Ste na enem od uradnih spletišč EU

201664-2025 - Javni razpis

Prikaz obvestila

Povzetek

TED v2 - Viewer
Javni razpis
NorveškaProgramski paketi in informacijski sistemi
Framework agreements IT infrastructure
NorveškaKjer koli v določeni državi
Ocenjena vrednost brez DDV3 000 000 000,00 NOK
Vrsta postopkaS pogajanji, s predhodno objavo javnega razpisa / konkurenčni postopek s pogajanji

Kupec
KupecPolitiets fellestjenester
NorveškaOSLO

LOT-0001Sub-contract 1 - Framework agreement server and storage
Programski paketi in informacijski sistemi
NorveškaKjer koli v določeni državi
Trajanje2 Leta
Ocenjena vrednost brez DDV2 000 000 000,00 NOK
Rok za prejem prijav za sodelovanje05/05/2025 - 08:00:00 (UTC) Western European Time, GMT

LOT-0002Sub-contract 2 - Framework agreement network and computer centre equipment.
Programski paketi in informacijski sistemi
NorveškaKjer koli v določeni državi
NorveškaKjer koli v določeni državi
Trajanje2 Leta
Ocenjena vrednost brez DDV1 000 000 000,00 NOK
Rok za prejem prijav za sodelovanje05/05/2025 - 08:00:00 (UTC) Western European Time, GMT

Jeziki in oblike zapisa

Uradni jezik (podpisana datoteka PDF)

BG
CS
DA
DE
EL
ES
ENPrenesi podpisani PDF
ET
FI
FR
GA
HR
HU
IT
LT
LV
MT
NL
PL
PT
RO
SK
SL
SV

PDF

BGPrenesi PDF
CSPrenesi PDF
DAPrenesi PDF
DEPrenesi PDF
ELPrenesi PDF
ESPrenesi PDF
ENPrenesi PDF
ETPrenesi PDF
FIPrenesi PDF
FRPrenesi PDF
GAPrenesi PDF
HRPrenesi PDF
HUPrenesi PDF
ITPrenesi PDF
LTPrenesi PDF
LVPrenesi PDF
MTPrenesi PDF
NLPrenesi PDF
PLPrenesi PDF
PTPrenesi PDF
ROPrenesi PDF
SKPrenesi PDF
SLPrenesi PDF
SVPrenesi PDF

