Tender Details
Title
Norway – IT services: consulting, software development, Internet and support – Procurement of software, cloud services and consulting. Place of performance: Norway Main nature of the contract: Services Official name: ARBEIDS- OG VELFERDSETATEN Type of procedure: Negotiated with prior publication of a call for competition / competitive with negotiation
Country
Language
English
Organization
Published Date
28.06.2024
Deadline Date
21.08.2024
Overview
385206-2024 - Competition Competition Norway: IT services: consulting, software development, Internet and support Procurement of software, cloud services and consulting. Norway, Anywhere in the given country Estimated value excluding VAT: 124 000 000,00 NOK Type of procedure: Negotiated with prior publication of a call for competition / competitive with negotiation Buyer Buyer: ARBEIDS- OG VELFERDSETATEN Norway, Nordland (NO071), Mo i Rana LOT-0001: Procurement of software, cloud services and consulting. IT services: consulting, software development, Internet and support Norway, Anywhere in the given country Duration: 48 Months Estimated value excluding VAT: 124 000 000,00 NOK Deadline for receipt of requests to participate: 21/08/2024 - 10:00:00 (UTC) LOT-0002: Sub-contract 2 - Service Management IT services: consulting, software development, Internet and support Norway, Anywhere in the given country Duration: 48 Months Estimated value excluding VAT: 36 000 000,00 NOK Deadline for receipt of requests to participate: 21/08/2024 - 10:00:00 (UTC) LOT-0003: Sub-contract 1 - Software IT services: consulting, software development, Internet and support Norway, Anywhere in the given country Duration: 48 Months Estimated value excluding VAT: 88 000 000,00 NOK Deadline for receipt of requests to participate: 21/08/2024 - 10:00:00 (UTC) 385206-2024 - Competition Norway – IT services: consulting, software development, Internet and support – Procurement of software, cloud services and consulting. OJ S 125/2024 28/06/2024 Contract or concession notice – standard regime Services 1. Buyer 1.1. Buyer Official name: ARBEIDS- OG VELFERDSETATEN Legal type of the buyer: Central government authority Activity of the contracting authority: General public services 2. Procedure 2.1. Procedure Title: Procurement of software, cloud services and consulting. Description: This procurement is a framework agreement for software, cloud services and consulting, and it consists of two sub-contracts. Tenderers can submit requests for participation in Sub-Contract 1 or Sub-Contract 2, or both sub-contracts. We request that this is stated in the letter confirming the tenderer's request for participation. Questions related to the competition will not be answered in weeks 28-30. Procedure identifier: 38564239-b112-454c-86b5-7959f32c6709 Internal identifier: 23/25210 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: Sub-contract 1: Framework agreement with a tenderer for the purchase of software licences and cloud services with the accompanying consultancy services within licence and contract terms, licence management as well as consultancy services connected to the use of software/cloud services within three product groups: Desktop surface Architecture, design and development Administrative tool. An overview of the current licence portfolio can be found in the Tender documentation Part III, Sub-Contract 1, Annex 1 point 1.3.Vi draws attention to the fact that the procurement of software and cloud services from Microsoft will not be included in this procurement, these will be covered by other contracts during the entire contract period. The estimated value for sub-contract NOK 1,110,000,000, including VAT. The maximum value is NOK 125 million. Sub-contract 2: Framework agreement with a provider of Service Management software, which includes the procurement of software licences with the accompanying additional software from third-party suppliers (plug-ins) and cloud services with accompanying consultancy services in licence and agreement terms, licence management and accompanying support services/consultancy services. The contracting authority is currently primarily using Atlassian products. The maximum value is NOK 50 million. 2.1.1. Purpose Main nature of the contract: Services Main classification (cpv): 72000000 IT services: consulting, software development, Internet and support Additional classification (cpv): 48000000 Software package and information systems, 48100000 Industry specific software package, 48200000 Networking, Internet and intranet software package, 48311000 Document management software package, 48400000 Business transaction and personal business software package, 48440000 Financial analysis and accounting software package, 48730000 Security software package, 72150000 Computer audit consultancy and hardware consultancy services, 72200000 Software programming and consultancy services, 72246000 Systems consultancy services, 72266000 Software consultancy services, 72600000 Computer support and consultancy services 2.1.2. Place of performance Country: Norway Anywhere in the given country 2.1.3. Value Estimated value excluding VAT: 124 000 000,00 NOK Maximum value of the framework agreement: 140 000 000,00 NOK 2.1.4. General information Legal basis: Directive 2014/24/EU Anskaffelsesforskriften - 2.1.5. Terms of procurement Terms of submission: Maximum number of lots for which one tenderer can submit tenders: 2 Terms of contract: Maximum number of lots for which contracts can be awarded to one tenderer: 2 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? 