Lieferungen - 272740-2022

20/05/2022    S98

Norwegen-Vadsø: Rundfunk- und Fernsehgeräte, Kommunikations- und Fernmeldeanlagen und Zubehör

2022/S 098-272740

Auftragsbekanntmachung

Lieferauftrag

Rechtsgrundlage:
Richtlinie 2014/24/EU

Abschnitt I: Öffentlicher Auftraggeber

I.1)Name und Adressen
Offizielle Bezeichnung: SYKEHUSINNKJØP HF
Nationale Identifikationsnummer: 916879067
Postanschrift: Postboks 40
Ort: VADSØ
NUTS-Code: NO Norge
Postleitzahl: 9811
Land: Norwegen
Kontaktstelle(n): Postmottak Sykehusinnkjøp
E-Mail: post@sykehusinnkjop.no
Telefon: +47 78950700
Internet-Adresse(n):
Hauptadresse: https://permalink.mercell.com/179194246.aspx
Adresse des Beschafferprofils: http://www.sykehusinnkjop.no/
I.3)Kommunikation
Die Auftragsunterlagen stehen für einen uneingeschränkten und vollständigen direkten Zugang gebührenfrei zur Verfügung unter: https://permalink.mercell.com/179194246.aspx
Weitere Auskünfte erteilen/erteilt die oben genannten Kontaktstellen
Angebote oder Teilnahmeanträge sind einzureichen elektronisch via: https://permalink.mercell.com/179194246.aspx
I.4)Art des öffentlichen Auftraggebers
Einrichtung des öffentlichen Rechts
I.5)Haupttätigkeit(en)
Gesundheit

Abschnitt II: Gegenstand

II.1)Umfang der Beschaffung
II.1.1)Bezeichnung des Auftrags:

Telephony systems for the health trusts in Helse Sør-Øst

Referenznummer der Bekanntmachung: 2022/796
II.1.2)CPV-Code Hauptteil
32000000 Rundfunk- und Fernsehgeräte, Kommunikations- und Fernmeldeanlagen und Zubehör
II.1.3)Art des Auftrags
Lieferauftrag
II.1.4)Kurze Beschreibung:

Sykehuspartner shall, on behalf of Helse Sør-Øst RHF (HSØ) (the South-Eastern Norway Regional Health Authority], enter into regional framework agreements for the procurement of:

- Telecom related equipment, i.e. hardware and software (including licenses), in the form of systems and platforms, or individual elements within these associated operational support systems and terminals. 

- Project assignment in the form of fixed price assignments, target price assignments or equivalent for various planning, review, design, development and installation assignments in connection with the telephony infrastructure. 

- Hourly based assistance, i.e. hire of project and professional resources on an hourly basis.

The maximum framework agreement value is NOK 200,000,000.

The estimated value of the framework agreement is NOK120,000,000

II.1.5)Geschätzter Gesamtwert
II.1.6)Angaben zu den Losen
Aufteilung des Auftrags in Lose: nein
II.2)Beschreibung
II.2.2)Weitere(r) CPV-Code(s)
32500000 Fernmeldebedarf
32540000 Schaltfelder
32550000 Fernsprechausrüstung
32570000 Kommunikationsanlage
32571000 Kommunikationsinfrastruktur
72000000 IT-Dienste: Beratung, Software-Entwicklung, Internet und Hilfestellung
72220000 Systemberatung und technische Beratung
II.2.3)Erfüllungsort
NUTS-Code: NO09 Agder og Sør-Østlandet
II.2.4)Beschreibung der Beschaffung:

The framework agreement will include:

- Telecom related equipment, i.e. hardware and software (including licenses), in the form of systems and platforms, or individual elements within these associated operational support systems and terminals. The equipment shall be used to maintain, broaden and develop HSØ's telephony infrastructure so that at any given time it is able to support HSØ's need for reliable telecommunications services. The contracting authority also wants to have the possibility to purchase complete installations as a part of this contract. I.e. not individual components, based on function and performance requirements.

- Project assignment in the form of fixed price assignments, target price assignments or equivalent for various planning, review, design, development and installation assignments in connection with the telephony infrastructure. This could be everything from small and simple assignments such as upgrading, to more complex assignments that require project management and design, and independent assignments with defined deliveries and associated delivery quality led by the tenderer. Project assignments will also be available in combination with equipment, for e.g. by providing a fully installed and tested system (for example a complete telephony system). The contracting authority retains a free and unlimited right to also be able to purchase such project assignments (excluding products) through other contracts, i.e. Independent of, or i addition to, this framework agreement.

- Hourly based assistance, i.e. hire of project and professional resources on an hourly basis.

It is possible that Sykehuspartner will at a later date look at the possibility of procuring a cloud-based switchboard / contact centre solution. This will then either be available for purchase under this framework agreement, or as a separate separate procurement.

