Norway-Kleppestø: 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-Kleppestø: IT services: consulting, software development, Internet and support
OJEU (High Value) 637997-2020
Type Invitation to tender
Date Published 2020-12-28
Deadline 2021-01-27 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: Askøy kommune
National registration number: National registration number: 964338442
Postal address: Klampavikvegen 1, Askøy
Town: Kleppestø
Postal code: 5300
Country: NO
Contact person: Marianne Holm
E-mail: Marianne.holm@askoy.kommune.no
NUTS code: NO
Main address: https://permalink.mercell.com/146074950.aspx
Address of the buyer profile (URL): http://www.askoy.kommune.no/

Communication
I.3) Procurement documents
(URL):https://permalink.mercell.com/146074950.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/146074950.aspx
I.4) Type of the contracting authority: REGIONAL AUTHORITY

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

Section II: Object of Contract


Title:
2020-EEA-ERP-system — Qualification Part

Reference number: 2020/7820

II.1.4) Short description
Askøy Municipality would like to procure a new ERP system. We are a municipality with steady growth that works continuously on improving processes and work methods. Digitalisation and automation is an important part of this work and will be a major focus in this procurement.

For a long time we have used the ERP system Unit4 Business World (UBW) as one of the most important tools within administrative work. The current system is run by an external supplier.

The system must cover the disciplines of accounting, wages, invoicing, budget, financial follow-up, eTrade, HR, and sub-tasks within these fields (for example travel expenses, fixed assets register, pension, HR analysis, negotiation, etc.). The list is not complete.

The contracting authority urges potential tenderers to give the contracting authority feedback as soon as possible if there are formulations in the contest documents that are deemed to be inappropriate or unsuitable for the delivery.

Click here https://permalink.mercell.com/146074950.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
The objective of the agreement

Askøy Municipality would like a general and modern system for finance and HR. The municipality focuses on digitalisation and efficient work processes, and the ERP system must support this. The system must have close integration with other administrative systems and, not least, relevant trade systems, so that double registrations and unnecessary work processes do not occur. Data must not be exchanged.

The procurement must support the municipality's digitalisation strategy.

— good and user-friendly services,

— efficient municipal operations,

— secure information processing and personal protection,

— use of digital systems that promote interaction.

Desired future system

The municipality would like to use the procurement to get a system that meets the current needs for functionality and user friendliness, and that is continually developed so that is also meets future needs. This means a system that:

— meets general requirements for digital services, self-service, user adaptations, and general systems,

— contributes to simplifying and making work process more efficient, smarter and more automated,

— allow information to be shared and used across processes and service areas, and allow the use of standardised interface where possible,

— contribute to internal control,

— is flexible for further development and adaptations, independent of whether the changes are based on wishes from the municipality itself or authority requirements,

— is user friendly for employees and managers.

See annexes A and B in appendix 1 for further details.

Options:

The contracting authority will include the following options in the contract:

— recruitment,

— hourly registration,

— performance management/BI,

— recovery and collection of debts,

— HR system,

— task manager.

The chosen tenderer is not required to deliver all the options.

If the contracting authority chooses to take up an option, there will be negotiations on the system and price, alternatively the contracting authority will sent an enquiry to other suppliers/hold a contest.

See annexes A and B in appendix 1 for further details.

As a starting point the options will not be evaluated. If it becomes apparent in the negotiation phase that the inclusion of individual options in the contest phase would be appropriate, the contracting authority reserves the right to include it/them. This is providing that the tenderers have this available.

Contract

SSA-L with annexes will form the basis of this procurement. The content of the annexes will be discussed in the negotiations and completed in the contract meeting.

The tentative milestones in the procurement are described in the tender documentation part 2 — Tender Part, point 1.8.

II.2.5) Award criteria:

Criteria: Quality: Functionality and user friendliness, integrations, project execution, training, and degree of service.
Weighting: 80 %
Cost/Price
Weighting: 20 %
II.02.07) Duration in months 36
II.2.7.5) This contract is subject to renewal: yes
II.2.7.6) Description of renewals:
Ongoing contract

II.2.9.2) Minimum number of candidates: 3
II.2.9.3) Maximum number of candidates: 4
II.2.9,4) Objective criteria for choosing the limited number of candidates:
1) Tenderers must have good experience from the delivery of an ERP system to Norwegian municipalities.

2) Tenderers are required to have sufficient technical resources and capacity to fulfil the assignment in accordance with the contracting authority's needs.

II.2.10) Variants will be accepted: no
II.2.11) Options
II.2.11.2) Description of options
Recruitment

Hourly registration

Performance management/BI

Recovery and collection of debts

HR system

Task manager.

