Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Statens arbeidsmiljøinstitutt [The National Institute of Occupational Health]
874 761 222
Postboks 8149 Dep
Contact point(s): Procurement
For the attention of: Roy Pettersen
0033 Oslo
Norway
E-mail: roy@innkjopskontoret.no
Internet address(es):
Electronic access to information: https://tendsign.no/doc.aspx?UniqueId=afcwbmwgal&GoTo=Docs
Electronic submission of tenders and requests to participate: https://tendsign.no/doc.aspx?UniqueId=afcwbmwgal&GoTo=Tender
Further information can be obtained from: TendSign
Internet address: https://tendsign.no/doc.aspx?UniqueId=afcwbmwgal&GoTo=QA
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: TendSign
Internet address: https://tendsign.no/doc.aspx?UniqueId=afcwbmwgal&GoTo=Docs
Tenders or requests to participate must be sent to: TendSign
Internet address: https://tendsign.no/doc.aspx?UniqueId=afcwbmwgal&GoTo=Tender
I.2)Type of the contracting authorityOther
I.3)Main activityGeneral public services
Other
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
DL201600359 Telephony system.
II.1.2)Type of contract and location of works, place of delivery or of performanceSupplies
Purchase
Main site or location of works, place of delivery or of performance: Oslo.
NUTS code NO011
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
The competition concerns a framework agreement for the delivery of a new telephony system for STAMI
STAMI shall procure a new telephony system. The delivery shall include pilot, equipment, software and services, as well as operation and maintenance. The aim of the procurement is to establish a good telephone and interaction service for all employees in STAMI, which covers internal needs as regards quality, functionality, security, flexibility and the ability to integrate with other computer systems. The Contracting Authority is open for various technical telephony and interaction systems, either on premise, cloud-based or hybrid.
The contract value is estimated to: 1 500 000 NOK including VAT, of which 400 000 NOK including VAT is reserverd pilot implementation prior to the total deployment. The value is an estimate and must therfore be considered not binding.
See part 2, requirement specifications, for further information.
II.1.6)Common procurement vocabulary (CPV) II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: Tax and VAT certificate (statutory): Tenderers shall have their tax and VAT payments in order.
Documentation requirement: A certificate showing paid VAT, taxes and social security contributions is required. The certificate shall be issued by the competent authority in the country where the tenderer is established (the Norwegian certificate for tax and VAT is common and can be ordered from altinn.no, former RF-1244) in accordance with the laws and regulations in the country of origin. The certificate must not be more than 6 months from the deadline for receipt of tenders.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: The economic and financial position (non-statutory). Requirements regarding the tenderer's economic and financial position: The financial capacity to fulfil the contract is required.
Documentation requirement: The contracting authority will assess finances through the company and accounting information system Proff Forvalt (www.forvalt.no). Tenderers are asked to submit other information they believe is relevant. The contracting Authority reserves the right to obtain supplementary information about the tenderer's finances.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
The tenderer's technical and professional qualifications (non-statutory)
Qualification requirement: The tenderer shall be professionally qualified.
If the tenderer is dependent on a sub-provider to fulfil the contract, a statement of obligations shall be attached, which shows that the tenderer has access to the required resources (the Public Procurement Regulations § 17-9 (2)).
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureOpen
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteriaThe most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
16/95
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentPayable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate14.11.2016 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upOther: Norwegian.
IV.3.7)Minimum time frame during which the tenderer must maintain the tenderuntil: 14.1.2017
IV.3.8)Conditions for opening of tendersDate: 14.11.2016 - 12:01
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
Visma notice: https://opic.com/id/afcwbmwgal
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:6.10.2016