Prequalification of BarentsWatch closed services (FOSA)

The Norwegian Coastal Administration, hereafter called the Contracting Authority, invites tenderers to prequalification for the procurement of BarentsWatch closed services (BWLT). The Norwegian Coastal Administration carries out its assignment through three roles: a management body, trade body and as a government developer, operates and administers maritime infrastructure and maritime services …

CPV: 72000000 Storitve informacijske tehnologije: svetovanje, razvoj programske opreme, internet in podpora, 72212600 Storitve razvoja programske opreme za podatkovne baze in storitve razvoja operacijske programske opreme, 72220000 Storitve sistemskega in tehničnega svetovanja, 72222000 Storitve strateške revizije in načrtovanja na področju informacijskih sistemov ali tehnologij, 72222300 Storitve informacijske tehnologije, 72230000 Storitve razvoja programske opreme po naročilih uporabnikov, 72317000 Storitve shranjevanja podatkov, 73220000 Storitve svetovanja na področju razvoja
Kraj izvršitve:
Prequalification of BarentsWatch closed services (FOSA)
Organ za podeljevanje:
Norwegian Coastal Administration
Številka dodelitve:
d625395f-7efb-4975-83e4-53da177fc48a

1. Buyer

1.1 Buyer

Official name : Norwegian Coastal Administration

2. Procedure

2.1 Procedure

Title : Prequalification of BarentsWatch closed services (FOSA)
Description : The Norwegian Coastal Administration, hereafter called the Contracting Authority, invites tenderers to prequalification for the procurement of BarentsWatch closed services (BWLT). The Norwegian Coastal Administration carries out its assignment through three roles: a management body, trade body and as a government developer, operates and administers maritime infrastructure and maritime services and government emergency resources. The Norwegian Coastal Administration and barentswatch are subject to the Ministry of Trade, Industry and Fisheries. The execution is managed by the Norwegian Coastal Administration, where the BarentsWatch is formally organised as a department. BarentsWatch also consists of an agency group and a ministry group. BarentsWatch provides a collection of web based services where data from several public departments is compiled and made available to users of the cooperating parties. The service portfolio for the closed services with the accompanying infrastructure system (henceforth referred to as BWLT) is currently divided into two product areas: Tracing and Interaction, and the Joint Resource Register. BWLT is for Norwegian departments responsible for ocean and coastal areas, in order to streamline operative efforts through easy to interact and share information across agency borders. The services, which are exempt from public access, have been extensive and developed over many years. Both operative departments and the national rescue service get through different tools in the closed services a common situation picture in real time. This is mainly digital mapping services that contribute to norwegian sea and coastal areas being used and managed in an efficient, sustainable and well coordinated way. For more information https://www.kystverket.no/ and https://www.barentswatch.noAnskaffelsen services will apply for closed services to Barents Watch. The aim of the framework agreement is to establish a cooperation with one supplier who supports BarentsWatch with the correct competence and agreed capacity for the development, operation and management of BWLT, including a computer centre and its operation.
Procedure identifier : 22292ca2-cdf8-4dc5-832e-b0c5aff4d70e
Internal identifier : d625395f-7efb-4975-83e4-53da177fc48a
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Main features of the procedure : FOSA

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 ): 72212600 Database and operating software development services
Additional classification ( cpv ): 72220000 Systems and technical consultancy services
Additional classification ( cpv ): 72222000 Information systems or technology strategic review and planning services
Additional classification ( cpv ): 72222300 Information technology services
Additional classification ( cpv ): 72230000 Custom software development services
Additional classification ( cpv ): 72317000 Data storage services
Additional classification ( cpv ): 73220000 Development consultancy services

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.4 General information

Legal basis :
Directive 2009/81/EC
Forsvar og sikkerhet - The procurement involves handling of information at level LIMITED. Employees at the tenderer who shall have a technical influence on the services shall be security cleared to SECRET.
Forsvar og sikkerhet - The procurement involves handling of information at level LIMITED. Employees at the tenderer who shall have a technical influence on the services shall be security cleared to SECRET.