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? 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: LOT-0001 Title: Procurement of software, cloud services and consulting. Description: This procurement consists of two sub-contracts. Tenderers can submit requests for participation in Sub-Contract 1 or Sub-Contract 2, or both sub-contracts. We request that this is stated in the letter confirming the tenderer's request for participation. Sub-contract 1: Framework agreement with a tenderer for the purchase of software licences and cloud services, with the accompanying consultancy services within licence and contract terms, licence management as well as consultancy services connected to the use of software within three product groups: Desktop Desktop Architecture, design and development Administrative tools. Sub-contract 2 (Service Management): The contracting authority currently primarily uses Atlassian products such as Jira Software, Jira Service Management, Confluence, Trello, 3rd party plug-ins and Power Ups. Internal identifier: 23/25210 5.1.1. Purpose Main nature of the contract: Services Main classification (cpv): 72000000 IT services: consulting, software development, Internet and support Additional classification (cpv): 48000000 Software package and information systems, 48100000 Industry specific software package, 48200000 Networking, Internet and intranet software package, 48311000 Document management software package, 48400000 Business transaction and personal business software package, 48440000 Financial analysis and accounting software package, 48730000 Security software package, 72150000 Computer audit consultancy and hardware consultancy services, 72200000 Software programming and consultancy services, 72246000 Systems consultancy services, 72266000 Software consultancy services, 72600000 Computer support and consultancy services 5.1.2. Place of performance Country: Norway Anywhere in the given country 5.1.3. Estimated duration Duration: 48 Months 5.1.4. Renewal Maximum renewals: 2 The buyer reserves the right for additional purchases from the contractor, as described here: The contract shall be valid for 2 years from the date it comes into force. The contracting authority (the Customer) has the option to extend the contract for an additional 1+1 year. 5.1.5. Value Estimated value excluding VAT: 124 000 000,00 NOK Maximum value of the framework agreement: 140 000 000,00 NOK 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) 5.1.9. Selection criteria Criterion: Type: Economic and financial standing Name: 'Total' annual 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: Use of this criterion: Not used Criterion: Type: Economic and financial standing Name: Average annual 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: Use of this criterion: Not used Criterion: Type: Economic and financial standing Name: "Specific annual turnover" Description: Are the tenderer's ("specific") annual turnover within the area that the contract applies to and specified in the notice or in the procurement documents for the number of accounting years requested is as follows: Use of this criterion: Not used Criterion: Type: Economic and financial standing Name: Average set-up Description: Is the tenderer's average annual turnover within the area requested by the contract and specified in the notice or in the procurement documents for the number of financial years requested: Use of this criterion: Not used Criterion: Type: Economic and financial standing Name: The tenderer's establishment date Description: If the information about the turnover (combined or specific) is not available for the entire requested period, please state the date the company was established, or the tenderers started their business: Use of this criterion: Not used Criterion: Type: Economic and financial standing Name: Financial key figures Description: For financial key figures stated in the notice or in the procurement documents, the tenderer declares that the actual value(s) of the requested key figures are as follows: Use of this criterion: Not used Criterion: Type: Economic and financial standing Name: Liability insurance Description: The insured amount in the tenderer ́s liability insurance is the following: Use of this criterion: Not used Criterion: Type: Economic and financial standing Name: Other economic and 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 Qualification requirement: Tenderers are required to have sufficient financial capacity to fulfil the contract. Documentation requirement: The contracting authority will obtain a credit rating carried out by Experian, see the www.experian.no. If the tenderer feels that the credit rating will not provide an accurate picture, please send supplementary information together with the qualification