Inscrivez-vous 01 49 36 46 20
appel-offre
appel-offre
 
            
Date de publication : 04/12/2024
Date de péremption : 14/01/2025
Type de procédure : Procédure ouverte
Type de document : Avis de marché ou de concession – régime ordinaire
NORVÈGE
appel-offre

Norvège - Services de technologies de l'information, conseil, développement de logiciels, internet et appui - Framework agreement for Aruba hardware, software and assistance

2024/S 2024-741845  (Voir l'avis original TED)
 
 
V  E  R  S  I  O  N      F  R  A  N  C  A  I  S  E
236/2024
741845-2024 - Mise en concurrence
Norvège – Services de technologies de l'information, conseil, développement de logiciels, internet et appui – Framework agreement for Aruba hardware, software and assistance
OJ S 236/2024 04/12/2024
Avis de marché ou de concession – régime ordinaire
Services

   1.  Acheteur
1.1.
Acheteur
Nom officiel: Mattilsynet
Adresse électronique: gitte.osthus@mattilsynet.no
Forme juridique de l’acheteur: Entreprise publique
Activité du pouvoir adjudicateur: Services d’administration générale

   2.  Procédure
2.1.
Procédure
Titre: Framework agreement for Aruba hardware, software and assistance
Description: The aim of the procurement is to cover the Norwegian Food Safety Authority ´s ongoing need for Aruba hardware, software, support as well as assistance and consultancy. The intention is to be able to operate and maintain the current systems within Aruba, as well as cover any need for completion to the existing system. The chosen tenderer will be the Norwegian Food Safety Authority ´s licence partner with the manufacturer(s) for the necessary and specified maintenance agreements/licences that shall be renewed/signed. A detailed description of the delivery is in Annex 1 - the Contracting Authority's requirement specifications.
Identifiant de la procédure: f4ec75cb-ffe1-4854-bf1f-ba0533495e5a
Identifiant interne: 2024/313102
Type de procédure: Ouverte
La procédure est accélérée: non
Principales caractéristiques de la procédure: The contract will be valid for two (2) years, with an option for the Norwegian Food Safety Authority for an extension for up to two years (one year at a time). The contract ´s estimated total value over four years is NOK 4,200,000 excluding VAT. The scope is not binding for the future contract volume. The sum is based on the history of the previous agreement period and the expected price and volume increase. The contract has an upper roof for a total of NOK 5,000,000 excluding VAT. If the mentioned amount is exceeded during the contract period, the competition must be re-announced.
2.1.1.
Objet
Nature du marché: Services
Nomenclature principale (cpv): 72000000 Services de technologies de l'information, conseil, développement de logiciels, internet et appui
Nomenclature supplémentaire (cpv): 48000000 Logiciels et systèmes d'information
2.1.2.
Lieu d’exécution
Pays: Norvège
N’importe où dans le pays donné
2.1.3.
Valeur
Valeur estimée hors TVA: 4 200 000,00 NOK
2.1.4.
Informations générales
Base juridique:
Directive 2014/24/UE
Anskaffelsesforskriften -
2.1.6.
Motifs d’exclusion
Corruption: Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a enforceable verdict has been convicted of corruption by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Corruption as defined in Article 3 of the Convention on Combating Corruption, Involving European Communities or European Union Member States (EUT C 195 of 25.6.1997, s. 1), and in Article 2, point 1, in the Council ´s framework decision 2003/568/RIA of 22 July 2003 on combating corruption in the private sector (EUT L 192 of 31.7.2003, p. 54). This rejection reason also includes corruption as defined in national law for the contracting authority or supplier.
Participation à une organisation criminelle: Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted verdict of participation in a criminal organisation by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Participation in a criminal organisation as defined in Article 2 of the Council ´s framework decision 2008/841/RIA of 24 October 2008 on control of organised crime (EUT L 300 of 11.11.2008, p. 42)
Blanchiment de capitaux ou financement du terrorisme: Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of money laundering or financing terrorism by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Money laundering or financing terrorism As defined in Article 1 of the European Parliament and Council Directive 2005/60/EF of 26 October 2005 on preventive measures against the use of the financial system for money laundering and financing terrorism (EUT L 309 of 25.11.2005, p. 15).
Fraude: Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted of fraud has been convicted of fraud by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Fraud included in Article 1 of the Convention on protection of the Financial Interests of the European Communities (EFT C 316 of 27.11.1995, p. 48).
Travail des enfants et autres formes de traite des êtres humains: Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of child labour and other forms of human trafficking by a verdict handed down no more than five years ago, or a rejection period determined directly in the judgement that still applies? Child labour and other forms of human trafficking as defined in Article 2 of the European Parliament and council directive 2011/36/EU of
   5.  1 April 2011 on the prevention and control of human trafficking and the protection of its victims and for compensation of the Council ´s framework decision 2002/629/RIA (EUT L 101 of 15.4.2011, p. 1).
Paiement des cotisations de sécurité sociale: Have tenderers failed to fulfil all their social security obligations in the country where they are established and in their member state, if this is a different country than what he is established in?
Paiement d’impôts et taxes: Has the tenderer not fulfilled his tax and duty obligations in the country in which he is established, and in the contracting authority's member state, if this is a different country than what he is established in?
Infractions terroristes ou infractions liées aux activités terroristes: Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body, or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of acts of terrorism or criminal acts connected to terrorist activities by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Acts of terrorism or criminal acts relating to terrorist activity as defined in Article 1 and 3 of the Council ´s framework decision 2002/475/RIA of 13 June 2002 on combating terrorism (EFT L 164, af 22.6.2002, p. 3). This rejection reason also includes incitement to, participation or attempts to commit such actions as included in Article 4 in the mentioned framework decision.

