Directive 2009/81/EC
Section I: Contracting authority/entity
I.1)Name, addresses and contact point(s)Official name: The Brønnøysund Register Centre
Postal address: Havnegata 48
Town: BRØNNØYSUND
Postal code: 8910
Country: Norway
For the attention of: Innkjøpsenheten
E-mail: [email protected]
Telephone: +47 75007509
Fax: +47 75007505
Internet address(es):
General address of the contracting authority/entity: http://www.brreg.no/
Electronic access to information: https://permalink.mercell.com/170901806.aspx
Electronic submission of tenders and requests to participate: https://permalink.mercell.com/170901806.aspx
Further information can be obtained from:
The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:
The above mentioned contact point(s)
Tenders or requests to participate must be sent to:
The above mentioned contact point(s)
I.2)Type of the contracting authorityMinistry or any other national or federal authority, including their regional or local sub-divisions
I.3)Main activityGeneral public services
I.4)Contract award on behalf of other contracting authorities/entitiesThe contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Document production 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: Brønnøysund
NUTS code NO071 Nordland
II.1.3)Information on framework agreement
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s):
Through a major modernization project, which has been ongoing since 2017 and which will continue for several years to come, the Brønnøysund Register Centre is developing new case processing systems. A number of joint services have been implemented for the new systems, and we now want to establish a joint service for document production. We need a document production system for generating large volumes of letters and documents that mainly contain results of case processing and register information from orders. The system must have a template tool and library for the development, maintenance and storage of templates, a document generator for the production of documents and a text editor for editing documents produced by the document generator. The system and tools must be integrable with the professional systems, which the Brønnøysund registries themselves develop, through standardised interfaces for system to system integration. The procurement does not include tools for case processing per se, distribution or archiving of documents.
II.1.6)Common procurement vocabulary (CPV)48300000 Document creation, drawing, imaging, scheduling and productivity software package, 72212300 Document creation, drawing, imaging, scheduling and productivity software development services, 72261000 Software support services, 72267100 Maintenance of information technology software
II.1.7)Information about subcontractingThe tenderer has to indicate in the tender any share of the contract it may intend to subcontract to third parties and any proposed subcontractor, as well as the subject-matter of the subcontracts for which they are proposed
The tenderer has to indicate any change occurring at the level of subcontractors during the execution of the contract
The contracting authority/entity may oblige the successful tenderer to award all or certain subcontracts through the procedure set out in Title III of Directive 2009/81/EC
II.1.8)LotsThis contract is divided into lots: no
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Software licenses, customisations and implementation of document production system with subsequent support and maintenance.
Estimated value excluding VAT: 8000000.00 NOK
II.2.2)Information about optionsOptions: yes
Description of these options: Described in the tender documentation that are distributed to qualified and selected suppliers.
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completionDuration in months: 36 (from the award of the contract)
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 to which the performance of the contract is subject, in particular with regard to security of supply and security of information:
III.1.5)Information about security clearance:
III.2)Conditions for participation
III.2.1)Personal situationCriteria regarding the personal situation of economic operators (that may lead to their exclusion) including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Legally registered enterprise.
Criteria regarding the personal situation of subcontractors (that may lead to their rejection) including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Legally registered enterprise.
III.2.2)Economic and financial abilityCriteria regarding the economic and financial standing of economic operators (that may lead to their exclusion)
Minimum level(s) of standards possibly required: Satisfactory economic and financial ability to carry out the contract.
Criteria regarding the economic and financial standing of subcontractors (that may lead to their rejection)
Minimum level(s) of standards possibly required: If the tenderer relies on a sub-provider to meet the requirement for economic and financial capacity, the same requirements apply as for the main supplier.
III.2.3)Technical and/or professional capacityCriteria regarding the technical and/or professional ability of economic operators (that may lead to their exclusion)
Minimum level(s) of standards possibly required
A satisfactory management system for information security.
Very good experience from similar deliveries as well as good competence and capacity for fulfilment of contractual obligations
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 procedureNegotiated
IV.1.2)Limitations on the number of operators who will be invited to tender or to participateEnvisaged minimum number 3
Objective criteria for choosing the limited number of candidates: Experience from similar deliveries as well as competence and capacity, as further described in the qualification documentation.
IV.1.3)Reduction of the number of operators during the negotiation or dialogueRecourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated yes
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 has been used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate9.3.2022 - 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
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information:
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal proceduresOfficial name: Brønnøy District Court
Country: Norway
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:3.2.2022