enquiry. Use of this criterion: Used Criterion: Type: Other Name: Certificates issued by independent bodies for 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? Use of this criterion: Not used Criterion: Type: Other Name: Certificates issued by independent bodies for environmental management 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? Use of this criterion: Not used Criterion: Type: Suitability to pursue the professional activity Name: Registered in a trade 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. Use of this criterion: Not used Criterion: Type: Suitability to pursue the professional activity Name: Registered in a trade register or company 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. Minimum qualification requirements Qualification requirement: Tenderers are required to be a legally established company. Documentation requirement: • Norwegian tenderers: Company registration certificate from the Brønnøysund Register Centre. • Foreign tenderers: Certificate for registration in the Register of Business Enterprises as prescribed in the legislation of the country in which the tenderer is established. Use of this criterion: Used Criterion: Type: Suitability to pursue the professional activity Name: In the case of service contracts: Authorisations from a particular organisation required Description: Is a specific authorisation required from a particular organisation to provide the service in the tenderer's home country? Use of this criterion: Not used Criterion: Type: Suitability to pursue the professional activity Name: In the case of service contracts: Membership in a particular organisation is required Description: Is it necessary to have a particular membership in a particular organisation in order to provide the service in the tenderer ́s home country? Use of this criterion: Not used Criterion: Type: Technical and professional ability Name: Services only 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 Qualification requirement: Significant experience from similar deliveries is required. Documentation requirement: The tenderer's most important deliveries over the last three years, including a description of the assignment, its value, date and recipients. The template in the qualification documentation annex 2 shall be used to document fulfilment of the requirement. Use of this criterion: Used Criterion: Type: Technical and professional ability Name: Technical personnel or technical units 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. Use of this criterion: Not used Criterion: Type: Technical and professional ability Name: Technical facilities and quality assurance measures Description: The tenderer utilises the following technical facilities and quality assurance measures and the tenderer ́s survey and research facility is as follows: Use of this criterion: Not used Criterion: Type: Technical and professional ability Name: Investigation and research facilities Description: The tenderer ́s survey and research facilitates are as follows: Use of this criterion: Not used Criterion: Type: Technical and professional ability Name: Management and tracing of the supply chain Description: The tenderer will be able to use the following management of the supply chain and tracing systems for the execution of the contract: Use of this criterion: Not used Criterion: Type: Technical and professional ability Name: Control Permission Description: For goods or services that are complicated, or that in exceptional cases shall be used for a particular purpose: Will the tenderer allow checks of the tenderer's production capacity or technical capacity and, where necessary, of the survey and research facilities that the tenderer has at its disposal and of quality control measures? The inspections shall be undertaken by the contracting authority or the contracting authority can leave it to a competent public body in the country where the tenderer is established. Use of this criterion: Not used Criterion: Type: Technical and professional ability Name: Education 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: Minimum qualification requirements Qualification requirement: Good implementation ability is required. Documentation requirement: Description of the tenderer's technical capacity and professional qualifications. With regard to the capacity, a description of the tenderer's relevant units shall be given. With regard to qualifications, a short overview of the tenderer's general relevant expertise shall be given. Persons that will be offered should not be specified, and CVs should not be submitted. Use of this criterion: Used Criterion: Type: Technical and professional ability Name: Environmental management measures Description: Tenderers can employ the following environmental management measures in connection with the execution of the contract: Use of this criterion: Not used Criterion: Type: Technical and professional ability Name: Number of employees in the management Description: The tenderer ́s number of employees in the management during the last three years was as follows: Use of this criterion: Not used Criterion: Type: Technical and professional ability Name: Average workforce Description: The tenderer's average annual workforce in the last three years has been as follows: Use of this criterion: Not used Criterion: Type: Technical and professional ability Name: Tools, materials and technical equipment. Description: Tenderers can use the following tools, material and technical equipment to carry out the contract: Use of this criterion: Not used Criterion: Type: Technical and professional ability Name: Portion of the contract to sub-suppliers. 