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 of obligations set under purely national exclusion grounds : The contracting authority shall state that in Norway there are national rejection reasons. These shall be described in the procurement documents. Tenderers must respond to whether they are in one or more of the situations described in the national rejection reasons. Will the purely national rejection reasons, as stated in the relevant notice or in the procurement documents, apply?
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 : Prequalification of BarentsWatch closed services (FOSA)
Description : The Norwegian Coastal Administration, hereafter called the Contracting Authority, invites tenderers to prequalification for the procurement of BarentsWatch closed services (BWLT). The Norwegian Coastal Administration carries out its assignment through three roles: a management body, trade body and as a government developer, operates and administers maritime infrastructure and maritime services and government emergency resources. The Norwegian Coastal Administration and barentswatch are subject to the Ministry of Trade, Industry and Fisheries. The execution is managed by the Norwegian Coastal Administration, where the BarentsWatch is formally organised as a department. BarentsWatch also consists of an agency group and a ministry group. BarentsWatch provides a collection of web based services where data from several public departments is compiled and made available to users of the cooperating parties. The service portfolio for the closed services with the accompanying infrastructure system (henceforth referred to as BWLT) is currently divided into two product areas: Tracing and Interaction, and the Joint Resource Register. BWLT is for Norwegian departments responsible for ocean and coastal areas, in order to streamline operative efforts through easy to interact and share information across agency borders. The services, which are exempt from public access, have been extensive and developed over many years. Both operative departments and the national rescue service get through different tools in the closed services a common situation picture in real time. This is mainly digital mapping services that contribute to norwegian sea and coastal areas being used and managed in an efficient, sustainable and well coordinated way. For more information https://www.kystverket.no/ and https://www.barentswatch.noAnskaffelsen services will apply for closed services to Barents Watch. The aim of the framework agreement is to establish a cooperation with one supplier who supports BarentsWatch with the correct competence and agreed capacity for the development, operation and management of BWLT, including a computer centre and its operation.
Internal identifier : 235d0963-7845-45f4-9bb8-7a029684650a

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 ): 72212600 Database and operating software development services
Additional classification ( cpv ): 72220000 Systems and technical consultancy services
Additional classification ( cpv ): 72222000 Information systems or technology strategic review and planning services
Additional classification ( cpv ): 72222300 Information technology services
Additional classification ( cpv ): 72230000 Custom software development services
Additional classification ( cpv ): 72317000 Data storage services
Additional classification ( cpv ): 73220000 Development consultancy services
Options :
Description of the options : 1+1+1

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 4 Year

5.1.4 Renewal

Maximum renewals : 3
Other information about renewals : 1+1+1

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.

5.1.9 Selection criteria

Sources of selection criteria : Notice
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.
Criterion : Other economic or financial requirements
Description : Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that: Minimum qualification requirements See point 4.4 The tenderer ́s economic and financial capacity in the Qualification documentation.
Criterion : References on specified services
Description : Only for services: In the reference period, the tenderer has carried out the following important goods deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three years to be taken into consideration. Minimum qualification requirements See point 4.5 The tenderer ́s technical and professional qualifications in the Qualification documentation.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
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. Minimum qualification requirements See also point 4.7 Sub-suppliers in the Qualification documentation.
Criterion : Certificates by independent bodies about quality assurance standards
Description : Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements? Minimum qualification requirements See point 4.5 Quality assurance standards and environmental management standards in the Qualification documentation.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards? Minimum qualification requirements See point 4.5 Quality assurance standards and environmental management standards in the Qualification documentation.
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

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Address of the procurement documents : https://permalink.mercell.com/264838604.aspx

5.1.12 Terms of procurement

Terms of the procedure :
Security clearance is required
Description : Valid security clearance will be required before the implementation of the contract at level SECRET.
Terms of submission :
Obligatory indication of subcontracting : The share of the contract that the tenderer intends to subcontract
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Variants : Not allowed
Deadline for receipt of requests to participate : 27/10/2025 11:00 +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 : The framework agreement (SSA-R) constitutes the general terms for contractual obligations.
A non-disclosure agreement is required : yes
Electronic invoicing : Required
Financial arrangement : Credit worthy
Subcontracting :
The contractor must indicate any change of subcontractors during the execution of the contract.

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 1

5.1.16 Further information, mediation and review

Review organisation : Oslo Tingrett
Information about review deadlines : Ten days waiting period
Organisation providing additional information about the procurement procedure : Norwegian Coastal Administration
Organisation providing offline access to the procurement documents : Norwegian Coastal Administration

8. Organisations

8.1 ORG-0001

Official name : Norwegian Coastal Administration
Registration number : 874783242
Postal address : Postboks 1502
Town : ÅLESUND
Postcode : 6025
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Contact point : Ørjan Flisnes
Telephone : +47 07847
Internet address : http://www.kystverket.no
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 : Oslo Tingrett
Registration number : 926 725 939
Town : Oslo
Postcode : 0164
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Roles of this organisation :
Review organisation

10. Change

Version of the previous notice to be changed : 80380a7c-3f90-4792-a6aa-f15d03a80aa3-01
Main reason for change : Information updated
Description : In the event of an oversee, the field/nightly description has provided outdated information on BarentWatch closed services. The text has now been updated.

10.1 Change

Section identifier : PROCEDURE

Notice information

Notice identifier/version : 89661a84-cd35-42c9-b084-6049104bc8c3 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 24/09/2025 09:09 +00:00
Notice dispatch date (eSender) : 24/09/2025 09:22 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00627021-2025
OJ S issue number : 184/2025
Publication date : 25/09/2025