Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.3)CommunicationAdditional information can be obtained from the abovementioned address
I.4)Type of the contracting authorityRegional or local authority
I.5)Main activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Framework agreement for portable PCs with accessories for schools and nurseries in Klepp municipality
Reference number: 2023/3
II.1.2)Main CPV code30200000 Computer equipment and supplies
II.1.3)Type of contractSupplies
II.1.4)Short description:
Klepp Municipality is located in Rogaland and has more than 20,000 inhabitants. More general information about the contracting authority can be found at www.klepp.kommune.no.
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)30210000 Data-processing machines (hardware)
30213100 Portable computers
30230000 Computer-related equipment
30231000 Computer screens and consoles
30232000 Peripheral equipment
30236000 Miscellaneous computer equipment
30237000 Parts, accessories and supplies for computers
30237270 Portable computer carrying cases
32580000 Data equipment
II.2.3)Place of performanceNUTS code: NO0A1 Rogaland
II.2.4)Description of the procurement:
The framework agreement concerns the purchase of portable PCs with accessories for schools and nurseries in Klepp municipality. The bulk of the products that the Contracting Authority purchases are described in the requirements specifications. The Contracting Authority reserves the right to purchase other products that are naturally related.
The Contracting Authority estimates the scope of the contract to be approx. NOK 10 million during the contract period. Maximum NOK 15 million.
Other products that are described in the requirements specifications and in the price form will follow the same pricing mechanism as the requested volume products.
The Contracting Authority requires that parts of the delivery work with the Contracting Authority¨s existing technical platform. The individual points where Contracting Authority's requirements regarding this appear are referred to in Annex 1 Requirements Specifications.
A further description of the delivery assignment can be found in Annex 1 Requirement Specifications.
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 systemStart: 01/03/2023
End: 28/02/2026
This contract is subject to renewal: yes
Description of renewals:
Planned commencement for the contract is 1 March 2023.
The contract will be valid for 3 (three) years from the start-up date. The contract can be renewed for 1 (one) year. The contract renews automatically for 1 (one) year unless cancelled by the contracting authority with three months notice prior to the renewal date.
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:
A company registration certificate shall be enclosed with the tender.
III.1.2)Economic and financial standingList and brief description of selection criteria:
Key financial figures. See the minimum requirements for more details.
Minimum level(s) of standards possibly required:
Tenderers must have sufficient financial capacity to carry out the assignment/contract. Good solidity is required. The contracting authority will collect credit rating via Proff Forvalt Credit Information Company www.forvalt.no. The minimum score acceptable is 'satisfactory' within two of the following criteria: liquidity, profitability and solvency, cf. Proff Forvalt's ranking and/or minimum B on the analysis Probability of Bankruptcy. Tenderers are expected to have familiarised themselves with recorded information about the company and on submitting the tender consents that this information will be obtained and form the basis of the assessment of the tenderer’s economic situation. If the supplier knows that the requirement regarding the financial capacity to carry out the contract cannot be met via the credit information as specified above, this can be compensated for by the parent company or bank guarantee.
III.1.3)Technical and professional abilityList and brief description of selection criteria:
Experience from similar assignments. Controlling and tracking the supplier chain and environmental measures.
Minimum level(s) of standards possibly required:
Requirement: Tenderers are required to have experience from equivalent assignments Documentation requirement: Enclose a list 3 deliveries or services performed that are comparable with this assignment. This shall include the name of the customer, value of the assignment, date of the assignment and the name of a contact person at the reference, with an email address and telephone number. The references shall not be older than 3 years. (References will be contacted if necessary)
Tenderers must have a system for managing and tracking the supply chain. Documentation requirement: Description of the tenderer's system for monitoring and tracking in the supplier chain.
Requirement: Tenderers must use environmental management measures whilst implementing the contract. Documentation: Description of environmental management measures. A self-declaration regarding the environmental system, Annex 4 of the tender documentation, can be used as documentation. Is the company certified in accordance with e.g. EMAS or ISO14001, certificates thereof are accepted as documentation.
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureOpen procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing systemThe procurement involves the establishment of a framework agreement
Framework agreement with a single operator
IV.1.8)Information about the Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: no
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 06/02/2023
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: 01/06/2023
IV.2.7)Conditions for opening of tendersDate: 06/02/2023
Local time: 12:00
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-Rogaland tingrett rettssted Sandnes
Postal address: Olav Vs plass 1
Town: Sandnes
Postal code: 4306
Country: Norway
VI.5)Date of dispatch of this notice:06/01/2023