Norway-Trondheim: IT services: consulting, software development, Internet and support

Get tender notifications and more sign up now and never miss an opportunity again. Already a member? log in to your account.

Title Norway-Trondheim: IT services: consulting, software development, Internet and support
OJEU (High Value) 325046-2020
Type Invitation to tender
Date Published 2020-07-10
Deadline 2020-08-10 12:00:00
Nature Of Contract Service contract
Awarding Authority
Procedure

Description :
CONTRACT NOTICE


Section I: Contracting authority

I.1) Name and addresses:
Official name: Domstoladministrasjonen
National registration number: National registration number: 984 195 796
Postal address: Dronningens gate 2
Town: Trondheim
Postal code: 7011
Country: NO
Contact person: Gry Olsson Berstad Holme
Telephone: +47 55134480
E-mail: gry.holme@inventura.no
NUTS code: NO
Main address: http://www.domstol.no
Address of the buyer profile (URL): https://eu.eu-supply.com/ctm/Company/CompanyInformation/Index/339555

Communication
I.3) Procurement documents
(URL):http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=275042&B=DFO

Additional Information
I.3.4) Additional information can be obtained from:
I.3.6)Tenders or requests to participate must be submitted electronically via:
http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=275042&B=DFO
I.3.8) to the above mentioned address
I.4) Type of the contracting authority: NATIONAL AGENCY

Main Activity
I.5.1) Main Activity: GENERAL PUBLIC SERVICES

Section II: Object of Contract


Title:
Framework Agreement for Consultancy Services for the Development of the Lovisa System Portfolio

Reference number: 20/1704

II.1.4) Short description
The aim of the procurement is to ensure competence and capacity for the development and management of the Lovisa platform. The chosen tenderer will be a central contributor in realising the law courts' strategy for digitalising the entity. The tenderer will, with his resources, work as an integrated part of the law courts' IT organisation. In cooperation with the platform team, the rest of the IT organisation and the product owner organisation in the department for Innovation and Law Court Development (INDU), the tenderer will provide good self-developed systems, peppered with standard systems and public joint components.

II.01) Estimated value excluding VAT:
NOK 100000000.00

Information about lots
II.1.6) This contract is divided into lots: yes



Description: Item/Lot 1
Title:
Framework Agreement for Consultancy Services for the Development of the Lovisa System Portfolio

II.2.1) Lot No: 1
NUTS code: NO
II.2.3.2) Main site or place of performance:
Trondheim.

II.1.4) Short description
The aim of the procurement is to ensure competence and capacity for the development and management of the Lovisa platform. The chosen tenderer will be a central contributor in realising the law courts' strategy for digitalising the entity. The tenderer will, with his resources, work as an integrated part of the law courts' IT organisation. In cooperation with the platform team, the rest of the IT organisation and the product owner organisation in the department for Innovation and Law Court Development (INDU), the tenderer will provide good self-developed systems, peppered with standard systems and public joint components.

II.2.5) Award criteria:

Value excluding VAT: NOK 100000000.00
II.02.07) Duration in months 24
II.2.7.5) This contract is subject to renewal: yes
II.2.7.6) Description of renewals:
The contract period will be 2 years, with 2 options for 1 year, to a maximum of 4 years.

II.2.9.2) Minimum number of candidates: 3
II.2.9.3) Maximum number of candidates: 5
II.2.9,4) Objective criteria for choosing the limited number of candidates:
Tenderers must have good experience from similar deliveries.

Certificates from up to five similar deliveries during the last 3 years. The certificates should be signed or confirmed in writing by the contracting authority for the different deliveries, and as a minimum shall include:

• a brief description of the assignment.

• time of execution

• scope of the assignment in monetary amount.

• name and telephone number of a reference person at the contracting authority.

If it is not possible to acquire signed or verified certificate, tenderres must provide a list of all relevant assignments with descriptions according to the above points.

The contracting authority must have the possibility to contact the contact persons who are listed.

Tenderers must have a good implementation ability.

A brief, overall description must be given of the tenderer, including:

• a statement of the tenderer’s business idea and a description of the company.

• overview of the company's staffing and competence in the form of a general competence matrix or similar.

II.2.10) Variants will be accepted: no
II.2.11) Options
II.2.11.2) Description of options
See the contract annex.

The procurement is related to a project and/or programme financed by European Union funds): no

Section III: Legal, economic, financial and technical information

III.1.1) List and brief description of conditions
Tenderers must be a legally established company.

Norwegian tenderers:

• Company Registration Certificate.

Foreign tenderers:

• Confirmation that the tenderer is registered in a trade index or a register of business enterprises, in accordance with the legislation of the country where the tenderer is established.

III.1.2.3) List and brief description of selection criteria
Tenderers must have sufficient financial strength to fulfil the contract.

The tenderer's annual accounts, including notes with the board and auditor's reports from 2017-2019.

If the annual accounts for last year have not been completed by the tender deadline for this contest, the preliminary annual accounts must also be attached for last year.

The contracting authority reserves the right to obtain a credit rating from Experian.

Financial strength is assessed in relation to turnover, operating margin, solvency and liquidity.

III.1.3.2) List and brief description of selection criteria
Tenderers must have a good implementation ability.

A brief, overall description must be given of the tenderer, including:

• a statement of the tenderer's business idea and a description of the company.

• overview of the company's staffing and competence within relevant disciplines, in the form of a general competence matrix or similar.

Tenderers must have good experience from similar deliveries.

Certificates from up to 5 similar deliveries in the last 3 years. The certificates must be signed for confirmed in writing by the contracting authority for the different deliveries, and must, as a minimum, contain:

• a brief description of the assignment.

• time of execution

• scope of the assignment in monetary amount.

• name and telephone number of a reference person at the contracting authority.

If it is not possible to acquire signed or verified certificate, tenderers must attach a list of all relevant assignments with descriptions in accordance with the above points.

The contracting authority will have the opportunity to contact the contact persons provided.

The references must be listed in the attached template.

Tender documentation annex 4 Reference Projects.


Section IV: Procedure

IV.1.1) Type of procedure: Competitive Negotiation
IV.1.1) Type of procedure: Competitive procedure with negotiation
IV.1.3) The procurement involves the establishment of a framework agreement

IV.1.3) Envisaged maximum number of participants to the framework agreement 2
IV.1.4) Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.5) The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

IV.2.1) Time limit for receipt of tenders or requests to participate
IV.2.2) Date 2020-08-10
IV.2.2) Local time 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
2020-08-21


IV.2.6) Tender must be valid until
2021-01-04

Section V: Complementary information



Review body:
Official name: Sør-Trøndelag Tingrett
Postal address: Postboks 2317 Torgarden
Town: Trondheim
Postal code: 7004
Country: NO

Section VI

Date of dispatch of this notice : 2020-07-07

CPV Codes
72000000; 48000000; 48220000; 48224000; 48312000; 72212000; 72212200; 72212220; 72220000; 72224000; 72224200; 72227000; 72260000; 72262000; 72265000; 72266000; 72267000; 72267100; 73220000; IT services: consulting, software development, Internet and support; Software package and information systems; Internet and intranet software package; Web page editing software package; Electronic publishing software package; Programming services of application software; Networking, Internet and intranet software development services; Internet and intranet software development services; Systems and technical consultancy services; Project management consultancy services; System quality assurance planning services; Software integration consultancy services; Software-related services; Software development services; Software configuration services; Software consultancy services; Software maintenance and repair services; Maintenance of information technology software; Development consultancy services;

Sign-up now to receive weekly OJEU reports for the UK, your sector and/or elsewhere in the EU. We also report on the procurement of EC Institutions.