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. Use of this criterion: Not used 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 The procedure will take place in successive stages. At each stage, some participants may be eliminated The buyer reserves the right to award the contract on the basis of the initial tenders without any further negotiations 5.1.10. Award criteria Criterion: Type: Quality Name: Quality Weight (percentage, exact): 70 Criterion: Type: Price Name: Price Weight (percentage, exact): 30 5.1.11. Procurement documents Languages in which the procurement documents are officially available: Address of the procurement documents: https://permalink.mercell.com/229765399.aspx 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://permalink.mercell.com/229765399.aspx 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: 21/08/2024 10:00:00 (UTC) Terms of contract: Electronic invoicing: Required Electronic ordering will be used: yes Electronic payment will be used: yes 5.1.15. Techniques Framework agreement: Framework agreement, without reopening of competition Information about the dynamic purchasing system: No dynamic purchase system 5.1.16. Further information, mediation and review Review organisation: Oslo Tingrett 5.1. Lot: LOT-0002 Title: Sub-contract 2 - Service Management Description: Sub-contract 2: Framework agreement with a provider of Service Management software, which includes the procurement of software licences with the accompanying additional software from third-party suppliers (plug-ins) and cloud services with accompanying consultancy services in licence and agreement terms, licence management and accompanying support services/consultancy services. The Contracting Authority currently primarily uses Atlassian products. An overview of the current licence portfolio can be found in the Tender documentation Part III, Sub-Contract 2, Annex 1 point 1.2. The estimated value for sub-contract 2 is NOK 45 million including VAT. The maximum value is NOK 50 million. Internal identifier: 23/25210 5.1.1. Purpose Main nature of the contract: Services Main classification (cpv): 72000000 IT services: consulting, software development, Internet and support Additional classification (cpv): 48000000 Software package and information systems, 48100000 Industry specific software package, 48200000 Networking, Internet and intranet software package, 48311000 Document management software package, 48400000 Business transaction and personal business software package, 48440000 Financial analysis and accounting software package, 48730000 Security software package, 72150000 Computer audit consultancy and hardware consultancy services, 72200000 Software programming and consultancy services, 72246000 Systems consultancy services, 72266000 Software consultancy services, 72600000 Computer support and consultancy services Options: Description of the options: Option for Atlassian Premier Support. 5.1.2. Place of performance Country: Norway Anywhere in the given country 5.1.3. Estimated duration Duration: 48 Months 5.1.4. Renewal Maximum renewals: 2 The buyer reserves the right for additional purchases from the contractor, as described here: The contract shall be valid for 2 years from the date it comes into force. The contracting authority (the Customer) has the option to extend the contract for an additional 1+1 year. 5.1.5. Value Estimated value excluding VAT: 36 000 000,00 NOK Maximum value of the framework agreement: 40 000 000,00 NOK 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) 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 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 The procedure will take place in successive stages. At each stage, some participants may be eliminated The buyer reserves the right to award the contract on the basis of the initial tenders without any further negotiations 5.1.10. Award criteria Criterion: Type: Quality Name: Quality Weight (percentage, exact): 70 Criterion: Type: Price Name: Price Weight (percentage, exact): 30 5.1.11. Procurement documents Languages in which the procurement documents are officially available: Address of the procurement documents: https://permalink.mercell.com/229765399.aspx 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://permalink.mercell.com/229765399.aspx 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: 21/08/2024 10:00:00 (UTC) Terms of contract: Electronic invoicing: Required Electronic ordering will be used: yes Electronic payment will be used: yes 5.1.15. Techniques Framework agreement: Framework agreement, without reopening of competition Information about the dynamic purchasing system: No dynamic purchase system 5.1.16. Further information, mediation