Cancel
Search Tenders
Back to tenders & grants page

Norway-Oslo: IT services: consulting, software development, Internet and support

Norway-Oslo: IT services: consulting, software development, Internet and support has been closed on 30 May 2022. It no longer accepts any bids. For further information, you can contact the OsloMet - storbyuniversitetet (997 058 925)

Bellow, you can find more information about this project: 

General information
Donor:
OsloMet - storbyuniversitetet (997 058 925)
Industry:
Consulting
Status:
Closed
Value:
Not available
Timeline
Published:
05 Mar 2022
Deadline:
30 May 2022
Contacts
Name:
Morten Birkeland
Phone:
Not available
Email:
Not available
Description

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: OsloMet - storbyuniversitetet
National registration number: 997 058 925
Postal address: Postboks 4 Pilestredet 46
Town: Oslo
NUTS code: NO08 Oslo og Viken
Postal code: 0130
Country: Norway
Contact person: Morten Birkeland
E-mail: mortmo@oslomet.no
Internet address(es):
Main address: http://www.oslomet.no
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://tendsign.no/doc.aspx?UniqueId=afxijqmgrs&GoTo=Docs
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://tendsign.no/doc.aspx?UniqueId=afxijqmgrs&GoTo=Tender
I.4)Type of the contracting authority
National or federal agency/office
I.5)Main activity
Education

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Procurement of consultancy services within digitalisation

Reference number: 22/00322
II.1.2)Main CPV code
72000000 IT services: consulting, software development, Internet and support
II.1.3)Type of contract
Services
II.1.4)Short description:

The aim is to establish a framework agreement for consultant communication services within the following fields:

• Field 1: Architecture and consulting services

• Field 2: Programme, project, and change managemnet

• Field 3: Service and system development, management and operation

• Field 4: ICT operation and infrastructure (on-prem and cloud)

• Field 5: ICT security and personal protection

II.1.5)Estimated total value
Value excluding VAT: 130 000 000.00 NOK
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
79620000 Supply services of personnel including temporary staff
II.2.3)Place of performance
NUTS code: NO08 Oslo og Viken
II.2.4)Description of the procurement:

The objective of the procurement is to establish a framework agreement for consultant communication services. The contract will give flexible and relevant access to competence and capacity to support the digitalisation work at OsloMet. The contract will be managed and used by the ICT department, but it can also help needs in other parts of OsloMet within each of the following fields:

• Field 1: Architecture and consulting services

• Field 2: Programme, project, and change managemnet

• Field 3: Service and system development, management and operation

• Field 4: ICT operation and infrastructure (on-prem and cloud)

• Field 5: ICT security and personal protection

The contracting authority estimates that the framework agreement will amount to NOK 90 million to NOK 130 million excluding VAT over a

four year period. The value is set on the basis of historical consumption and assessments of future

needs. Call-offs within fields 1 and 2 will only come into force from September 2023. Annual call-offs under

the framework agreement are expected to increase as and when relevant framework agreements expire.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 130 000 000.00 NOK
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information

A contract will be signed with one tenderer for the assignment. The framework agreement duration will be 2 years.

The contracting authority will have an option to extend the framework agreement for a further 1+1 year, altogether a

maximum of four years.

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:

Legal position/qualification requirement: Tenderers must be a legally established company.

Documentation requirement: Norwegian tenderers: Company Registration Certificate. Foreign tenderers: Confirmation that the tenderer is registered in a trade register or company register in accordance with the law in the country where

the tenderer is established.

Tax certificates/qualificaiton requirement: Tenderers must have met their obligations regarding the payment of taxes and employer contributions.

Documentation requirement: A certificate from the tax collector (RF-1316). The certificate must not be more than 6 months from the tender deadline. Any arrears and other notes must be explained. Foreign companies must submit equivalent certificates demonstrating that they have their tax a duty payments in order.

III.1.2)Economic and financial standing
List and brief description of selection criteria:

Obligatory requirement/qualification requirement: Tenderers must have sufficient economic and financial strength to fulfil the contract. Creditworthiness with no requirement for guarantees will be sufficient.

Documentation requirement: A credit rating from a publicly certified credit rating institution. The assessment must contain information regarding creditworthiness. The credit rating must not be older than six months calculated from

the tender deadline. The result must be given in the documentation as a graded value (letters or numbers) on a defined scale. Newly started companies that cannot obtain a relevant credit assessment

and/or the annual accounts, can present alternative suitable documentation. If a tenderer has valid reasons for not being able to provide the documentation requested by the contracting authority, the tenderer can prove his economic and financial capacity with any other document that the contracting authority deems suitable.

III.1.3)Technical and professional ability
List and brief description of selection criteria:

Qualification requirement #1: Tenderers must have good experience from similar deliveries, demonstrating that they can

fulfil the contract. Document experience from similar contracts.

Documentation requirement # 1: Overview of relevant deliveries in the last 3 years. Relevant assignments mean framework agreement deliveries that, in content and scope, are comparable with what is requested in this contest. The overview must, as a minimum, contain: • A brief description of the delivery.

Date of implementation. Scope of the contract in monetary amount. Name and telephone number of the reference person at the contracting authority. The contracting authority must have the possibility of contacting the stated contact persons. Attach the completed annex 4 reference form.

Qualification requirement #2: Tenderers must have good routines and methods for quality assurance.

Documentation requirement # 2: Documentation that includes a short description of the tenderer's methods and routines for quality assurance. If a tenderer is certified in accordance with ISO 9001 or equivalent, it is sufficient to attach a copy of the valid certificate.

Qualification requirement #3: Tenderers must have an environmental management system that describes how the company

carries out and continually limits its impact on the environment in order to ensure that the tenderer is suitable to fulfil the contract.

Documentation requirement #3: A description of the company's environmental management system, or certification from a relevant and recognised third party can also be submitted.

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 30/05/2022
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
Norwegian
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 30/08/2022
IV.2.7)Conditions for opening of tenders
Date: 30/05/2022
Local time: 12:01

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:

Mercell notice: https://opic.com/id/afxijqmgrs.

VI.4)Procedures for review
VI.4.1)Review body
Official name: Oslo tingrett
Town: Oslo
Country: Norway
VI.5)Date of dispatch of this notice:
28/04/2022

http://ted.europa.eu/udl?uri=TED:NOTICE:234564-2022:TEXT:EN:HTML&src=0&tabId=2
Featured tenders

Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now