Telecommunications services (Норвегия - Тендер #43232443) | ||
| ||
| Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Норвегия (другие тендеры и закупки Норвегия) Организатор тендера: Askøy kommune Номер конкурса: 43232443 Дата публикации: 28-06-2023 Источник тендера: Единая система закупок Европейского союза TED |
||
2023 - EEA - telephony services - qualification part
Reference number: 2023/13014Askøy Municipality would like to sign a new contract for the provision of telephony services.
We currently have a contract with Phonero and use their company network system.
In addition we have old physical Avaya telephone exchanges. The plan is to replace these with a company network system within a period of 1-2 years.
Click https://permalink.mercell.com/202192413.aspx.
Landline telephony:
The existing telephone exchange will be phased out over 1-2 years. We currently have a SIP trunk for urban lines to the exchanges. Notice will be given on this when the exchange is withdrawn.
Only parts of these number series 56158000-8999 and 56155300-5999 will be continued.
The estimation is that approx. 150 of these numbers will be included in a new telephone system
Mobile telephony:
Askøy Municipality currently has approx. 1518 mobile subscriptions and 17 mobil broadband subscriptions.
Business network system:
We have pr. 9.5.23: 173 telephone queues in the company network and 87 main numbers.
Mobile use is expected to increase throughout the entire contract period.
The contracting authority has included a sum in the price sheet that is connected to the costs of a change of supplier. The justification and calculations for the stated sum are documented in annex 1.
See the detailed description in the listed requirements as well as annex B - Needs and Requirements.
Tenderers must be registered in a company register or trade register in the member state where the tenderer is established. As described in annex XI of directive 2014/24/EU; tenderers from certain member countries can be required to fulfil other requirements in the mentioned annex.
Minimum requirements for the qualification requirements:
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 control 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.
Tenderers must have sufficient economic and financial capacity to fulfil the contract.
Minimum level(s) of standards possibly required: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 DIFI"s eBevis, Proff Forvalt (https://forvalt.no/) and/or via information given by Creditsafe (https://www.creditsafe.com), and can obtain further information from the Brønnøysund Register Centre. Note that the tender documentation includes guidelines on how tenderers can supplement available information if wanted. 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.
Tenderers are required to have sufficient technical resources and capacity to carry out the assignment in line with the contracting authority"s needs. Tenderers can use the following technical personnel or technical units, particularly those who are responsible for quality assurance: Separate ESPD forms must be completed for technical personnel or technical units that do not directly belong to the tenderer"s company, but is capacity that the tenderer will rely on, cf. part II, section C.
----
Localisation of the service production.
----
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.
----
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.
Minimum level(s) of standards possibly required: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 can command the following technical personnel or technical units, particularly those who are responsible for quality assurance: For technical personnel or technical units that do not directly belong to the tenderer"s company, but is the capacity that the tenderer will rely on, cf. part II, paragraph C, particular ESPDs must be completed.
----
The services that are provided must be produced from Norway due to standby considerations. All servers and data must be located and saved in Norway.
----
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 a 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.
----
Tenderers must submit certificates from independent bodies that document an established and satisfactory environment 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 environment 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.