and review Review organisation: Oslo Tingrett 5.1. Lot: LOT-0003 Title: Sub-contract 1 - Software Description: Sub-contract 1: Framework agreement with a tenderer for the purchase of software licences and cloud services with the accompanying consultancy services within licence and agreement terms, licence management as well as consultancy services connected to the use of software/cloud services within three product groups: Desktop Desktop Architecture, design and development Administrative tools. An overview of the current licence portfolio can be found in the Tender documentation Part III, Sub-contract 1, Annex 1 point 1.3. Please note that the procurement of software and cloud services from Microsoft will not be included in this procurement, these are covered by other contracts during the entire contract period. The estimated value for sub-contract NOK 1,110,000,000, including VAT. The maximum value is NOK 125 million. Internal identifier: 23/25210 5.1.1. Purpose Main nature of the contract: Services Main classification (cpv): 72000000 IT services: consulting, software development, Internet and support Additional classification (cpv): 48000000 Software package and information systems, 48100000 Industry specific software package, 48200000 Networking, Internet and intranet software package, 48311000 Document management software package, 48400000 Business transaction and personal business software package, 48440000 Financial analysis and accounting software package, 48730000 Security software package, 72150000 Computer audit consultancy and hardware consultancy services, 72200000 Software programming and consultancy services, 72246000 Systems consultancy services, 72266000 Software consultancy services, 72600000 Computer support and consultancy services 5.1.2. Place of performance Country: Norway Anywhere in the given country 5.1.3. Estimated duration Duration: 48 Months 5.1.4. Renewal Maximum renewals: 2 The buyer reserves the right for additional purchases from the contractor, as described here: The contract shall be valid for 2 years from the date it comes into force. The contracting authority (the Customer) has the option to extend the contract for an additional 1+1 year. 5.1.5. Value Estimated value excluding VAT: 88 000 000,00 NOK Maximum value of the framework agreement: 100 000 000,00 NOK 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) 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 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 The procedure will take place in successive stages. At each stage, some participants may be eliminated The buyer reserves the right to award the contract on the basis of the initial tenders without any further negotiations 5.1.10. Award criteria Criterion: Type: Quality Name: Quality Weight (percentage, exact): 70 Criterion: Type: Price Name: Price Weight (percentage, exact): 30 5.1.11. Procurement documents Languages in which the procurement documents are officially available: Address of the procurement documents: https://permalink.mercell.com/229765399.aspx 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://permalink.mercell.com/229765399.aspx 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: 21/08/2024 10:00:00 (UTC) Terms of contract: Electronic invoicing: Required Electronic ordering will be used: yes Electronic payment will be used: yes 5.1.15. Techniques Framework agreement: Framework agreement, without reopening of competition Information about the dynamic purchasing system: No dynamic purchase system 5.1.16. Further information, mediation and review Review organisation: Oslo Tingrett Organisation receiving requests to participate: ARBEIDS- OG VELFERDSETATEN Organisation processing tenders: ARBEIDS- OG VELFERDSETATEN 8. Organisations 8.1. ORG-0001 Official name: ARBEIDS- OG VELFERDSETATEN Registration number: 889640782 Postal address: Postboks 354 Town: Mo i Rana Postcode: 8601 Country subdivision (NUTS): Nordland (NO071) Country: Norway Contact point: Fatmi Alhasan Email: fatmi.alhasan@nav.no Telephone: 90013853 Internet address: http://www.nav.no/ Roles of this organisation: Buyer Organisation receiving requests to participate Organisation processing tenders 8.1. ORG-0002 Official name: Oslo Tingrett Registration number: 926725939 Town: Oslo Country: Norway Email: Oslo.Tingrett@domstol.no Telephone: +47 22035200 Roles of this organisation: Review organisation 11. Notice information 11.1. Notice information Notice identifier/version: 8d3ce6d3-83f0-45c1-b21a-ce0517809385 - 01 Form type: Competition Notice type: Contract or concession notice – standard regime Notice dispatch date: 26/06/2024 14:30:48 (UTC) Notice dispatch date (eSender): 26/06/2024 17:31:15 (UTC) Languages in which this notice is officially available: English 11.2. Publication information Notice publication number: 385206-2024 OJ S issue number: 125/2024 Publication date: 28/06/2024 Czech document download: https://ted.europa.eu/cs/notice/385206-2024/pdf Danish document download: https://ted.europa.eu/da/notice/385206-2024/pdf German document download: https://ted.europa.eu/de/notice/385206-2024/pdf Greek document download: https://ted.europa.eu/el/notice/385206-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/385206-2024/pdf