Strojni prevod v obliki HTML

BG
CS
DA
DE
EL
ES
EN
ET
FI
FR
GA
HR
HU
IT
LT
LV
MT
NL
PL
PT
RO
SK
SL
SV

Obvestilo

Trenutni jezikIkona za pomoč
62/2025
201664-2025 - Javni razpis
Norveška – Programski paketi in informacijski sistemi – Framework agreements IT infrastructure
OJ S 62/2025 28/03/2025
Obvestilo o koncesiji ali naročilu – standardna ureditev
Blago
1. Kupec
1.1.
Kupec
Uradno imePolitiets fellestjenester
Pravna vrsta kupcaOsrednji državni organ
Dejavnost javnega naročnikaJavni red in mir ter varnost
2. Postopek
2.1.
Postopek
NaslovFramework agreements IT infrastructure
OpisThe Norwegian Police Shared services (Politiets fellestjenester - PFT), hereafter called the contracting authority, shall enter into 2 framework agreements within IT infrastructure. The first framework agreement is for storage, backup and servers, hereafter called "Framework agreement servers and storage" and the second framework agreement comprises network, network security and equipment for data centres and server rooms, hereafter called "Framework agreement network and data centre equipment". Further details on who the framework agreements apply for, including who is considered the Customer in accordance with the framework agreement, follows annex 1 of the framework agreements. A complete description of the procurement and delivery is in the framework agreements with annexes, as well as other information published through our tender management tool (CTM).
Identifikator postopkab170be22-1874-4cd6-acce-d0e8e88c8db3
Predhodno obvestilo587772-2024
Notranji identifikator24/207876
Vrsta postopkaS pogajanji, s predhodno objavo javnega razpisa / konkurenčni postopek s pogajanji
Postopek je pospešenne
2.1.1.
Namen
Vrsta javnega naročilaBlago
Glavna klasifikacijska oznaka (cpv): 48000000 Programski paketi in informacijski sistemi
Dodatna klasifikacija (cpv): 32420000 Oprema za omrežje, 32571000 Komunikacijska infrastruktura, 32580000 Oprema v zvezi z obdelavo podatkov, 32581000 Oprema za posredovanje podatkov, 32582000 Nosilci podatkov, 32583000 Nosilci podatkov in zvoka, 32584000 Posneti nosilci podatkov, 48200000 Programski paket za omrežja, internet in intranet, 48800000 Informacijski sistemi in strežniki, 72000000 Storitve informacijske tehnologije: svetovanje, razvoj programske opreme, internet in podpora, 72100000 Storitve svetovanja pri strojni opremi
2.1.2.
Kraj izvajanja
DržavaNorveška
Kjer koli v določeni državi
2.1.3.
Vrednost
Ocenjena vrednost brez DDV3 000 000 000,00 NOK
2.1.4.
Splošne informacije
Pravna podlaga
Direktiva 2014/24/EU
2.1.6.
Razlogi za izključitev
Položaj, ki je v skladu z nacionalno zakonodajo podoben stečajuIs the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
StečajIs the tenderer in a bankruptcy situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
KorupcijaIs the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a enforceable verdict has been convicted of corruption by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Corruption as defined in Article 3 of the Convention on Combating Corruption, Involving European Communities or European Union Member States (EUT C 195 of 25.6.1997, s. 1), and in Article 2, point 1, in the Council ́s framework decision 2003/568/RIA of 22 July 2003 on combating corruption in the private sector (EUT L 192 of 31.7.2003, p. 54). This rejection reason also includes corruption as defined in national law for the contracting authority or supplier.
Dogovor z upnikiIs the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Sodelovanje v hudodelski združbiIs the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted verdict of participation in a criminal organisation by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Participation in a criminal organisation as defined in Article 2 of the Council ́s framework decision 2008/841/RIA of 24 October 2008 on control of organised crime (EUT L 300 of 11.11.2008, p. 42)
Dogovori z drugimi gospodarskimi subjekti z namenom izkrivljanja konkurenceHas the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition?
Kršitev obveznosti na področju okoljskega pravaIs the tenderer aware of breaches of environmental provisions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Pranje denarja ali financiranje terorizmaIs the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of money laundering or financing terrorism by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Money laundering or financing terrorism As defined in Article 1 of the European Parliament and Council Directive 2005/60/EF of 26 October 2005 on preventive measures against the use of the financial system for money laundering and financing terrorism (EUT L 309 of 25.11.2005, p. 15).
GoljufijeIs the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted of fraud has been convicted of fraud by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Fraud included in Article 1 of the Convention on protection of the Financial Interests of the European Communities (EFT C 316 of 27.11.1995, p. 48).
Delo otrok in druge oblike trgovine z ljudmiIs the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of child labour and other forms of human trafficking by a verdict handed down no more than five years ago, or a rejection period determined directly in the judgement that still applies? Child labour and other forms of human trafficking as defined in Article 2 of the European Parliament and council directive 2011/36/EU of 5. 1 April 2011 on the prevention and control of human trafficking and the protection of its victims and for compensation of the Council ́s framework decision 2002/629/RIA (EUT L 101 of 15.4.2011, p. 1).
