http://ted.europa.eu/udl?uri=TED:NOTICE:467304-2021:TEXT:EN:HTML&src=0&tabId=2
Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addressesOfficial name: Miljødirektoratet
National registration number: 999 601 391
Postal address: Brattørkaia 15B
Town: Trondheim
NUTS code: NO Norge
Postal code: 7010
Country: Norway
Contact person: Tonje Stubsjøen Kvaløy
E-mail: tonje.stubsjoen.kvaloy@miljodir.no
Telephone: +47 95081110
Internet address(es):
Main address: www.miljodir.no
Address of the buyer profile: https://eu.eu-supply.com/ctm/Company/CompanyInformation/Index/288761
I.3)CommunicationThe procurement documents are available for unrestricted and full direct access, free of charge, at: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=310743&B=KGVLIGHT
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=310743&B=KGVLIGHT
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authorityMinistry or any other national or federal authority, including their regional or local subdivisions
I.5)Main activityEnvironment
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Electronic Hunting License Test
Reference number: 2021/10186
II.1.2)Main CPV code72212220 Internet and intranet software development services
II.1.3)Type of contractServices
II.1.4)Short description:
The hunting license test has been held electronically since 1 January 2013. As the contract with current supplier expires 31 December 2022, Miljødirektoratet [the Norwegian Environment Agency] is now carrying out a new service purchase for operation of electronic hunting license test from 1 January 2023. The service also includes the electronic test for hunting license instructors. Each year there are approx. 11,000 persons who take the hunting license test and approx. 100 persons who take the instructor test.
II.1.5)Estimated total value
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)72262000 Software development services
72266000 Software consultancy services
72212517 IT software development services
II.2.3)Place of performanceNUTS code: NO Norge
Main site or place of performance:
II.2.4)Description of the procurement:
The hunting license test has been held electronically since 1 January 2013. As the contract with current supplier expires 31 December 2022, Miljødirektoratet [the Norwegian Environment Agency] is now carrying out a new service purchase for operation of electronic hunting license test from 1 January 2023. The service also includes the electronic test for hunting license instructors. Each year there are approx. 11,000 persons who take the hunting license test and approx. 100 persons who take the instructor test.
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 value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 47
This contract is subject to renewal: yes
Description of renewals:
See the draft contract (annex). The contract can be extended so that the operations phase is a maximum of ten years.
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 3
Objective criteria for choosing the limited number of candidates:
If more than three service providers who fulfil the minimum qualification requirements register, the contracting authority will rank the suppliers according to the following selection criteria:
The service provider´s technical and professional qualifications, based on the received documentation in point 4.3. The service providers assessed as having the best experience from equivalent assignments for public authorities/businesses will be given the highest ranking.
Service providers who do not submit requests to participate in the contest in Norwegian, and/or who cannot submit tenders or offer completed services in Norwegian and/or who do not master oral or written Norwegian will be rejected.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
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:
The service provider must be registered in a company register, professional register or a trade register in the state where the service provider is established.
III.1.2)Economic and financial standingList and brief description of selection criteria:
The service provider must have sufficient economic and financial capacity to fulfil the contract. Creditworthiness with no requirement for guarantees will be sufficient to meet the requirement.
Credit rating based on the most recent accounting figures. The rating must be carried out by a credit rating company with a license to conduct this service.
III.1.3)Technical and professional abilityList and brief description of selection criteria:
Service providers must have experience from comparable assignments.
Description of up to three of the service provider's most relevant assignments during the last three years. The description must include a statement of the assignment value, dates and recipients (name, telephone number and e-mail address). It is the service provider's responsibility to document relevance through the description. The service provider can document experience by referring to the competence of the personnel at disposal for this assignment, including experience that has been acquired while the personnel performed services for another service provider.
The consultants shall have a good understanding of verbal and written Norwegian.
Request, tender and service will be prepared in Norwegian and all communication with the contracting authority will take place in Norwegian.
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 procedureCompetitive procedure with negotiation
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.5)Information about negotiationThe contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
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: 15/10/2021
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 tenderTender must be valid until: 18/03/2022
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflowsElectronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: Sør-Trøndelag tingrett
Town: Trondheim
Country: Norway
VI.5)Date of dispatch of this notice:10/09/2021