English document download: https://ted.europa.eu/en/notice/385206-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/385206-2024/pdf Finnish document download: https://ted.europa.eu/fi/notice/385206-2024/pdf French document download: https://ted.europa.eu/fr/notice/385206-2024/pdf Irish document download: https://ted.europa.eu/ga/notice/385206-2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/385206-2024/pdf Hungarian document download: https://ted.europa.eu/hu/notice/385206-2024/pdf Italian document download: https://ted.europa.eu/it/notice/385206-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/385206-2024/pdf Latvian document download: https://ted.europa.eu/lv/notice/385206-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice/385206-2024/pdf Dutch document download: https://ted.europa.eu/nl/notice/385206-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/385206-2024/pdf Portuguese document download: https://ted.europa.eu/pt/notice/385206-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/385206-2024/pdf Slovak document download: https://ted.europa.eu/sk/notice/385206-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/385206-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/385206-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/385206-2024/pdf
NAICS
Power Nonferrous Metal (except Copper and Aluminum) Rolling Business All Other Professional Hardware Navigational Professional Justice Bolt Electric Power Transmission Nonferrous Metal (except Copper and Aluminum) Rolling Copper Religious Executive and Legislative Offices Financial Transactions Processing Securities Justice Other Professional Copper Rolling Turned Product and Screw Other Justice Accounting Copper Rolling Machinery Other Aluminum Rolling Investigation Accounting Measuring Navigational Financial Transactions Processing Other Similar Organizations (except Business All Other Professional Executive and Legislative Offices Management Other Justice Other Similar Organizations (except Business Machine Shops; Turned Product; and Screw Copper Professional Process Funds
CPVS
Tools Earthmoving and excavating machinery, and associated parts Iron, lead, zinc, tin and copper Pictures System, storage and content management software package Environmental management Mains Networks Networking, Internet and intranet software development services Control, safety, signalling and light equipment IT services: consulting, software development, Internet and support Nuts Sections Lavatory seats, covers, bowls and cisterns Engineering, auxiliary, average, loss, actuarial and salvage insurance services Publications Control, safety or signalling equipment for inland waterways Lead IT software package Feasibility study, advisory service, analysis Research, testing and scientific technical simulator Document creation, drawing, imaging, scheduling and productivity software package Business services: law, marketing, consulting, recruitment, printing and security Other community, social and personal services Control, safety or signalling equipment for parking facilities Templates Command, control, communication systems Supports Document creation, drawing, imaging, scheduling and productivity software development services Control, safety or signalling equipment for port installations Surveying, hydrographic, oceanographic and hydrological instruments and appliances Command, control, communication and computer systems System, storage and content management software development services Security software package Forms Parts of chain Chain Networking, Internet and intranet software package Vats Installation services of equipment for measuring, checking, testing and navigating Pressure-reducing, control, check or safety valves Catalogues Information systems Other services Accounting, auditing and fiscal services Seats, chairs and related products, and associated parts Keys Control, safety or signalling equipment for roads Security, fire-fighting, police and defence equipment Administration, defence and social security services Postal orders Electronic, electromechanical and electrotechnical supplies Designs Tool parts Control, safety or signalling equipment for airports Dates Tools, locks, keys, hinges, fasteners, chain and springs
UNSPSC
Chains Hardware Nuts Computers Software Accounting software Document management software Industry specific software Templates Awards Business cases Environmental management Inspection Quality control Co financing Equipment cases Surface Procurement software Liability insurance Case making services Financial Instruments, Products, Contracts and Agreements Securities Power Supply, Computer High Frequency Radio Set, Desktop Very High Frequency Radio Set, Desktop E-Passport, Id, E-Health Services, Surveys, Planning & Studies (Aviation)
Regions
Europe Northern Europe Western Europe
Sectors
Printing and Publishing Services Construction Energy-Power and Electrical Computer Hardwares and Consumables
URL
Share
To be notified
when a tender matching your filter is published
To Follow
Tenders
Add New Tender Alert
To Follow
Contracts
Add New Contract Alert
To Follow
Fairs
Add New Fair Alert