Расширенный поиск
Поиск по тендерам РФ Иностранные закупки Поставщики Реализация собственности Заказчики Еще
Главная Иностранные тендеры и госзакупки Тендеры Норвегии


Maintenance of information technology software (Норвегия - Тендер #39064992)


Поделиться

Для перевода текста тендера на нужный язык воспользуйтесь приложением:


Страна: Норвегия (другие тендеры и закупки Норвегия)
Организатор тендера: Forsvaret v/Forsvarets logistikkorganisasjon
Номер конкурса: 39064992
Дата публикации: 08-03-2023
Сумма контракта: 80 485 488 (Российский рубль) Цена оригинальная: 14 500 000 (Норвежская крона)
Источник тендера:


Продвигайте Вашу продукцию на мировые рынки
Доступ к полной информации по данной закупке закрыт.
Зарегистрируйтесь для получения бесплатных рассылок по новым тендерам и просмотра дополнительной информации.

.
Регистрация
  1. Section I
    1. Name and addresses
      Forsvaret v/Forsvarets logistikkorganisasjon
      Lysaker Torg 45
      Lysaker
      1366
      Norway
      Telephone: +47 91814938
      E-mail: jferskaug@mil.no
    2. Joint procurement
    3. Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at
      https://permalink.mercell.com/195159604.aspx
      Additional information can be obtained from the abovementioned addresselectronically via: https://permalink.mercell.com/195159604.aspx

    4. Type of the contracting authority:
      Ministry or any other national or federal authority, including their regional or local subdivisions
    5. Main activity:
      Defence
  2. Section II
    1. Scope of the procurement:
      1. Title:

        Framework agreement for the maintenance and procurement of BMC Helix (previously Remedy) software "or equivalent"

        Reference number: 1090049551
      2. Main CPV code:
        72267100
      3. Type of contract:
        Services
      4. Short description:

        Framework agreement for the maintenance and support of existing service management systems, based on BMC Helix (previously Remedy) "or equivalent". The procurement will also secure migration of "MyIT Digital Workplace" to "BMC Helix Digital Workplace Advanced" "or equivalent". In addition the procurement includes the option for new procurements of further licences of the mentioned software "or equivalent" if required.

      5. Estimated total value:
        Value excluding VAT: 14 500 000.00 NOK
      6. Information about lots:
        This contract is divided into lots: no
    2. Description
      1. Title:
      2. Additional CPV code(s):
        48400000
      3. Place of performance:
      4. Description of the procurement:

        The aim of the procurement is to establish a non-exclusive framework agreement with one tenderer in order to cover the Defence Sector"s total need for the maintenance and support of existing service management systems, based on BMC Helix (previously Remedy) "or equivalent". The procurement will also secure migration of "MyIT Digital Workplace" to "BMC Helix Digital Workplace Advanced" "or equivalent". In addition the procurement includes the option for new procurements of further licences of the mentioned software "or equivalent" if required.

        The Defence Sector"s service management system based on BMC Helix (Remedy) currently has approx. 4000 users in the form of executive officers that serve approx. 20,000 final users in the Defence Sector within different processes/areas.

        In addition to being a service management system that supports processes such as Incident Management, Problem Management, Change Management, Configuration Management, Release Management and Service Level Management, BMC Helix (Remedy) software is also used for orders/customer follow-up of regional support functions, as well as event reports for aircraft in the Air Force.

        The contracting authority has a number of software licences for software from BMC Helix (Remedy), and would therefore like a tenderer that can provide both software maintenance for the existing product portfolio and further supplementary licences if required.

        See "2.1.2 - Part 2 - SSA R Vedlegg 1 - Kravspesifikasjon" for further details on the scope of the procurement. 

        The framework agreement duration will be 2 years. The contracting authority will have an option to extend the framework agreement up to two (2) times one (1) year, for a total of a further 2 years. The maximum duration of the agreement including options is four years. 

      5. Award criteria:
        Price is not the only award criterion and all criteria are stated only in the procurement documents
      6. Estimated value:
        Value excluding VAT: 14 500 000.00 NOK
      7. Duration of the contract, framework agreement or dynamic purchasing system:
        Duration in months: 24
        This contract is subject to renewal: no
      8. Information about the limits on the number of candidates to be invited:
      9. Information about variants:
        Variants will be accepted: no
      10. Information about options:
        Options: yesDescription of options:

        The contract duration is two (2) years, with an option for the contracting authority to extend for a further two (2) years.

      11. Information about electronic catalogues:

      12. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      13. Additional information:
  3. Section III
    1. Conditions for participation:
      1. Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers:
        List and brief description of conditions:

        Requirement A: Tenderers must be registered in a company register or a trade register in the country where the tenderer is established.

        Norwegian tenderers must document that they have paid their taxes and duties.

      2. Economic and financial standing:
        List and brief description of selection criteria:

        Requirement B: Tenderers must have the required economic and financial capacity to fulfil the contract.

