Norway-Bergen: 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-Bergen: IT services: consulting, software development, Internet and support
OJEU (High Value) 325048-2020
Type Invitation to tender
Date Published 2020-07-10
Deadline 2020-08-06 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: Klagenemndssekretariatet
National registration number: National registration number: 918195548
Postal address: Pb. 511 sentrum
Town: Bergen
Postal code: 5805
Country: NO
Contact person: Dag Thomas Nybø-Sørensen
Telephone: +47 55134480
E-mail: dagthomas.nybosorensen@inventura.no
NUTS code: NO
Main address: https://permalink.mercell.com/133947924.aspx
Address of the buyer profile (URL): https://www.inventura.no/

Communication
I.3) Procurement documents
(URL):https://permalink.mercell.com/133947924.aspx

Additional Information
I.3.4) Additional information can be obtained from:
I.3.6)Tenders or requests to participate must be submitted electronically via:
https://permalink.mercell.com/133947924.aspx
I.4) Type of the contracting authority: BODY PUBLIC

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

Section II: Object of Contract


Title:
IT supplier to Klagenemndssekretaritatet [the Norwegian Appeals Board Secretariat]

Reference number: 2020/0249

II.1.4) Short description
Klagenemndssekretariatet (KNSE og Oppdragsgiver) [the Norwegian Appeals Board Secretariat] (KNSE and contracting authority) is a government appeals body established on the 1 April 2017. The body has 22 employees of which four are administrative employees and 18 jurists that work with appeals processing and appeals cases. The Norwegian Appeals Board Secretariat serves seven appeals boards subject to the Ministry of Trade, Industry and Fisheries, the Oil and Energy Department and the Culture Department. These appeals boards are: the appeals board for public procurements, the tender appeals board, the foundation appeals board, the lottery board, the register of non-profit organisations board, media appeals board and energy appeals board.

KNSE wants to sign a contract with one supplier. The tenderer will ensure that IT infrastructure will be operated and maintained completely outside of KNSE's organisation and KNSE there needs external assistance to move the current IT infrastructure over to their own sand-alone IT infrastructure, as well as assist in ongoing IT operation/operation of different IT services.

Click here https://permalink.mercell.com/133947924.aspx


Information about lots
II.1.6) This contract is divided into lots: no

Description: Item/Lot 1
NUTS code: NO051
II.1.4) Short description
KNSE’s IT structure was built up by the Konkurransetilsynet (KT) [the Norwegian Competition Authority]. Operation of IT has until now been carried out by the IT department in KT and IT operation consists primarily of operation of the archive system P360, networks and servers and mail system. KNSE currently has partially common IT infrastructure with the Norwegian Competition Authority where IT is operated with the help of virtual servers partially in KT's computer room and partially in KNSE's premises (switch/patch room).

From the 1 November 2020, KNSE will have their own IT infrastructure and operation. KNSE does not have employees with responsibility and expertise for IT architecture and does not want this in the future. It is preferable that KNSE's IT infrastructure is operated and maintained completely outside of KNSE's organisation and KNSE therefore has a need for external assistance to move the current IT infrastructure over to a stand-alone IT infrastructure, as well as contribute to the ongoing IT operation/operation of different IT services. KNSE wants to sign a contract with one supplier.

It is preferable that the tenderer implements the establishment project in the period right after signing the contract; i.e. from the start of November to the second week of December, with delivery on the 11 December 2020 so that KNSE is on the new functioning operational platform from that point in time.

For further information about KNSE's need and the existing IT structure, see Annex 1 and Annex 3.

II.2.5) Award criteria:

II.2.6) Duration of the contract, framework agreement or dynamic purchasing system
II.2.7) Start: 2020-10-15
II.2.7) End: 2024-10-15
II.2.7.5) This contract is subject to renewal: yes
II.2.7.6) Description of renewals:
The contract duration will be 4 years from contract signing with an option for the contracting authority to extend the contract one or more times for a period of at least 6 months at a time for up to 4 years, with a total contract duration of up to 8 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:
From the service providers who meet the qualification requirements, the contracting authority will select a limited number of tenderers who will be invited to submit a tender offer. If there are a sufficient number of qualified tenderers who fulfil the qualification requirements, the number of participants who will be invited to submit tender offers will be limited to a minimum of three and a maximum of five. If more than five (5) tenderers who fulfil the minimum requirements for qualification register, the contracting authority will make the selection of qualified suppliers who are invited to submit tender offers, based on the composition of suppliers who are best suited to promote competition for the contract.

