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


IT services: consulting, software development, Internet and support (Норвегия - Тендер #42825716)


Поделиться

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:


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
2023061320230818 12:00Ministry or any other national or federal authorityContract noticeServicesCompetitive procedure with negotiationEuropean Economic Area (EEA), with participation by GPA countriesSubmission for all lotsThe most economic tenderPublic order and safety03C0203
  1. Section I
    1. Name and addresses
      Politiets fellestjenester
      Fridtjof Nansens vei 14
      OSLO
      0369
      Norway
      Telephone: +47 61318000
      E-mail: willy.vestavik@politiet.no
    2. Joint procurement
    3. Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at
      http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=370210&B=POLITIET
      Additional information can be obtained from the abovementioned addresselectronically via: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=370210&B=POLITIET
      to the abovementioned address
    4. Type of the contracting authority:
      Ministry or any other national or federal authority, including their regional or local subdivisions
    5. Main activity:
      Public order and safety
  2. Section II
    1. Scope of the procurement:
      1. Title:

        Procurement of software

        Reference number: 22/204969
      2. Main CPV code:
        72000000
      3. Type of contract:
        Services
      4. Short description:

        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. 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).

      5. Estimated total value:
        Value excluding VAT: 1 200 000 000.00 NOK
      6. Information about lots:
        This contract is divided into lots: no
    2. Description
      1. Title:
      2. Additional CPV code(s):
        48000000
      3. Place of performance:
        Main site or place of performance:

        OSLO

      4. Description of the procurement:

        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).

      5. Award criteria:
        Quality criterion - Name: Quality / Weighting: 70
        Price - Weighting: 30
      6. Estimated value:
        Value excluding VAT: 1 200 000 000.00 NOK
      7. Duration of the contract, framework agreement or dynamic purchasing system:
        Duration in months: 24
        This contract is subject to renewal: yes
        Description of renewals:

        The contract period is 2 years with an option for 1 +1 year. The maximum contract period is 4 years.

      8. Information about the limits on the number of candidates to be invited:
        Envisaged minimum number: 3
        Maximum number: 5
        Objective criteria for choosing the limited number of candidates:

        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%

      9. Information about variants:
        Variants will be accepted: no
      10. Information about options:
        Options: no
      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:

        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.

  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:

        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.

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

        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.

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

        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.

      4. Information about reserved contracts:
    2. Conditions related to the contract:
      1. Information about a particular profession:
        Contract performance conditions:

        The contractual relationship will be regulated by the SSA-R Standard Government Contract with appendices. See Annex 3 for further information.

      2. Information about staff responsible for the performance of the contract:
  4. Section IV
  5. Description:
    1. Type of procedure:
      Competitive procedure with negotiation
    2. Information about a framework agreement or a dynamic purchasing system:
      Framework agreement with several operatorsEnvisaged maximum number of participants to the framework agreement: 5
    3. Information about reduction of the number of solutions or tenders during negotiation or dialogue:
      Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
    4. Information about negotiation:
      The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
    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:
    2. Time limit for receipt of tenders or requests to participate:
      Date: 2023-08-18
      Local time: 12:00
    3. Estimated date of dispatch of invitations to tender or to participate to selected candidates:
      Date: 2023-08-24
    4. Languages in which tenders or requests to participate may be submitted:
      EN, NO
    5. Minimum time frame during which the tenderer must maintain the tender:
      Tender must be valid until: 2024-03-29
      (from the date stated for receipt of tender)
    6. Conditions for opening of tenders:
  • Section VI
    1. Information about recurrence
      This is a recurrent procurement: no
    2. Information about electronic workflows
      Electronic invoicing will be acceptedElectronic payment will be used
    3. Additional 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.

    4. Procedures for review
      1. Review body
        Oslo tingrett
        Postboks 2106 Vika
        Oslo
        0125
        Norway
        Contact person: 0125
        Telephone: +47 22035200
        E-mail: oslo.tingrett@domstol.no
        Internet address: https://www.domstol.no/no/Enkelt-domstol/oslo--tingrett/om-domstolen/
      2. Body responsible for mediation procedures
        Oslo tingrett
        Postboks 2106 Vika
        Oslo
        0125
        Norway
        Contact person: 0125
        Telephone: +47 22035200
        E-mail: oslo.tingrett@domstol.no
        Internet address: https://www.domstol.no/no/Enkelt-domstol/oslo--tingrett/om-domstolen/
      3. Review procedure
      4. Service from which information about the review procedure may be obtained
        Politiets fellestjenester (PFT)
        Oslo
        Norway
        E-mail: post.fellestjenester@politiet.no
        Internet address: https://www.politiet.no/om/organisasjonen/andre/pft/
    5. Date of dispatch of this notice
      2023-06-13

  • 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

    16-06-2023 Adult and other education services.

    16-06-2023 Patient-monitoring system.

    16-06-2023 Air-conditioning installations.

    16-06-2023 Non-hazardous refuse and waste treatment and disposal services.

    16-06-2023 Software-related services.

    16-06-2023 Sewage pumps.

    



    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