   5.  Lot
5.1.
Lot: LOT-0000
Titre: Framework agreement for Aruba hardware, software and assistance
Description: The aim of the procurement is to cover the Norwegian Food Safety Authority ´s ongoing need for Aruba hardware, software, support as well as assistance and consultancy. The intention is to be able to operate and maintain the current systems within Aruba, as well as cover any need for completion to the existing system. The chosen tenderer will be the Norwegian Food Safety Authority ´s licence partner with the manufacturer(s) for the necessary and specified maintenance agreements/licences that shall be renewed/signed. A detailed description of the delivery is in Annex 1 - the Contracting Authority's requirement specifications.
Identifiant interne: 2024/313102
5.1.1.
Objet
Nature du marché: Services
Nomenclature principale (cpv): 72000000 Services de technologies de l'information, conseil, développement de logiciels, internet et appui
Nomenclature supplémentaire (cpv): 48000000 Logiciels et systèmes d'information
5.1.2.
Lieu d’exécution
Pays: Norvège
N’importe où dans le pays donné
5.1.3.
Durée estimée
Durée: 48 Mois
5.1.5.
Valeur
Valeur estimée hors TVA: 4 200 000,00 NOK
5.1.6.
Informations générales
Participation réservée: La participation n’est pas réservée.
Projet de passation de marché non financé par des fonds de l’UE
Le marché relève de l’accord sur les marchés publics (AMP): non
Le marché en question convient aussi aux petites et moyennes entreprises (PME)
5.1.9.
Critères de sélection
Critère:
Type: Capacité économique et financière
Nom: 'Total' annual turnover
Description: The tenderer ´s ("total") annual turnover for the number of financial years requested in the tender notice or in the procurement documents is as follows:
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité économique et financière
Nom: Average annual turnover
Description: The tenderer ´s average annual turnover for the number of years requested in the notice or in the procurement documents is as follows:
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité économique et financière
Nom: "Specific annual turnover"
Description: Are the tenderer's ("specific") annual turnover within the area that the contract applies to and specified in the notice or in the procurement documents for the number of accounting years requested is as follows:
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité économique et financière
Nom: Average set-up
Description: Is the tenderer's average annual turnover within the area requested by the contract and specified in the notice or in the procurement documents for the number of financial years requested:
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité économique et financière
Nom: The tenderer's establishment date
Description: If the information about the turnover (combined or specific) is not available for the entire requested period, please state the date the company was established, or the tenderers started their business:
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité économique et financière
Nom: Financial key figures
Description: For financial key figures stated in the notice or in the procurement documents, the tenderer declares that the actual value(s) of the requested key figures are as follows:
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité économique et financière
Nom: Liability insurance
Description: The insured amount in the tenderer ´s liability insurance is the following:
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité économique et financière
Nom: Other economic and financial requirements
Description: Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that:
Utilisation de ce critère: Non utilisé