Plačilna nesposobnostIs the tenderer in an insolvency situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Kršitev obveznosti na področju delovnega pravaIs the tenderer aware of breaches of provisions on working conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Sredstva upravlja stečajni upraviteljSpecify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Kriv napačnega prikazovanja podatkov, informacij, ki jih ni bilo mogoče zagotoviti, zahtevanih dokumentov in pridobljenih zaupnih informacij v tem postopkuHave the tenderer:a) given grossly incorrect information when notifying the information required to verify that there is no basis for rejection, or of the qualification requirements being met,b) failed to provide such information,c) subject to immediately submitting the supporting documents requested by the Contracting Authority, ord) improperly affecting the Contracting Authority's decision process to acquire confidential information that could give this an unlawful advantage in connection with competition, or negligently has given misleading information that can have a significant influence on decisions on rejection, selection or award?
Nasprotje interesov zaradi njegovega sodelovanja v postopku oddaje javnega naročilaAre tenderers aware of a conflict of interest as stated in national law, the relevant notice or procurement documents?
Neposredno ali posredno sodelovanje pri pripravi tega postopka oddaje javnega naročilaHas the tenderer or an entity associated with the supplier advised the contracting authority or in another way been involved in the planning of the competition?
Hujša kršitev poklicnih pravilHas the tenderer committed serious errors in professional practice? If relevant, see the definitions in national law, the relevant notice or procurement documents.
Predčasna odpoved pogodbe, odškodnina ali druge primerljive sankcijeHas the tenderer committed significant breaches of contract in connection with the fulfilment of a previous public contract, a previous contract with a public contracting authority or a previous concession contract, where the breach has led to the cancellation of the contract, compensation or other similar sanctions?
Kršitev obveznosti na področju socialnega pravaIs the tenderer aware of breaches of provisions on social conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Plačilo prispevkov za socialno varnostHave tenderers failed to fulfil all their social security obligations in the country where they are established and in their member state, if this is a different country than what he is established in?
Poslovne dejavnosti so začasno ustavljeneSpecify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Plačevanje davkovHas the tenderer not fulfilled his tax and duty obligations in the country in which he is established, and in the contracting authority's member state, if this is a different country than what he is established in?
Teroristična kazniva dejanja ali kazniva dejanja, povezana s terorističnimi dejavnostmiIs the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body, or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of acts of terrorism or criminal acts connected to terrorist activities by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Acts of terrorism or criminal acts relating to terrorist activity as defined in Article 1 and 3 of the Council ́s framework decision 2002/475/RIA of 13 June 2002 on combating terrorism (EFT L 164, af 22.6.2002, p. 3). This rejection reason also includes incitement to, participation or attempts to commit such actions as included in Article 4 in the mentioned framework decision.
5. Sklop
5.1.
SklopLOT-0001
NaslovSub-contract 1 - Framework agreement server and storage
OpisThe services included in the framework agreement are the procurement and delivery of products, equipment and software (connected to the products), contracts for service and maintenance, guarantees, advice and assistance. To the degree that new types of services and/or technology naturally related to the technology area are added in the contract period, this shall be procured under the framework agreement.
Notranji identifikator24/207876
5.1.1.
Namen
Vrsta javnega naročilaBlago
Glavna klasifikacijska oznaka (cpv): 48000000 Programski paketi in informacijski sistemi
Dodatna klasifikacija (cpv): 32571000 Komunikacijska infrastruktura, 32580000 Oprema v zvezi z obdelavo podatkov, 32581000 Oprema za posredovanje podatkov, 32582000 Nosilci podatkov, 32583000 Nosilci podatkov in zvoka, 32584000 Posneti nosilci podatkov, 48200000 Programski paket za omrežja, internet in intranet, 48800000 Informacijski sistemi in strežniki, 72000000 Storitve informacijske tehnologije: svetovanje, razvoj programske opreme, internet in podpora, 72100000 Storitve svetovanja pri strojni opremi
5.1.2.
Kraj izvajanja
DržavaNorveška
Kjer koli v določeni državi
5.1.3.
Predvideno trajanje
Trajanje2 Leta
5.1.4.
Podaljšanje
Največje število podaljšanj2
Kupec si pridržuje pravico do dodatnih nabav pri izvajalcih, kot je opisano tuExtension of the contract one year at a time.
5.1.5.
Vrednost
Ocenjena vrednost brez DDV2 000 000 000,00 NOK
Najvišja vrednost okvirnega sporazuma2 000 000 000,00 NOK
5.1.6.
Splošne informacije
Pridržana udeležbaUdeležba ni pridržana.
Projekt javnega naročanja se ne financira s sredstvi EU
Javno naročilo je zajeto v Sporazumu o javnih naročilihda
Informacije o prejšnjih obvestilih
Identifikator prejšnjega obvestila587772-2024
Identifikator dela prejšnjega obvestilaPAR-0000
5.1.9.
Merila za izbor
Merilo
VrstaEkonomski in finančni položaj
ImeThe Tenderer must have adequate economic and financial standing
OpisQualification requirement: The Tenderer must have adequate economic and financial standing that ensures the possible performance of the contract. Creditworthiness without a requirement for security will be enough to meet the requirement. Documentation requirement: A credit rating that is based upon the last known accounting figures. The rating must be performed by a credit information agency with a licence for such activities. The Contracting Authority will, if necessary, obtain a credit assessment from a credit agency with a license to conduct such activities, as a supplement to the documentation provided in the offer. If the Tenderer has a justifiable basis not to produce the documentation demanded by the Contracting Authority, it may document its economic and financial standing by presenting any other document that the Contracting Authority deem fit.
Uporaba tega merilaSe uporablja