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. Documentation: Tenderers registered in the Norwegian Register of Business Enterprises do not need to enclose documentation. The contracting authority will inspect the registration by using the organisation number provided in the tenderer's Mercell profile. For tenderers that are not registered in the above-mentioned register, the tenderer must provide certificates or confirmation of registration (equivalent to a company registration certificate) in a trade register or company register as described in the legislation in the country where the tenderer is established. The certificate must not be issued more than 6 months prior to the tender deadline.

III.1.2.3) List and brief description of selection criteria
Tenderers must have sufficient economic and financial capacity to fulfil the contract. The required financial capacity will be assessed in relation to the contract's value, services, risk and length. Documentation for Norwegian tenderers: The contracting authority will check tenderers' financial situation from Proff Forvalt (https://forvalt.no/ and/or via information given by Creditsafe (https://www.creditsafe.com Further information can be obtained from the Brønnøysund Register Centre. Note that the tender documentation includes guidelines for how tenderers can supplement available information if they wish to do so. Documentation for foreign tenderers: Tenderers must, upon request, submit a credit rating report from a company that has a licence from the Norwegian Data Protection Authority to operate a credit information company in Norway, possibly from a company with the equivalent certification in a member country of the EU/EEA. The credit rating report must be based on updated accounting information.

III.1.2.4) Minimum level(s) of standards possibly required
Tenderers must have sufficient economic and financial capacity to fulfil the contract.

III.1.3.2) List and brief description of selection criteria
Tenderers must have good experience from the delivery of an ERP system to Norwegian municipalities. Relevant experience must be documented by stating three (3) reference projects that have been in operation or started up in the last three (3) years.

Tenderers are required to have sufficient technical resources and capacity to fulfil the assignment in accordance with the contracting authority´s needs. Documentation: Tenderers must attach an overview of personnel with relevant technical/specialist competence for the fulfilment of this delivery. The overview must include a short overview of key qualifications and how persons will be used in the delivery.

Tenderers must have adequate competence and professional qualifications for managing and quality assuring the assignment. Documentation: Tenderers must attach a short overview of the experience and professional qualifications held by the project manager and key personnel that will be responsible for the delivery.

The contracting authority requires that all tenderers have an established quality management system that is satisfactory to ensure quality in the execution of this contract. Documentation requirement: A description of the company´s implemented quality assurance system. Certificates must be submitted for the company's quality management system, issued by independent bodies, confirming that the company meets specific quality management standards, for example ISO 9001. If the company does not have a certificate, other documentation of the company´s quality management system must be presented. In such cases, the following must, as a minimum, be submitted:

— the system's name and a detailed table of contents,

— a general description of the system's contents, including an overview of check plans and check-lists that are relevant for this contract,

— an organisation chart that shows responsibilities in the quality assurance system,

— a description of procedures for internal control and handling deviations (work with corrective and preventive measures),

— a description of how the system will be used to ensure quality in this contract. All submitted or collected documentation will form the basis for an overall evaluation of whether the qualification requirement is fulfilled.

The contracting authority requires tenderers to have certification from independent third parties that confirm that the tenderer has routines and systems that ensure that the execution of the delivery has a low impact on the environment. Documentation requirement: The contracting authority requires tenderers to have certification from independent third parties that confirm that the tenderer has routines and systems that ensure that the execution of the delivery has a low impact on the environment. Documentation requirement: Tenderers must submit certificates from independent bodies that document an established and satisfactory quality management system. Documentation is required stating that the tenderer is environmentally certified in accordance with ISO 14001, is an Environmental Lighthouse company, is certified by EMAS, or is certified by equivalent third parties. If the tender does not have a certificate, other documentation of the tenderer's environmental management system must be presented. In such cases, the following must, as a minimum, be submitted:

— the system's name and a detailed table of contents,

— a general description of the system's contents, including an overview of check plans and check-lists that are relevant for this contract,

— an organisation chart that shows responsibilities in the quality assurance system,

— a description of procedures for internal control and handling deviations (work with corrective and preventive measures),

— a description of how the system will be used to ensure quality in this contract.

All submitted or collected documentation will form the basis for an overall evaluation of whether the qualification requirement is fulfilled.

III.1.3.3) Minimum level(s) of standards possibly required
As described under each qualification requirement.


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.2.1) Time limit for receipt of tenders or requests to participate
IV.2.2) Date 2021-01-27
IV.2.2) Local time 12:00


IV.2.6) Duration in months (from the date stated for receipt of tender): 6

Section V: Complementary information



Review body:
Official name: Bergen Tingrett
Town: Bergen
Country: NO

Section VI

Date of dispatch of this notice : 2020-12-23

CPV Codes
72000000; 48000000; 48330000; 48400000; 48441000; 48450000; 48451000; 48490000; 72261000; IT services: consulting, software development, Internet and support; Software package and information systems; Scheduling and productivity software package; Business transaction and personal business software package; Financial analysis software package; Time accounting or human resources software package; Enterprise resource planning software package; Procurement software package; Software 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.