        Minimum level(s) of standards possibly required:

        See the ESPD form and the document Regler for anskaffelsen.

      3. Technical and professional ability:
        List and brief description of selection criteria:

        Requirement C: Tenderers must document experience and competence in deliveries/assignments of the same nature at that described in this enquiry, and these were carried out for customers of the same size as the Defence Sector (approx. 18,000 users).

        Requirement D: Tenderers must have a quality assurance system that, as a minimum, includes:

        1) The tenderer has procedures to ensure that all laws and regulations covering the part of the company that will work with this contract are upheld.

        2) The tenderer has established a quality assurance system for ethical trade. The system must ensure that the tenderer is suited to fulfil the contract obligations for ethical trade, see the document Regler for anskaffelsen, Vedlegg 7 - Etiske krav. The quality assurance system must, as a minimum, contain:

        - Traceability in the supply chain: A description of important supplier chains for this procurement.

        - Anchorage and implementation of ethical requirements in the supplier chain; ethical guidelines/Code of Conduct, and a declaration that these apply in the supplier chains connected to the procurement.

        Minimum level(s) of standards possibly required:

        See the ESPD form and the "Regler for anskaffelsen".

      4. Information about reserved contracts:
    2. Conditions related to the contract:
      1. Information about a particular profession:
      2. Information about staff responsible for the performance of the contract:
  4. Section IV
  5. Description:
    1. Type of procedure:
      Open procedure
    2. Information about a framework agreement or a dynamic purchasing system:
      Framework agreement with a single operator
    3. Information about reduction of the number of solutions or tenders during negotiation or dialogue:
    4. Information about negotiation:
    5. Information about electronic auction:
    6. Information about the Government Procurement Agreement (GPA):
      The procurement is covered by the Government Procurement Agreement: yes
  6. Administrative information:
    1. Previous publication concerning this procedure:
      Notice number in the OJ S: 2019/S 059-137693
    2. Time limit for receipt of tenders or requests to participate:
      Date: 2023-04-05
      Local time: 16:00
    3. Estimated date of dispatch of invitations to tender or to participate to selected candidates:
    4. Languages in which tenders or requests to participate may be submitted:
      NO
    5. Minimum time frame during which the tenderer must maintain the tender:
      Tender must be valid until: 2023-05-15
      (from the date stated for receipt of tender)
    6. Conditions for opening of tenders:
      Date: 2023-04-11
      Local time: 09:00
      Information about authorised persons and opening procedure:

      Procurement manager, contract manager, and technical manager.

  • Section VI
    1. Information about recurrence
      This is a recurrent procurement: yes
      Estimated timing for further notices to be published:

      An equivalent framework agreement was last procured four years ago. If the current licences are continued, there will be a need for a new framework agreement after an equivalent period.

    2. Information about electronic workflows
      Electronic invoicing will be acceptedElectronic payment will be used
    3. Additional information

      Procurement manager, contract manager, and technical manager.

    4. Procedures for review
      1. Review body
        Oslo tingrett
        Postboks 2106 Vika
        Oslo
        0125
        Norway
        Contact person: 0125
        Telephone: +47 22035200
      2. Body responsible for mediation procedures

      3. Review procedure
      4. Service from which information about the review procedure may be obtained

    5. Date of dispatch of this notice
      2023-03-03

  • Источник закупки

    Перейти

    Импорт - Экспорт по стране Норвегия

    Кроме мониторинга зарубежных тендеров для ведения успешного бизнеса изучите информацию о стране: какая продукция экспортируется и импортируется и на какие суммы. Определите коды ТН ВЭД интересующей вас продукции.

    Экспорт Импорт

    Еще тендеры и закупки за эти даты

    08-03-2023 Orthopaedic supplies.

    08-03-2023 Orthopaedic supplies.

    08-03-2023 Orthopaedic supplies.

    08-03-2023 Orthopaedic supplies.

    08-03-2023 Paper stationery and other items.

    08-03-2023 Cleaning products.

    



    Copyright © 2008-2026, TenderGURU
    Все права защищены. Полное или частичное копирование запрещено.
    При согласованном использовании материалов сайта TenderGURU.ru необходима гиперссылка на ресурс.
    Электронная почта: info@tenderguru.ru
    Многоканальный телефон 8-800-555-89-39
    с любого телефона из любого региона для Вас звонок бесплатный!

    Портал отображает информацию о закупках, публикуемых в сети интернет
    и находящихся в открытом доступе, и предназначен для юрлиц и индивидуальных предпринимателей,
    являющихся участниками размещения государственного и коммерческого заказа.
    Сайт использует Cookie, которые нужны для авторизации пользователя.
    На сайте стоят счетчики Яндекс.Метрика, Google Analytics и LiveInternet,
    которые нужны для статистики посещения ресурса.

    Политика обработки персональных данных tenderguru.ru