Merilo
VrstaPrimernost za opravljanje poklicne dejavnosti
ImeNorwegian tenderers shall enclose a tax certificate for taxes and VAT ("Attest for skatt og merverdiavgift").
OpisThe tax certificate can be ordered from ""Altinn"" and shall not be older than 6 months calculated from the deadline for submitting a request for participation or a tender.
Uporaba tega merilaSe uporablja

Merilo
VrstaPrimernost za opravljanje poklicne dejavnosti
ImeThe Tenderer shall be enrolled in a trade register or a relevant professional register in the state which the Tenderer is established.
OpisQualification requirement: The Tenderer shall be enrolled in a trade register or a relevant professional register in the state which the Tenderer is established. Please note that for Norwegian tenderers the wording "trade register" shall be understood as both "foretaksregister" and "handelsregister". Documentation requirement: Norwegian tenderers: "Firmaattest". Foreign tenderers: A statement that shows the Tenderer's registration in a trade register or relevant professional register in the country which the Tenderer is established.
Uporaba tega merilaSe uporablja

Merilo
VrstaPrimernost za opravljanje poklicne dejavnosti
ImeThe Tenderer must have a good and well-functioning quality assurance and management system for the performance that shall be delivered.
OpisDocumentation requirement: The Tenderer shall provide documentation of its quality assurance and management system. The following documentation will be accepted: • Certificate for the company's quality assurance and management system issued by an independent body that verifies that the Tenderer fulfils quality assurance standards as stated in ISO 9001 or equivalent, or • A description that as a minimum includes the company's procedures / routines for: - Deviation and complaint processing - Approval of subcontractors - The process from the receipt and registration of orders, until delivery to the customer has occured.
Uporaba tega merilaSe uporablja
Merila se bodo uporabila za izbiro kandidatov, ki se povabijo k sodelovanju v drugi stopnji postopka

Merilo
VrstaPrimernost za opravljanje poklicne dejavnosti
ImeThe Tenderer must have a environmental management system.
OpisDocumentation requirement: The Tenderer shall provide documentation of its environmental management system. The following documentation will be accepted: • Valid certificates issued by an independent body (for instance ISO 14001, EMAS, Eco-Lighthouse or equivalent), or • A description of the Tenderer's own environmental management system. The description shall as a minimum include The description must at a minimum include the supplier's environmental policy and details regarding the implementation of routines and systems to achieve the goals.
Uporaba tega merilaSe uporablja
Merila se bodo uporabila za izbiro kandidatov, ki se povabijo k sodelovanju v drugi stopnji postopka

Merilo
VrstaTehnična in strokovna sposobnost
ImeThe Tenderer must have experience from comparable deliveries.
OpisQualification requirement: The Tenderer must have experience from comparable deliveries. Documentation requirement: A description of up to 5 of the Tenderers most relevant assignments during the last 5 years. The description must include a statement of the value of the delivery, the time frame and the recipient (name, phone number and e-mail). It is the Tenderers responsibility to document the experience via the description. The Tenderer may document the experience by a reference to personnel they have control over and may use for this delivery, even if the personnel has gained the experience while working for another supplier.
Uporaba tega merilaSe uporablja
Merila se bodo uporabila za izbiro kandidatov, ki se povabijo k sodelovanju v drugi stopnji postopka