Critère:
Type: Autre
Nom: Certificates issued by independent bodies for quality assurance standards.
Description: Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements?
Utilisation de ce critère: Non utilisé

Critère:
Type: Autre
Nom: Certificates issued by independent bodies for environmental management standards.
Description: Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards?
Utilisation de ce critère: Non utilisé

Critère:
Type: Aptitude à exercer l’activité professionnelle
Nom: Registered in a trade register
Description: Tenderers are registered in a professional register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
Utilisation de ce critère: Non utilisé

Critère:
Type: Aptitude à exercer l’activité professionnelle
Nom: Registered in a trade register or company register.
Description: Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
Utilisation de ce critère: Non utilisé

Critère:
Type: Aptitude à exercer l’activité professionnelle
Nom: In the case of service contracts: Authorisations from a particular organisation required
Description: Is a specific authorisation required from a particular organisation to provide the service in the tenderer's home country?
Utilisation de ce critère: Non utilisé

Critère:
Type: Aptitude à exercer l’activité professionnelle
Nom: In the case of service contracts: Membership in a particular organisation is required
Description: Is it necessary to have a particular membership in a particular organisation in order to provide the service in the tenderer ´s home country?
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité technique et professionnelle
Nom: Services only
Description: Only for services: In the reference period, the tenderer has carried out the following important goods deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three years to be taken into consideration.
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité technique et professionnelle
Nom: Technical personnel or technical units
Description: Tenderers can use the following technical personnel or technical units , particularly those who are responsible for quality control: For technical personnel or technical units that do not directly belong to the tenderer ´s business, but if the capacity the tenderer will use, cf. part II, section C, separate ESPD forms shall be supplemented.
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité technique et professionnelle
Nom: Technical facilities and quality assurance measures
Description: The tenderer utilises the following technical facilities and quality assurance measures and the tenderer ´s survey and research facility is as follows:
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité technique et professionnelle
Nom: Investigation and research facilities
Description: The tenderer ´s survey and research facilitates are as follows:
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité technique et professionnelle
Nom: Management and tracing of the supply chain
Description: The tenderer will be able to use the following management of the supply chain and tracing systems for the execution of the contract:
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité technique et professionnelle
Nom: Control Permission
Description: For goods or services that are complicated, or that in exceptional cases shall be used for a particular purpose: Will the tenderer allow checks of the tenderer's production capacity or technical capacity and, where necessary, of the survey and research facilities that the tenderer has at its disposal and of quality control measures? The inspections shall be undertaken by the contracting authority or the contracting authority can leave it to a competent public body in the country where the tenderer is established.
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité technique et professionnelle
Nom: Education and professional qualifications
Description: The following education and professional qualifications are possessed by the tenderer and/or (depending on the requirements set in the notice or in the procurement documents) of the leading employees:
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité technique et professionnelle
Nom: Environmental management measures
Description: Tenderers can employ the following environmental management measures in connection with the execution of the contract:
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité technique et professionnelle
Nom: Number of employees in the management
Description: The tenderer ´s number of employees in the management during the last three years was as follows:
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité technique et professionnelle
Nom: Average workforce
Description: The tenderer's average annual workforce in the last three years has been as follows:
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité technique et professionnelle
Nom: Tools, materials and technical equipment.
Description: Tenderers can use the following tools, material and technical equipment to carry out the contract:
Utilisation de ce critère: Non utilisé

