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 : |
I.1) Name and addresses: NUTS code: NO 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 I.5.1) Main Activity: GENERAL PUBLIC SERVICES Framework Agreement for Consultancy Services for the Development of the Lovisa System Portfolio 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 II.1.6) This contract is divided into lots: yes 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 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. 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 Review body: 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. |
|