Merilo
VrstaTehnična in strokovna sposobnost
ImeThe supplier must be able and suitabile to meet the security requirements
OpisThe supplier must be able to meet the security requirements described in Appendix 4, Chapter 5 "Sikkerhet" of the Framework Agreement. • The information and locations the supplier will have access to make it necessary for the supplier to have a satisfactory security organization and a management system for information security in accordance with ISO 27001, or equivalent. This means that the supplier must be able to enter into a security agreement, have access to security-cleared service personnel, and the supplier must be able to obtain security clearance. Documentation requirements: • The supplier must document that it can meet the security requirements set in the contract. • In addition, the supplier must either provide documentation that the supplier is ISO 27001 certified, or provide documentation on the security organization with the associated management system for information security (equivalent to ISO 27001)
Uporaba tega merilaSe uporablja
Merila se bodo uporabila za izbiro kandidatov, ki se povabijo k sodelovanju v drugi stopnji postopka
Informacija o drugi stopnji dvostopenjskega postopka
Najmanjše število kandidatov, ki se povabijo k sodelovanju v drugi stopnji postopka5
Največje število kandidatov, ki se povabijo k sodelovanju v drugi stopnji postopka5
Postopek se bo odvijal v zaporednih stopnjah. Na vsaki stopnji se lahko izločijo nekateri sodelujoči
Kupec si pridržuje pravico, da javno naročilo odda na podlagi prvotnih ponudb brez dodatnih pogajanj
5.1.11.
Dokumenti v zvezi z oddajo javnega naročila
Rok za zahtevanje dodatnih informacij30/04/2025 08:00:00 (UTC) Western European Time, GMT
Naslov dokumentov v zvezi z oddajo javnega naročilahttps://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=426816&B=
5.1.12.
Pogoji javnega naročila
Pogoji postopka
Predvideni datum pošiljanja povabil k predložitvi ponudb09/05/2025
Pogoji za predložitev
Elektronska predložitevObvezno
Jeziki, v katerih se lahko oddajo ponudbe ali prijave za sodelovanjenorveščina
Elektronski katalogNi dovoljeno
Variantne ponudbeNi dovoljeno
Ponudniki lahko predložijo več kot eno ponudboNi dovoljeno
Rok za prejem prijav za sodelovanje05/05/2025 08:00:00 (UTC) Western European Time, GMT
Pogoji javnega naročila
Izvajanje javnega naročila je treba zagotoviti v okviru programov zaščitenega zaposlovanjaNe
Zahteva se sporazum o nerazkrivanju podatkovda
Dodatne informacije o sporazumu o nerazkrivanju podatkov Applies before access to the complete tender document will be granted for qualified and selected suppliers: All representatives of the supplier and any subcontractors and other partners who are given access to the complete tender document, including the documents listed in point 5.1 of the rules of the competition, as well as any participants in negotiations, must sign and submit the client's confidentiality agreement to the contracting authority. Signed confidentiality agreements must be submitted before access to the documents or participation in negotiations can be granted
Elektronsko izdajanje računovObvezno
Uporabljeno bo elektronsko naročanjene
Uporabljeno bo elektronsko plačevanjeda
5.1.15.
Tehnike
Okvirni sporazumOkvirni sporazum brez ponovnega odpiranja konkurence
Največje število udeležencev1
Informacije o dinamičnem nabavnem sistemuNi dinamičnega nabavnega sistema
Elektronska dražbane
5.1.16.
Dodatne informacije, mediacija in revizija
Organizacija za revizijoOslo tingrett
Informacije o rokih za revizijo: Deadline for requesting a temporary injunction against the Contracting authority's decision to reject a request to participate in the competition, cf. procurement regulations § 24-1 and § 24-2, or not select a supplier, cf. procurement regulations § 16-12, will be set to a minimum of 15 days after the notification is sent, cf. procurement regulations § 20-7.
Organizacija, ki daje informacije o splošnem regulativnem okviru glede davkov, ki se uporablja v kraju izvajanja naročilaOslo tingrett
Organizacija, ki daje informacije o splošnem regulativnem okviru glede varstva okolja, ki se uporablja v kraju izvajanja naročilaOslo tingrett
Organizacija, ki daje informacije o splošnem regulativnem okviru glede zaščite delovnega mesta in pogojev za delo, ki se uporablja v kraju izvajanja naročilaOslo tingrett
Organizacija, ki daje na voljo dodatne informacije o postopku za oddajo javnega naročilaPolitiets fellestjenester
Organizacija, ki omogoča nespletni dostop do dokumentov v zvezi z oddajo javnega naročilaPolitiets fellestjenester
Organizacija, ki prejema prijave za sodelovanjePolitiets fellestjenester
Organizacija, ki obdeluje ponudbePolitiets fellestjenester
5.1.
SklopLOT-0002
NaslovSub-contract 2 - Framework agreement network and computer centre equipment.
OpisThe services included in the framework agreement are the procurement and delivery of products, equipment and software (connected to the products), contracts for service and maintenance, guarantees, advice and assistance. To the degree that new types of services and/or technology naturally related to the technology area are added in the contract period, this shall be procured under the framework agreement.
Notranji identifikator24/207876
5.1.1.
Namen
Vrsta javnega naročilaBlago
Glavna klasifikacijska oznaka (cpv): 48000000 Programski paketi in informacijski sistemi
Dodatna klasifikacija (cpv): 32571000 Komunikacijska infrastruktura, 32580000 Oprema v zvezi z obdelavo podatkov, 32581000 Oprema za posredovanje podatkov, 32582000 Nosilci podatkov, 32583000 Nosilci podatkov in zvoka, 32584000 Posneti nosilci podatkov, 48200000 Programski paket za omrežja, internet in intranet, 48800000 Informacijski sistemi in strežniki, 72000000 Storitve informacijske tehnologije: svetovanje, razvoj programske opreme, internet in podpora, 72100000 Storitve svetovanja pri strojni opremi
5.1.2.
Kraj izvajanja
DržavaNorveška
Kjer koli v določeni državi
5.1.2.
Kraj izvajanja
DržavaNorveška
Kjer koli v določeni državi
5.1.3.
Predvideno trajanje
Trajanje2 Leta
5.1.4.
Podaljšanje
Največje število podaljšanj2
Kupec si pridržuje pravico do dodatnih nabav pri izvajalcih, kot je opisano tuExtension of the contract one year at a time.
5.1.5.
Vrednost
Ocenjena vrednost brez DDV1 000 000 000,00 NOK
Najvišja vrednost okvirnega sporazuma1 000 000 000,00 NOK
5.1.6.
Splošne informacije
Pridržana udeležbaUdeležba ni pridržana.
Projekt javnega naročanja se ne financira s sredstvi EU
Javno naročilo je zajeto v Sporazumu o javnih naročilihda
Informacije o prejšnjih obvestilih
Identifikator prejšnjega obvestila587772-2024
Identifikator prejšnjega obvestila587772-2024
Identifikator dela prejšnjega obvestilaPAR-0000
Identifikator prejšnjega obvestila587772-2024
Identifikator dela prejšnjega obvestilaPAR-0000
5.1.9.
Merila za izbor
Merilo
VrstaEkonomski in finančni položaj
ImeThe Tenderer must have adequate economic and financial standing
OpisQualification requirement: The Tenderer must have adequate economic and financial standing that ensures the possible performance of the contract. Creditworthiness without a requirement for security will be enough to meet the requirement. Documentation requirement: A credit rating that is based upon the last known accounting figures. The rating must be performed by a credit information agency with a licence for such activities. The Contracting Authority will, if necessary, obtain a credit assessment from a credit agency with a license to conduct such activities, as a supplement to the documentation provided in the offer. If the Tenderer has a justifiable basis not to produce the documentation demanded by the Contracting Authority, it may document its economic and financial standing by presenting any other document that the Contracting Authority deem fit.
Uporaba tega merilaSe uporablja

