Inscrivez-vous 01 49 36 46 20
appel-offre
appel-offre
 
            
Date de publication : 01/04/2025
Date de péremption : 09/05/2026
Type de procédure : Procédure ouverte
Type de document : Avis de marché ou de concession – régime ordinaire
Norvège
appel-offre

Norvège - Logiciels et systèmes d'information - Code Handling

2025/S 2025-207418  (Voir l'avis original TED)
 
 
V  E  R  S  I  O  N      F  R  A  N  C  A  I  S  E
64/2025
207418-2025 - Mise en concurrence
Norvège – Logiciels et systèmes d'information – Code Handling
OJ S 64/2025 01/04/2025
Avis de marché ou de concession – régime ordinaire
Fournitures

   1.  Acheteur
1.1.
Acheteur
Nom officiel: Riksrevisjonen
Adresse électronique: OKAR@RIKSREVISJONEN.NO
Forme juridique de l’acheteur: Entreprise publique
Activité du pouvoir adjudicateur: Services d’administration générale

   2.  Procédure
2.1.
Procédure
Titre: Code Handling
Description: The objective of the procurement is to procure a platform for software development and code based analysis. The platform must have functionality for easy publication of access controlled web applications and include functionality for controlling the installation of expansions/code libraries to R and Python. The need is threefold and can be summarised as follows: • Efficient development of code in R and Python, including code-based data processing and analysis • Presentation of web applications, interactive reports and visualisations with authentication and access management • Better control with installation of expansions/code libraries to R and Python.
Identifiant de la procédure: 8dca9bef-3870-4644-bbe9-680e447d90e2
Identifiant interne: 2024/00353
Type de procédure: Ouverte
La procédure est accélérée: non
2.1.1.
Objet
Nature du marché: Fournitures
Nomenclature principale (cpv): 48000000 Logiciels et systèmes d'information
Nomenclature supplémentaire (cpv): 48460000 Logiciels analytiques, scientifiques, mathématiques ou prévisionnels, 48981000 Logiciels de compilation, 48982000 Logiciels de gestion de la configuration, 48983000 Logiciels de développement, 72261000 Services d'assistance relative aux logiciels, 72266000 Services de conseil en logiciels
2.1.2.
Lieu d’exécution
Pays: Norvège
N’importe où dans le pays donné
2.1.3.
Valeur
Valeur estimée hors TVA: 5 000 000,00 NOK
Valeur maximale de l’accord-cadre: 5 000 000,00 NOK
2.1.4.
Informations générales
Base juridique:
Directive 2014/24/UE
2.1.6.
Motifs d’exclusion
Situation analogue à la faillite prévue dans la législation nationale: 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.
Faillite: 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.
Concordat: 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 à une organisation criminelle: 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)
Accords avec d’autres opérateurs économiques en vue de fausser la concurrence: Has the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition?
Manquement aux obligations dans le domaine du droit environnemental: 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.
Blanchiment de capitaux ou financement du terrorisme: 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).
Fraude: 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).
Travail des enfants et autres formes de traite des êtres humains: 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).
Insolvabilité: 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.
Manquement aux obligations dans le domaine du droit du travail: 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.
Biens administrés par un liquidateur: 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.
Coupable de fausses déclarations, non-communication, n’a pas été en mesure de fournir les documents requis et a obtenu des informations confidentielles de la présente procédure: 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'
Conflit d’intérêt créé par sa participation à la procédure de passation de marché: Are tenderers aware of a conflict of interest as stated in national law, the relevant notice or procurement documents'
Association directe ou indirecte à la préparation de cette procédure de passation de marché: 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?
Coupable d’une faute professionnelle grave: Has the tenderer committed serious errors in professional practice? If relevant, see the definitions in national law, the relevant notice or procurement documents.
Résiliation, dommages et intérêts ou autres sanctions comparables: 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'
Manquement aux obligations dans le domaine du droit social: 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.
Paiement des cotisations de sécurité sociale: 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?
État de cessation d’activités: 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.
Paiement d’impôts et 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?
Infractions terroristes ou infractions liées aux activités terroristes: 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: LOT-0000
Titre: Code Handling
Description: The objective of the procurement is to procure a platform for software development and code based analysis. The platform must have functionality for easy publication of access controlled web applications and include functionality for controlling the installation of expansions/code libraries to R and Python. The need is threefold and can be summarised as follows: • Efficient development of code in R and Python, including code-based data processing and analysis • Presentation of web applications, interactive reports and visualisations with authentication and access management • Better control with installation of expansions/code libraries to R and Python.
Identifiant interne: 2024/00353
5.1.1.
Objet
Nature du marché: Fournitures
Nomenclature principale (cpv): 48000000 Logiciels et systèmes d'information
Nomenclature supplémentaire (cpv): 48460000 Logiciels analytiques, scientifiques, mathématiques ou prévisionnels, 48981000 Logiciels de compilation, 48982000 Logiciels de gestion de la configuration, 48983000 Logiciels de développement, 72261000 Services d'assistance relative aux logiciels, 72266000 Services de conseil en logiciels
Options:
Description des options: Integrated tool for AI-assisted power-outs.
5.1.2.
Lieu d’exécution
Pays: Norvège
N’importe où dans le pays donné
5.1.3.
Durée estimée
Durée: 3 Ans
5.1.4.
Renouvellement
Nombre maximal de renouvellements: 1
5.1.5.
Valeur
Valeur estimée hors TVA: 5 000 000,00 NOK
Valeur maximale de l’accord-cadre: 5 000 000,00 NOK
5.1.6.
Informations générales
Participation réservée: La participation n’est pas réservée.
Projet de passation de marché non financé par des fonds de l’UE
Le marché relève de l’accord sur les marchés publics (AMP): oui
Le marché en question convient aussi aux petites et moyennes entreprises (PME): oui
5.1.9.
Critères de sélection
Critère:
Type: Capacité économique et financière
Nom: Requirements of the tenderer ´s economic and financial capacity.
Description: Requirement: Tenderers shall have sufficient economic and financial capacity to fulfil the contract. 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 reserves the right to obtain further credit ratings or other financial information that, but not limited to, annual accounts including notes, the board's annual reports and auditor's reports.
Utilisation de ce critère: Utilisé

