Back to tenders & grants page
Norway-Trondheim: Library management system
Receive Tenders like this by email

Norway-Trondheim: Library management system

NTNU (974 767 880) has announced on 02 Nov 2019 that is accepting bids for the following project: Norway-Trondheim: Library management system.

The tender will take place in Norway and will cover the Information Technology industry.

The value of this project has not been disclosed by the donor and you can apply until Deadline date

After the deadline, Global Database will announce the contract award for Norway-Trondheim: Library management system. In order to stay up-to-date with this tender and also to receive daily notifications about similar projects, you can subscribe to our newsletter for free.

Bellow you can find more information about the tender description and the bidding procedure.

Location: Norway

General information

Donor:

NTNU (974 767 880)

Industry:

Information Technology

Education & Training

Status:

Accepting bids

Timeline

Published:

02 Nov 2019

Deadline:

Not available

Value:

Not available

Contacts

Name:

Frederic Bødtker

Description

Contract notice

Services

Legal Basis:

Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Forsvaret v/Forsvarets logistikkorganisasjon
988517860
Fetveien 80-84
Kjeller
2007
Norway
Contact person: Frederic Bødtker
E-mail: [email protected]
NUTS code: NO

Internet address(es):

Main address: https://permalink.mercell.com/99206260.aspx

I.2)Information about joint procurement
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://permalink.mercell.com/99206260.aspx
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://permalink.mercell.com/99206260.aspx
I.4)Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5)Main activity
Defence

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Removal Services for the Defence Sector — International v2

II.1.2)Main CPV code
98392000
II.1.3)Type of contract
Services
II.1.4)Short description:

The objective of the tender contest is to enter into a contract for removal services for the Contracting Authority's employees to/from Norway, to/from Europe and the USA. The service includes removal services for the Contracting Authority's employees' household goods and chattels from house to house. The contract does not include relocation services related to moving offices.

II.1.5)Estimated total value
Value excluding VAT: 68 000 000.00 NOK
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:

Sub Area 1 — Europe

Lot No: 1
II.2.2)Additional CPV code(s)
60100000
60161000
63520000
63521000
63523000
II.2.3)Place of performance
NUTS code: NO
Main site or place of performance:

To/from NORWAY to/from Europe.

II.2.4)Description of the procurement:

This contract will cover the Contracting Authority's international need for relocation services. The contract will only apply to the regions in the world where the Contracting Authority has the greatest need. These regions are divided in different areas. A Framework Agreement will be entered into for each sub-area. The sub-areas are as follows:

— sub-area 1: to/from Norway and to/from Europe, including Turkey and Russia,

— sub-area 2: to/from Norway and to/from east USA,

— sub-area 3: to/from Norway and to/from west USA.

The estimated value of the contract value, provided that a 4 year contract is relevant:

— sub-area 1: 30 000 000 to 45 000 000 NOK,

— sub-area 2: 20 000 000 to 30 000 000 NOK,

— sub-area 3: 5 000 000 to 10 000 000 NOK,

The estimate is done based on previous figures an/or anticipated future use according to the Contracting Authority's best knowledge.

II.2.5)Award criteria
Price 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 system
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:

The Framework Agreement period is 2 year with an option for further 2 year extension.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:

The Framework Agreement period is 2 year with an option for further 2 year extension.

II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:

Sub-area 2 — The USA East

Lot No: 2
II.2.2)Additional CPV code(s)
60100000
60161000
63520000
63521000
63523000
II.2.3)Place of performance
NUTS code: NO
Main site or place of performance:

To/from NORWAY to/from the USA.

II.2.4)Description of the procurement:

This contract will cover the Contracting Authority's international need for relocation services. The contract will only apply to the regions in the world where the Contracting Authority has the greatest need. These regions are divided in different areas. A Framework Agreement will be entered into for each sub-area. The sub-areas are as follows:

— sub-area 1: to/from Norway and to/from Europe, including Turkey and Russia,

— sub-area 2: to/from Norway and to/from east USA,

— sub-area 3: to/from Norway and to/from west USA.

The estimated value of the contract value, provided that a 4 year contract is relevant:

— sub-area 1: 30 000 000 to 45 000 000 NOK,

— sub-area 2: 20 000 000 to 30 000 000 NOK,

— sub-area 3: 5 000 000 to 10 000 000 NOK,

The estimate is done based on previous figures an/or anticipated future use according to the Contracting Authority's best knowledge.

II.2.5)Award criteria
Price 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 system
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:

The Framework Agreement period is 2 year with an option for further 2 year extension.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:

The Framework Agreement period is 2 year with an option for further 2 year extension.

II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:

Sub-area 3 — The USA West

Lot No: 3
II.2.2)Additional CPV code(s)
60100000
60161000
63520000
63521000
63523000
II.2.3)Place of performance
NUTS code: NO
Main site or place of performance:

To/from Norway to/from the USA.

II.2.4)Description of the procurement:

This contract will cover the Contracting Authority's international need for relocation services. The contract will only apply to the regions in the world where the Contracting Authority has the greatest need. These regions are divided in different areas. A Framework Agreement will be entered into for each sub-area. The sub-areas are as follows:

— sub-area 1: to/from Norway and to/from Europe, including Turkey and Russia,

— sub-area 2: to/from Norway and to/from east USA,

— sub-area 3: to/from Norway and to/from west USA.

The estimated value of the contract value, provided that a 4 year contract is relevant:

— sub-area 1: 30 000 000 to 45 000 000 NOK,

— sub-area 2: 20 000 000 to 30 000 000 NOK,

— sub-area 3: 5 000 000 to 10 000 000 NOK.

The estimate is done based on previous figures an/or anticipated future use according to the Contracting Authority's best knowledge.

II.2.5)Award criteria
Price 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 system
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:

The Framework Agreement period is 2 year with an option for further 2 year extension.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:

The Framework Agreement period is 2 year with an option for further 2 year extension.

II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The 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 registers
List and brief description of conditions:

Qualification requirement:

— the tenderer must be registered in a company register or a trade register in the country where the tenderer is established.

Documentation requirement:

— Norwegian tenderers: Company Registration Certificate

— foreign companies: confirmation that the tenderer is registered in a company register, professional register or a trade register in the country where the tenderer is established.

III.1.2)Economic and financial standing
List and brief description of selection criteria:

Qualification requirement:

— tenderers must have the required economic and financial capacity to fulfil the contract,

— a credit rating of “credit worthy” or equivalent will be sufficient to fulfil the requirement.

Documentation requirement:

— a credit assessment from a certified credit appraisal agency based on the most recent known accounting figures. The rating must not be older than 3 months.

III.1.3)Technical and professional ability
List and brief description of selection criteria:

Qualification requirement:

— the tenderer shall have a good and well functioning quality assurance system.

Documentation requirement:

— a description of the tenderer's methods for quality assurance, including deviation handling, follow-up the sub-contractors and HSE measures.

If the tenderer is certified in accordance with ISO 9001 or equivalent standards, it is sufficient to present a copy of a valid certificate.

III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
III.2.2)Contract performance conditions:
III.2.3)Information about staff responsible for the performance of the contract

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
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.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 08/03/2019
Local time: 09:00
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 tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 08/03/2019
Local time: 09:00

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Forsvaret v/Forsvarets logistikkorganisasjon
Fetveien 80-84
Kjeller
2007
Norway
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
06/02/2019

Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more