Merilo
VrstaPrimernost za opravljanje poklicne dejavnosti
ImeNorwegian tenderers shall enclose a tax certificate for taxes and VAT ("Attest for skatt og merverdiavgift").
OpisThe tax certificate can be ordered from ""Altinn"" and shall not be older than 6 months calculated from the deadline for submitting a request for participation or a tender.
Uporaba tega merilaSe uporablja

Merilo
VrstaPrimernost za opravljanje poklicne dejavnosti
ImeThe Tenderer shall be enrolled in a trade register or a relevant professional register in the state which the Tenderer is established.
OpisQualification requirement: The Tenderer shall be enrolled in a trade register or a relevant professional register in the state which the Tenderer is established. Please note that for Norwegian tenderers the wording "trade register" shall be understood as both "foretaksregister" and "handelsregister". Documentation requirement: Norwegian tenderers: "Firmaattest". Foreign tenderers: A statement that shows the Tenderer's registration in a trade register or relevant professional register in the country which the Tenderer is established.
Uporaba tega merilaSe uporablja

Merilo
VrstaPrimernost za opravljanje poklicne dejavnosti
ImeThe Tenderer must have a good and well-functioning quality assurance and management system for the performance that shall be delivered.
OpisDocumentation requirement: The Tenderer shall provide documentation of its quality assurance and management system. The following documentation will be accepted: • Certificate for the company's quality assurance and management system issued by an independent body that verifies that the Tenderer fulfils quality assurance standards as stated in ISO 9001 or equivalent, or • A description that as a minimum includes the company's procedures / routines for: - Deviation and complaint processing - Approval of subcontractors - The process from the receipt and registration of orders, until delivery to the customer has occured.
Uporaba tega merilaSe uporablja
Merila se bodo uporabila za izbiro kandidatov, ki se povabijo k sodelovanju v drugi stopnji postopka

