2025
OJ S issue number : 100/2025
Publication date : 26/05/2025