Critère:
Type: Aptitude à exercer l’activité professionnelle
Nom: The tenderer ´s registration, authorisations, etc.
Description: Tenderers shall be registered in a company register, professional register or registered in a commerce register in the country where the tenderer is established. Documentation requirement: • Norwegian companies: Company Registration Certificate • Foreign companies: Proof that the company is registered in a company register, professional register or a commerce register in the country where the tenderer is established.
Utilisation de ce critère: Utilisé

Critère:
Type: Capacité technique et professionnelle
Nom: Requirements regarding the tenderer ´s technical and professional qualifications.
Description: Tenderers shall have experience from relevant contracts. Documentation requirement: • Description of the tenderer ´s up to 3 most relevant assignments in the course of the last 3 years. The description must include a statement of the contract ´s value, date and recipient (name, telephone number and e-mail address). It is the tenderer ´s responsibility to document relevance through the description. Tenderers can document their experience by referring to competence of the personnel he has at his disposal and can use this assignment, even if the experience has been worked up while the personnel have served another service provider. The tenderer shall use Annex 1: Template for references to document technical and professional qualifications that are submitted simultaneously with tenders.
Utilisation de ce critère: Utilisé
5.1.10.
Critères d’attribution
Critère:
Type: Coût
Nom: Cost
Description: The total price for all costs including licences and maintenance (4 years) for software stated in SSA-K annex 1 and an hourly withdrawal of 60 hours divided with 20 hours for each consultant category, based on the hourly rates described in the SSA-R annex
   5.  Emphasis is put on the fact that hours are estimates for evaluation purposes.
Catégorie du critère d’attribution poids: Pondération (pourcentage, valeur exacte)
Nombre critère d’attribution: 25
Critère:
Type: Qualité
Nom: Quality
Description: Fulfilment of requirements in the requirement specification labelled 'E' requirements.
Catégorie du critère d’attribution poids: Pondération (pourcentage, valeur exacte)
Nombre critère d’attribution: 75
5.1.11.
Documents de marché
5.1.12.
Conditions du marché public
Conditions de présentation:
Présentation par voie électronique: Requise
Langues dans lesquelles les offres ou demandes de participation peuvent être présentées: norvégien
Catalogue électronique: Non autorisée
Variantes: Non autorisée
Les soumissionnaires peuvent présenter plusieurs offres: Autorisée
Date limite de réception des offres: 09/05/2025 10:00:00 (UTC)
Date limite de validité de l’offre: 3 Mois
Informations relatives à l’ouverture publique:
Date d'ouverture: 09/05/2025 11:05:00 (UTC)
Conditions du marché:
Le marché doit être exécuté dans le cadre de programmes d’emplois protégés: Non
Un accord de confidentialité est requis: non
Facturation en ligne: Requise
La commande en ligne sera utilisée: oui
Le paiement en ligne sera utilisé: non
5.1.15.
Techniques
Accord-cadre: Accord-cadre, sans remise en concurrence
Nombre maximal de participants: 1
Informations sur le système d’acquisition dynamique: Pas de système d’acquisition dynamique
Enchère électronique: non
5.1.16.
Informations complémentaires, médiation et réexamen
Organisation chargée des procédures de recours: Oslo tingrett

   8.  Organisations
8.1.
ORG-0001
Nom officiel: Riksrevisjonen
Numéro d’enregistrement: 974760843
Adresse postale: Storgata 16
Ville: OSLO
Code postal: 0184
Pays: Norvège
Point de contact: Øystein Karlsen
Adresse électronique: OKAR@RIKSREVISJONEN.NO
Téléphone: +47 99999999
Adresse internet: https://www.riksrevisjonen.no/
Rôles de cette organisation:
Acheteur
8.1.
ORG-0002
Nom officiel: Oslo tingrett
Numéro d’enregistrement: 926 725 939
Adresse postale: C.J.Hambros plass 4,
Ville: oslo
Code postal: 0164
Pays: Norvège
Adresse électronique: oslo.tingrett@domstol.no
Téléphone: +47 22035200
Rôles de cette organisation:
Organisation chargée des procédures de recours
Informations relatives à l’avis
Identifiant/version de l’avis: 27c99b72-5f2e-4675-8281-37c82f701c45 - 01
Type de formulaire: Mise en concurrence
Type d’avis: Avis de marché ou de concession – régime ordinaire
Sous-type d’avis: 16
Date d’envoi de l’avis: 31/03/2025 10:00:58 (UTC)
Date d’envoi de l’avis (eSender): 31/03/2025 10:00:58 (UTC)
Langues dans lesquelles l’avis en question est officiellement disponible: anglais
Numéro de publication de l’avis: 207418-2025
Numéro de publication au JO S: 64/2025
Date de publication: 01/04/2025

 
 
C L A S S E    C P V
48000000 - Logiciels et systèmes d'information 
48460000 - Logiciels analytiques, scientifiques, mathématiques ou prévisionnels 
48981000 - Logiciels de compilation 
48982000 - Logiciels de gestion de la configuration 
48983000 - Logiciels de développement 
72261000 - Services d'assistance relative aux logiciels 
72266000 - Services de conseil en logiciels