II.2.10) Variants will be accepted: no
II.2.11) Options
II.2.11.2) Description of options
Option for the contracting authority to extend the contract one or more times for a period of a minimum of 6 months at a time for up to 4 years, with a total contract duration of up to 8 years.

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
Requirement: tenderers must have their affairs in order with respect to the payment of tax, payroll tax and value added tax (VAT).

The tax certificate must not be older than 6 months calculated from the deadline for submitting a request for participation. For Norwegian tenderers: A tax and VAT certificate issued by the Tax Collection Office via Altinn. Foreign tenderers must submit equivalent certificates from their own country that show that they have an arrangement for the payment of taxes and duties. If the authorities in the relevant country do not issue these certificates, the tenderer should submit a statement which states that all taxes and duties have been paid. The statement shall be approved and signed by the tenderer's Financial Director/person responsible for finance.

Requirement: tenderers must be a legally established company.

Documentation requirements: Norwegian tenderers — company registration certificate.

Foreign tenderers: confirmation that the tenderer is registered in a trade register or company register in accordance with the law in the country where the tenderer is established.

III.1.2.3) List and brief description of selection criteria
Requirement: tenderers must have sufficient financial strength to be able to fulfil the contract.

Documentation requirement: the tenderer’s annual financial statements for 2019, including notes with the board and audit reports In addition, the tenderer is asked to present a credit rating not more than 6 months, from an approved credit rating company. The contracting authority reserves the right to carry out a credit assessment from Experian or a similar company. Financial strength is evaluated in relation to turnover, operating profit margin, solidity and liquidity.

III.1.3.2) List and brief description of selection criteria
Requirement: the tenderer must have good experience from comparable assignments.

Documentation requirement: description of the tenderer's three most relevant contracts in the course of the last 3 years. The description must include an indication of the assignment value, dates and recipient (name, telephone number and e-mail) and a brief description of how the reference is relevant to this assignment. The contracting authority reserves the right to contact the given references. It is the tenderer's responsibility to confirm relevance through the description. It is preferable that the tenderer completes the attached template for reference descriptions (Appendix 5).

Requirement: the tenderer must have extremely good systems, competence and experience with operation solutions where security requirements are high.

Documentation requirement: description of solutions, experiences and competence that ensure upholding of the requirement.

Any third party certifications and approvals of the system will count positively in the evaluation.

Requirement: the tenderer must have established management systems for information security.

Documentation requirement: a copy of a certificate for information security (NS-EN ISO/IEC 27001:2017) issued by an accredited certification body. Alternatively, a description can be given of the tenderer's system for information security as well as how it is implemented and managed internally must be presented.

III.2.2) Contract performance conditions
See attached contract.


Section IV: Procedure

IV.1.1) Type of procedure: Competitive Negotiation
IV.1.1) Type of procedure: Competitive procedure with negotiation
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 2020-08-06
IV.2.2) Local time 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
2020-08-11



Section V: Complementary information


VI.2.1) Electonic ordering will be used
VI.2.2) Electronic invoicing will be accepted
VI.2.3) Electronic payment will be used

Review body:
Official name: Bergen tingrett
Postal address: Pb. 7412
Town: Bergen
Postal code: 5020
Country: NO

Body responsible for mediation procedures
Official name: Nærings- og fiskeridepartmentet
Postal address: Postboks 8090 Dep
Town: Oslo
Postal code: 0032
Country: NO

VI.04.04) Service from which information about the review
Official name: Inventura AS
Postal address: Solheimsgaten 15
Town: Bergen
Postal code: 5058
Country: NO
Telephone: +47 91645196
E-mail: dagthomas.nybosorensen@inventura.no

Section VI

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

CPV Codes
72000000; 72200000; 72220000; 72222300; 72250000; 72253000; IT services: consulting, software development, Internet and support; Software programming and consultancy services; Systems and technical consultancy services; Information technology services; System and support services; Helpdesk and support 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.