IT services: consulting, software development, Internet and support (Норвегия - Тендер #42825716) | ||
| ||
| Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Норвегия (другие тендеры и закупки Норвегия) Организатор тендера: Politiets fellestjenester Номер конкурса: 42825716 Дата публикации: 16-06-2023 Сумма контракта: 6 660 867 962 (Российский рубль) Цена оригинальная: 1 200 000 000 (Норвежская крона) Источник тендера: Единая система закупок Европейского союза TED |
||
Procurement of software
Reference number: 22/204969The Contracting Authority will enter into a framework agreement for software with several tenderers to cover the Contracting Authority"s current and future need for licence-based software. Through the Framework Agreement, the Contracting Authority Would like to continue its efforts to achieve the most optimal and cost-effective licence portfolio possible. At the same time, there is a need to have an overview of all renewals, predictability of costs and control of licence conditions and other terms and rights of use. Further details on who the contract applies to, including who is defined as the Contracting Authority in accordance with the contract, is stated in the Annex 1, point 3 of the framework agreement (SSA-R).
Orders for software are placed by the individual units listed in the contract (SSA-R), Annex 1, point 3, but all orders are channelled and coordinated through a central software team in the Police IT Unit (PIT).
OSLO
The Contracting Authority will enter into a framework agreement for software with several tenderers to cover the Contracting Authority"s current and future need for licence-based software. Through the Framework Agreement, the Contracting Authority Would like to continue its efforts to achieve the most optimal and cost-effective licence portfolio possible. At the same time, there is a need to have an overview of all renewals, predictability of costs and control of licence conditions and other terms and rights of use.
The Contracting Authority has an existing framework agreement for software with three suppliers, wherein the Contracting Authority"s total licence portfolio within the agreed upon scope is distributed among the three framework agreement suppliers in accordance with the rules set forth in the framework agreement. Similar types of mechanisms are described in the contract (SSA-R) Annex 2, point 2.
The licence portfolio contains licences from almost 200 manufacturers that span a wide range. For each manufacturer, there are a varying number of different products.
In the framework agreement, renewals, purchases of additional licences and new purchases have been carried out either as direct call-offs or mini-contests. There have been a large number of direct call-offs annually (350 - 450), while the number of mini-contests has been far lower (35 - 45).
Through the framework agreement, consolidations and co-termination of licences have been carried out for some of the manufacturers where the number of licences and their value have been of a certain size. Such consolidation and co-termination is carried out through mini-contests, and expiry dates for the various manufacturers are intended to be distributed throughout the year. This provides a certain spread of mini-contests for renewals. The work on such consolidation shall continue hereunder this framework agreement.
Orders for software are placed by the individual units listed in the contract (SSA-R), Annex 1, point 3, but all orders are channelled and coordinated through a central software team in the Police IT Unit (PIT).
The contract period is 2 years with an option for 1 +1 year. The maximum contract period is 4 years.
The selection of the suppliers who will be invited to submit tenders, cf. point 3.3 will be based on the degree of fulfilment of the following qualification requirements, as stated in the tender management tool, and the weighting:
Experience 50%
Capacity 50%
The licence portfolio contains licences from almost 200 manufacturers that span a wide range. For each manufacturer, there are a varying number of different products. In the framework agreement, renewals, purchases of additional licences and new purchases have been carried out either as direct call-offs or mini-contests.
Qualification Requirement:
Tenderers must be registered in a company register, professional register or a trade register in the country where the tenderer is established.
Documentation requirement:
• Norwegian tenderers: Company registration certificate
• Foreign tenderers: Verification that the tenderer is registered in a company register, trade register or a commerce register in the country where the tenderer is established.
Documentation requirement:
- A credit rating based on the most recent financial figures. The rating must be carried out by a credit rating agency with a licence to provide such service.
If a tenderer has valid reasons for not being able to provide the documentation requested by the contracting authority, the tenderer can document his economic and financial capacity by presenting other documents considered suitable by the contracting authority.
Minimum level(s) of standards possibly required:Tenderers must have sufficient economic and financial capacity to fulfil the contract. Creditworthiness with no requirement for guarantees will be sufficient to meet the requirement.
1. Documentation requirement:
A description of the tenderer"s up to 3 most relevant/comparable assignments. It is preferable if the deliveries have taken place in the last three years, but relevant deliveries or services that a supplier carried out more than three years ago will also be taken into consideration.
The description must include a statement of the assignment value, dates and recipients (name, telephone number and e-mail address). It is the tenderer"s responsibility to confirm relevance through the description. Tenderers can document experience by referring to the competence of personnel at disposal for this assignment, including experience that has been acquired while personnel performed services for another supplier.
2. Documentation requirement:
Tenderers must submit documentation of the quality assurance system and management system. The following documentation will be accepted:
If the tenderer is certified in accordance with internationally recognised standards for quality assurance/control, it is sufficient to attach a copy of the issued certificate
or
A description of the tenderer"s quality system and how this is implemented in the business, and a brief description of the processes and methods relevant to safeguard the quality of deliveries under the contract.
3. Documentation requirement:
A description of the tenderer"s average annual workforce and the number of employees in management during the last three years.
Minimum level(s) of standards possibly required:1. Qualification requirement:
Tenderers must have experience from comparable assignments.
Comparable contracts means assignments of the same nature, scope and complexity.
2. Qualification requirement:
Tenderers must have a good and well-functioning quality assurance and management system for the provided services
3. Qualification requirement:
Tenderers must have the capacity to fulfil the contract during the entire contract period.
The contractual relationship will be regulated by the SSA-R Standard Government Contract with appendices. See Annex 3 for further information.
The licence portfolio contains licences from almost 200 manufacturers that span a wide range. For each manufacturer, there are a varying number of different products. In the framework agreement, renewals, purchases of additional licences and new purchases have been carried out either as direct call-offs or mini-contests.