Merilo
VrstaPrimernost za opravljanje poklicne dejavnosti
ImeThe Tenderer must have a environmental management system.
OpisDocumentation requirement: The Tenderer shall provide documentation of its environmental management system. The following documentation will be accepted: • Valid certificates issued by an independent body (for instance ISO 14001, EMAS, Eco-Lighthouse or equivalent), or • A description of the Tenderer's own environmental management system. The description shall as a minimum include The description must at a minimum include the supplier's environmental policy and details regarding the implementation of routines and systems to achieve the goals.
Uporaba tega merilaSe uporablja
Merila se bodo uporabila za izbiro kandidatov, ki se povabijo k sodelovanju v drugi stopnji postopka

Merilo
VrstaTehnična in strokovna sposobnost
ImeThe Tenderer must have experience from comparable deliveries.
OpisQualification requirement: The Tenderer must have experience from comparable deliveries. Documentation requirement: A description of up to 5 of the Tenderers most relevant assignments during the last 5 years. The description must include a statement of the value of the delivery, the time frame and the recipient (name, phone number and e-mail). It is the Tenderers responsibility to document the experience via the description. The Tenderer may document the experience by a reference to personnel they have control over and may use for this delivery, even if the personnel has gained the experience while working for another supplier.
Uporaba tega merilaSe uporablja
Merila se bodo uporabila za izbiro kandidatov, ki se povabijo k sodelovanju v drugi stopnji postopka

