Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addressesOfficial name: Stortinget
National registration number: 971524960
Postal address: Karl Johans gate 22
Town: OSLO
NUTS code: NO081 Oslo
Postal code: 0026
Country: Norway
Contact person: Seksjon for innkjøp, økonomi og styring
E-mail: innkjop.postmottak@stortinget.no
Telephone: +47 23313050
Internet address(es):
Main address: https://permalink.mercell.com/176132944.aspx
Address of the buyer profile: http://www.stortinget.no/
I.3)CommunicationThe procurement documents are available for unrestricted and full direct access, free of charge, at: https://permalink.mercell.com/176132944.aspx
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://permalink.mercell.com/176132944.aspx
I.4)Type of the contracting authorityOther type: Stortinget [the Norwegian Parliament]
I.5)Main activityOther activity: Stortinget [the Norwegian Parliament]
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Quality assure the Norwegian Parliament's SIDA project.
Reference number: 2022/1548
II.1.2)Main CPV code72225000 System quality assurance assessment and review services
II.1.3)Type of contractServices
II.1.4)Short description:
The project owner would like to enter into a service contract (SSA-B) with an external quality assurer for the Norwegian Parliament's SIDA project. The quality assurer will primarily have a role as the project owner's consultant, and give good and continual advice and analyses connected to the project's execution and goal achievement. The quality assurer will also be expected to be a discussion partner and advisor for the project manager during the project.
The number of hours will vary over the contract period. The average will be approx. 20% of ordinary working hours.
II.1.5)Estimated total valueValue excluding VAT: 1 600 000.00 NOK
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)72224200 System quality assurance planning services
72222300 Information technology services
72220000 Systems and technical consultancy services
II.2.3)Place of performanceNUTS code: NO081 Oslo
II.2.4)Description of the procurement:
The administration needs a general approach to interaction for assignments, executive work, and storing accompanying documentation. This work will include replacing the current technological systems for document stores and storage.
These areas were joined in a joint project in spring 2021. As part of this, a strategic vision was formed for administrative interaction and documentation management. The project will support the vision, and create a new condition for administrative interaction, information culture, and documentation management. The aim is (1) to simplify and improve the administrative work processes, (2) to build a culture that supports efficient interaction, proper executive work, documentation management, and continual improvement, and (3) to ensure internal memory, legal documentation management and social memory. The project will give gains for society, the organisations and employees.
The administration carried out the preliminary work and concept phase in 2021. A decision was made in January 2022, based on the preliminary work and the concept phase, to go over to the planning phase for the project, which will run until June 2022.
The SIDA project has a planned duration of 2.5 years, and the external quality assurer will follow the project the entire way. This contract will thereby also have a duration of 2.5 years, but with options to extend (up to four by six months), if the project uses more time than anticipated.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 1 600 000.00 NOK
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 30
This contract is subject to renewal: yes
Description of renewals:
Up to four renewal, each of six months.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic cataloguesTenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
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 registersList and brief description of conditions:
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.
III.1.2)Economic and financial standingList and brief description of selection criteria:
Requirement: Tenderers must have sufficient financial strength to fulfil the contract.
Documentation requirement: A credit rating based on the most recent fiscal figures. The rating must be carried out by a credit information company that is authorised to handle personal information. The credit rating must not be more than one month old. NB: the credit report must be performed by a credit information business (Bisnode, Experian, etc.). Also note that the requested credit report is something other than e.g. General financial information.
III.1.3)Technical and professional abilityList and brief description of selection criteria:
Requirement: Tenderers must have good experience from equivalent contracts.
Documentation requirement: Reference list of comparable contracts in the last three years. Tenderers that are newly established and cannot therefore present references, must substantiate that they have the prerequisites required to fulfil the contract.
Requirement: Tenderers must have sufficient capacity to fulfil the contract.
Documentation requirement: An account of the tenderer's workforce related to the assignment and the contract scope.
Requirement: The services that are to be provided must have a good and well-functioning quality assurance system Documentation requirement: Account of the tenderer's control systems for quality and security. Tenderers can document the requirement by presenting relevant certificates for quality assurance standards/quality assurance systems such as ISO 9001 or equivalent third party verified systems, or by describing their control systems for quality and security.
III.2)Conditions related to the contract
III.2.3)Information about staff responsible for the performance of the contractObligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureOpen 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 participateDate: 11/05/2022
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 tenderDuration in months: 2 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 11/05/2022
Local time: 12:00
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: Oslo Tingrett
Town: Oslo
Country: Norway
VI.5)Date of dispatch of this notice:08/04/2022
http://ted.europa.eu/udl?uri=TED:NOTICE:197010-2022:TEXT:EN:HTML&src=0&tabId=2