Norway-Oslo: Telecommunications services has been closed on 22 Oct 2021. It no longer accepts any bids. For further information, you can contact the Departementenes sikkerhets- og serviceorganisasjon (974 761 424)
Bellow, you can find more information about this project:
Location: Norway
Departementenes sikkerhets- og serviceorganisasjon (974 761 424)
Telecommunication
Closed
13 Sep 2021
22 Oct 2021
Not available
Hanna Meland
+47 22035200
Contract notice
Services
Section I: Contracting authority
Section II: Object
Framework agreement for telecom services
DSS currently has a telephony contract with an existing provider for landline and mobile telephony. All ministries, including the Office of the Prime Minister and Norad as shown in point 1.1, are currently participating in the existing agreement. With this call for tenders, DSS wishes to enter a new contract for the supply of telephony services.
Telephony is an important work tool for DSS and the other entities in the joint ministries. There are high requirements for security, quality and service availability, both for normal daily use and in times of crisis and stand-by. DSS has, thus, a need to enter into a new contract with a tenderer who can provide secure and stable access to the mobile and landline network.
The procurement of mobile terminals and landline telephones with the relevant accessories is not included in this contract.
For further description of the assignment, see appendix 1 (the requirement specification) to the contract.
Oslo
DSS currently has a telephony contract with an existing provider for landline and mobile telephony. All ministries, including the Office of the Prime Minister and Norad as shown in point 1.1, are currently participating in the existing agreement. With this call for tenders, DSS wishes to enter a new contract for the supply of telephony services.
Telephony is an important work tool for DSS and the other entities in the joint ministries. There are high requirements for security, quality and service availability, both for normal daily use and in times of crisis and stand-by. DSS has, thus, a need to enter into a new contract with a tenderer who can provide secure and stable access to the mobile and landline network.
The procurement of mobile terminals and landline telephones with the relevant accessories is not included in this contract.
For further description of the assignment, see appendix 1 (the requirement specification) to the contract.
The estimated annual contract value is from NOK 8 million to NOK 35 million, excluding VAT. The annual consumption in the period August 2020- August 2021 was as follows:
Mobile telephony: NOK 20,251,721 excluding VAT.
Landline telephony: NOK 1,775,767 excluding VAT.
The total contract value for the entire period is maximum NOK 210,000,000 excluding VAT.
The framework agreement shall have a duration of 2 years with an option for an additional 1 + 1 + 1 + 1 year extension for one year at a time. The contract's prices and other terms must be able to be adapted to the market after the first 2 years if it is discovered that the agreement's prices and services are not in accordance with the market (see also the contract's appendix 1 SK19).
The framework agreement shall have a duration of 2 years with an option for an additional 1 + 1 + 1 + 1 year extension for one year at a time.
The framework agreement shall have a duration of 2 years with an option for an additional 1 + 1 + 1 + 1 year extension for one year at a time.
Section III: Legal, economic, financial and technical information
Requirements: Tenderers must be a legally established company.
Documentation:
Norwegian companies: Company registration certificate or a printout from the Unit Register for sole proprietorships not required to register.
Foreign companies: Verification that the company is registered in a trade or business register as prescribed by the law of the country where the tenderer is established. The verification can be submitted in writing or by referring to BRIS.
Requirement: The tenderer must have approval from the relevant Norwegian authorities to provide services covered by the agreement as well as the Electronic Communications Act
Documentation: Relevant certificates / certificate of registration.
Requirement: Paid taxes and duties.
Documentation:
A certificate, not older than six months, which verifies that the tenderer has fulfilled the obligations of payment of taxes, social security contributions and VAT. The certificate can be ordered and obtained from Altinn by using a separate link on skatteetaten.no. Foreign tenderers must provide certificates from equivalent authorities to the Norwegian authorities.
Requirement: Tenderers must be able to show adequate economic and financial capacity for the delivery.
Documentation:
A credit rating with key figures from a recognised credit assessment company, or other form of documentation to verify that the requirement has been met.
Requirement: Tenderers must have sufficient ability and experience to carry out the delivery.
Documentation: An overview of the tenderer's average general workforce, as well as the number of employees in relevant functions required to provide the services described in this competition. Tenderers are responsible for ensuring that the description is of such a nature that it documents fulfilment of the requirement.
Requirement: Tenderers must have sufficient capacity to carry out the delivery within the specified limitations and deadlines.
Documentation:
• A statement of the tenderer's average annual workforce in the last three years.
• Description of the tenderer's technical capacity and professional qualifications. With regard to the capacity, a description of the tenderer's relevant units shall be given. Regarding qualifications, a brief overview of the general relevant competence of the tenderer that is required for the supply of such services to public or private enterprises of relevant size is requested. Persons that will be offered should not be specified, and CVs should not be supplied.
Requirement: Environmental management measures. To ensure compliance with the contract's environmental requirements, the tenderer is required to have procedures for quality assurance and the goods and services included.
Documentation: Description of environmental management measures.
Requirement: Tenderers must have an environmental management system or standard such as EMAS, ISO 14001, the Eco-Lighthouse certification scheme, or equivalent.
Documentation: Tenderers must submit a licence number for the certification and a copy of the certificate. The contracting authority will also accept other documentation of equivalent environmental management measures if the tenderer does not have the possibility to obtain such certificates before the deadline and this is not the tenderer’s fault. This requires that the tenderer documents that these measures are equivalent to the requested environmental management systems or standards.
Requirement: A good, well-functioning quality assurance system is required.
Documentation: An account of the company’s quality assurance system and any certificates issued by independent bodies. (There should be no sales text, product descriptions or descriptions of experience.)
Requirement: Tenderers shall present a self-declaration verifying that there is no price cooperation with other providers. Information shall be provided as to whether the tenderer is about to be buy or be bought opp by other companies.
Documentation: Self-declaration
Section IV: Procedure
Section VI: Complementary information
Receive Daily Tenders and Grants notifications
Subscribe nowFeatured tenders
Enter your contact details
One of our experts will be in touch shortly to arrange a convenient time to book a Demo Presentation.
Home pageEnter your contact details
One of our experts will be in touch shortly to arrange a convenient time to book a Demo Presentation.
Home page