Merilo
VrstaTehnična in strokovna sposobnost
ImeThe supplier must be able and suitable to meet the security requirements.
OpisThe supplier must be able to meet the security requirements described in Appendix 4, Chapter 5 "Sikkerhet" of the Framework Agreement. • The information and locations the supplier will have access to make it necessary for the supplier to have a satisfactory security organization and a management system for information security in accordance with ISO 27001, or equivalent. This means that the supplier must be able to enter into a security agreement, have access to security-cleared service personnel, and the supplier must be able to obtain security clearance. Documentation requirements: • The supplier must document that it can meet the security requirements set in the contract. • In addition, the supplier must either provide documentation that the supplier is ISO 27001 certified, or provide documentation on the security organization with the associated management system for information security (equivalent to ISO 27001)
Uporaba tega merilaSe uporablja
Merila se bodo uporabila za izbiro kandidatov, ki se povabijo k sodelovanju v drugi stopnji postopka
Informacija o drugi stopnji dvostopenjskega postopka
Najmanjše število kandidatov, ki se povabijo k sodelovanju v drugi stopnji postopka5
Največje število kandidatov, ki se povabijo k sodelovanju v drugi stopnji postopka5
Postopek se bo odvijal v zaporednih stopnjah. Na vsaki stopnji se lahko izločijo nekateri sodelujoči
Kupec si pridržuje pravico, da javno naročilo odda na podlagi prvotnih ponudb brez dodatnih pogajanj
5.1.11.
Dokumenti v zvezi z oddajo javnega naročila
Rok za zahtevanje dodatnih informacij30/04/2025 08:00:00 (UTC) Western European Time, GMT
Naslov dokumentov v zvezi z oddajo javnega naročilahttps://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=426816&B=
5.1.12.
Pogoji javnega naročila
Pogoji postopka
Predvideni datum pošiljanja povabil k predložitvi ponudb09/05/2025
Pogoji za predložitev
Elektronska predložitevObvezno
Jeziki, v katerih se lahko oddajo ponudbe ali prijave za sodelovanjenorveščina
Elektronski katalogNi dovoljeno
Variantne ponudbeNi dovoljeno
Ponudniki lahko predložijo več kot eno ponudboNi dovoljeno
Rok za prejem prijav za sodelovanje05/05/2025 08:00:00 (UTC) Western European Time, GMT
Pogoji javnega naročila
Izvajanje javnega naročila je treba zagotoviti v okviru programov zaščitenega zaposlovanjaNe
Zahteva se sporazum o nerazkrivanju podatkovda
Dodatne informacije o sporazumu o nerazkrivanju podatkov Applies before access to the complete tender document will be granted for qualified and selected suppliers: All representatives of the supplier and any subcontractors and other partners who are given access to the complete tender document, including the documents listed in point 5.1 of the rules of the competition, as well as any participants in negotiations, must sign and submit the client's confidentiality agreement to the contracting authority. Signed confidentiality agreements must be submitted before access to the documents or participation in negotiations can be granted
Elektronsko izdajanje računovObvezno
Uporabljeno bo elektronsko naročanjene
Uporabljeno bo elektronsko plačevanjeda
5.1.15.
Tehnike
Okvirni sporazumOkvirni sporazum brez ponovnega odpiranja konkurence
Največje število udeležencev1
Informacije o dinamičnem nabavnem sistemuNi dinamičnega nabavnega sistema
Elektronska dražbane
5.1.16.
Dodatne informacije, mediacija in revizija
Organizacija za revizijoOslo tingrett
Informacije o rokih za revizijo: Deadline for requesting a temporary injunction against the Contracting authority's decision to reject a request to participate in the competition, cf. procurement regulations § 24-1 and § 24-2, or not select a supplier, cf. procurement regulations § 16-12, will be set to a minimum of 15 days after the notification is sent, cf. procurement regulations § 20-7.
Organizacija, ki daje informacije o splošnem regulativnem okviru glede davkov, ki se uporablja v kraju izvajanja naročilaOslo tingrett
Organizacija, ki daje informacije o splošnem regulativnem okviru glede varstva okolja, ki se uporablja v kraju izvajanja naročilaOslo tingrett
Organizacija, ki daje informacije o splošnem regulativnem okviru glede zaščite delovnega mesta in pogojev za delo, ki se uporablja v kraju izvajanja naročilaOslo tingrett
Organizacija, ki daje na voljo dodatne informacije o postopku za oddajo javnega naročilaPolitiets fellestjenester
Organizacija, ki omogoča nespletni dostop do dokumentov v zvezi z oddajo javnega naročilaPolitiets fellestjenester
Organizacija, ki prejema prijave za sodelovanjePolitiets fellestjenester
Organizacija, ki obdeluje ponudbePolitiets fellestjenester
8. Organizacije
8.1.
ORG-0001
Uradno imePolitiets fellestjenester
Registrska številka974761157
Poštni naslovFridtjof Nansens vei 14
MestoOSLO
Poštna številka0369
DržavaNorveška
Kontaktna točkaAnne Marit Langedal
Tel.+47 61318000
Spletni naslovhttp://www.politiet.no
Vloge te organizacije
Kupec
Organizacija, ki daje na voljo dodatne informacije o postopku za oddajo javnega naročila
Organizacija, ki omogoča nespletni dostop do dokumentov v zvezi z oddajo javnega naročila
Organizacija, ki prejema prijave za sodelovanje
Organizacija, ki obdeluje ponudbe
8.1.
ORG-0002
Uradno imeOslo tingrett
Registrska številka926 725 939
Poštni naslovPostboks 2106 Vika
MestoOSLO
Poštna številka0125
DržavaNorveška
Tel.+47 22035200
Spletni naslovhttps://www.domstol.no/
Vloge te organizacije
Organizacija za revizijo
Organizacija, ki daje informacije o splošnem regulativnem okviru glede davkov, ki se uporablja v kraju izvajanja naročila
Organizacija, ki daje informacije o splošnem regulativnem okviru glede varstva okolja, ki se uporablja v kraju izvajanja naročila
Organizacija, ki daje informacije o splošnem regulativnem okviru glede zaščite delovnega mesta in pogojev za delo, ki se uporablja v kraju izvajanja naročila
Informacije o obvestilu
Identifikator/različica obvestilacd658f68-c7db-4875-9e80-c64fae9bce19  -  02
Vrsta obrazcaJavni razpis
Vrsta obvestilaObvestilo o koncesiji ali naročilu – standardna ureditev
Podvrsta obvestila16
Datum pošiljanja obvestila26/03/2025 13:22:00 (UTC) Western European Time, GMT
Datum pošiljanja obvestila (ePošiljatelja)26/03/2025 15:00:38 (UTC) Western European Time, GMT
Jeziki, v katerih je uradno dostopno to obvestiloangleščina
Številka objave obvestila201664-2025
Številka izdaje UL S62/2025
Datum objave28/03/2025