Critère:
Type: Capacité technique et professionnelle
Nom: Portion of the contract to sub-suppliers.
Description: The tenderer is considering to outsource the following part (as a percentage) of the contract to sub-suppliers. Note that if the tenderer has decided to outsource a part of the contract to sub-suppliers and will use the sub-suppliers ´ capacity to carry out this part, a special ESPD will be supplemented for such sub-suppliers, see part II, section C, above.
Utilisation de ce critère: Non utilisé
5.1.10.
Critères d’attribution
Critère:
Type: Qualité
Nom: Quality
Pondération (pourcentage, valeur exacte): 70

Critère:
Type: Prix
Nom: Price
Pondération (pourcentage, valeur exacte): 30
5.1.11.
Documents de marché
Langues dans lesquelles les documents de marché sont officiellement disponibles: norvégien
Date limite de demande d’informations complémentaires: 07/01/2025 11:00:00 (UTC)
Adresse des documents de marché: https://permalink.mercell.com/244211724.aspx
5.1.12.
Conditions du marché public
Conditions de présentation:
Présentation par voie électronique: Requise
Langues dans lesquelles les offres ou demandes de participation peuvent être présentées: norvégien
Catalogue électronique: Non autorisée
La signature ou le cachet électronique avancé(e) ou qualifié(e) [au sens du règlement (UE) ? 910/2014] est requis(e)
Variantes: Non autorisée
Date limite de réception des offres: 14/01/2025 11:00:00 (UTC)
Date limite de validité de l’offre: 29 Jours
Informations relatives à l’ouverture publique:
Date d'ouverture: 14/01/2025 11:00:00 (UTC)
Conditions du marché:
Le marché doit être exécuté dans le cadre de programmes d’emplois protégés: Non
Facturation en ligne: Requise
La commande en ligne sera utilisée: non
Le paiement en ligne sera utilisé: oui
5.1.15.
Techniques
Accord-cadre: Accord-cadre, sans remise en concurrence
Nombre maximal de participants: 1
Informations sur le système d’acquisition dynamique: Pas de système d’acquisition dynamique
5.1.16.
Informations complémentaires, médiation et réexamen
Organisation chargée des procédures de recours: KOFA
Organisation qui fournit des précisions concernant l’introduction des recours: Mattilsynet

   8.  Organisations
8.1.
ORG-0001
Nom officiel: Mattilsynet
Numéro d’enregistrement: 985399077
Adresse postale: Postboks 454
Ville: SORTLAND
Code postal: 8401
Subdivision pays (NUTS): Nordland (NO071)
Pays: Norvège
Point de contact: Gitte Østhus
Adresse électronique: gitte.osthus@mattilsynet.no
Téléphone: +47 23216800
Télécopieur: +47 23217001
Adresse internet: http://www.mattilsynet.no/
Rôles de cette organisation:
Acheteur
Organisation qui fournit des précisions concernant l’introduction des recours
8.1.
ORG-0002
Nom officiel: KOFA
Numéro d’enregistrement: 918195548
Adresse postale: Postboks 511 sentrum
Ville: Bergen
Code postal: 5805
Pays: Norvège
Point de contact: KOFA
Adresse électronique: post@knse.no
Téléphone: 55193000
Rôles de cette organisation:
Organisation chargée des procédures de recours
11. Informations relatives à l’avis
11.1.
Informations relatives à l’avis
Identifiant/version de l’avis: c040fcf1-8ccc-41fe-a79e-ffabc3dd5674 - 01
Type de formulaire: Mise en concurrence
Type d’avis: Avis de marché ou de concession – régime ordinaire
Sous-type d’avis: 16
Date d’envoi de l’avis: 02/12/2024 13:03:57 (UTC)
Date d’envoi de l’avis (eSender): 02/12/2024 15:00:07 (UTC)
Langues dans lesquelles l’avis en question est officiellement disponible: anglais
11.2.
Informations relatives à la publication
Numéro de publication de l’avis: 741845-2024
Numéro de publication au JO S: 236/2024
Date de publication: 04/12/2024

 
 
C L A S S E    C P V
48000000 - Logiciels et systèmes d'information 
72000000 - Services de technologies de l'information, conseil, développement de logiciels, internet et appui