The contracting authority wants to enter into contracts with tenderers who can handle either small or large project assignments in addition to delivering equipment.

The contracting authority has existing maintenance contracts. Maintenance contracts are therefore not a part of this competition.

The agreement does not cover mobile telephony (traffic / telecommunications services), landline telephony (traffic / telecommunications services) or paging systems. Interface to mobile telephony and landline telephony, as well as other 3rd party systems, must be managed.

II.2.5)Zuschlagskriterien
Der Preis ist nicht das einzige Zuschlagskriterium; alle Kriterien sind nur in den Beschaffungsunterlagen aufgeführt
II.2.6)Geschätzter Wert
II.2.7)Laufzeit des Vertrags, der Rahmenvereinbarung oder des dynamischen Beschaffungssystems
Laufzeit in Monaten: 24
Dieser Auftrag kann verlängert werden: ja
Beschreibung der Verlängerungen:

The contract can be extended for 1 year at a time, to a maximum total contract length of 4 years.

II.2.10)Angaben über Varianten/Alternativangebote
Varianten/Alternativangebote sind zulässig: nein
II.2.11)Angaben zu Optionen
Optionen: nein
II.2.13)Angaben zu Mitteln der Europäischen Union
Der Auftrag steht in Verbindung mit einem Vorhaben und/oder Programm, das aus Mitteln der EU finanziert wird: nein
II.2.14)Zusätzliche Angaben

Abschnitt III: Rechtliche, wirtschaftliche, finanzielle und technische Angaben

III.1)Teilnahmebedingungen
III.1.1)Befähigung zur Berufsausübung einschließlich Auflagen hinsichtlich der Eintragung in einem Berufs- oder Handelsregister
Auflistung und kurze Beschreibung der Bedingungen:

Tenderers must be a legally established company.

Norwegian tenderers must provide an updated company register certificate.

Foreign tenderers must provide authorisation(s) for statutory registration in the country where the company is established.

III.1.2)Wirtschaftliche und finanzielle Leistungsfähigkeit
Auflistung und kurze Beschreibung der Eignungskriterien:

Requirement: The tenderer shall have sufficient economic and financial solidity to be able to fulfil the contract obligations.

Documentation requirement:

The tenderer shall document compliance with the qualification requirement in the following ways:

Latest submitted annual financial statements with notes including auditor's report.

Income statement and balance sheet for the last six months if it is more than six months since the last annual report.

If a tenderer has valid reasons for not being able to provide the documentation requested by the contracting authority, the tenderer can prove his economic and financial capacity with another document, including, for example, a parent company guarantee, bank guarantee, etc. If a parent company guarantee is used, the tenderer is asked to document that the parent company is able to take over the subsidiary company's economic and financial contractual obligations.

The contracting authority will itself obtain a rating report in order to verify that the tenderer has sufficient economic and financial ability.

When assessing whether a tenderer has sufficient economic and financial solidity to carry out the contractual obligations, the contracting authority will make a total assessment where a positive operating result, positive cash flow and positive equity will be emphasised.

Möglicherweise geforderte Mindeststandards:

Requirement: The tenderer shall have sufficient economic and financial solidity to be able to fulfil the contract obligations.

Documentation requirement:

The tenderer shall document compliance with the qualification requirement in the following ways:

Latest submitted annual financial statements with notes including auditor's report.

Income statement and balance sheet for the last six months if it is more than six months since the last annual report.

If a tenderer has valid reasons for not being able to provide the documentation requested by the contracting authority, the tenderer can prove his economic and financial capacity with another document, including, for example, a parent company guarantee, bank guarantee, etc. If a parent company guarantee is used, the tenderer is asked to document that the parent company is able to take over the subsidiary company's economic and financial contractual obligations.

The contracting authority will itself obtain a rating report in order to verify that the tenderer has sufficient economic and financial ability.

When assessing whether a tenderer has sufficient economic and financial solidity to carry out the contractual obligations, the contracting authority will make a total assessment where a positive operating result, positive cash flow and positive equity will be emphasised.

III.1.3)Technische und berufliche Leistungsfähigkeit
Auflistung und kurze Beschreibung der Eignungskriterien:

Requirement: The tenderer shall have experience from deliveries of telephony systems with high requirements for operational stability and criticality. See the tender documentation's section 1.4 Purpose and scope of the procurement for more details.

Documentation requirements: The tenderer shall in the table in Part 0c Technical and professional qualification requirements, section 2.1.1 provide a description of three to five relevant reference contracts for the supplier / supplier constellation in the last three years.

Requirement: The supplier must have personnel with education and professional qualifications with sufficient competence and capacity to deliver telephony solutions with high requirements for operational stability and criticality.

Documentation requirement: The tenderer shall provide a description of the tenderer's personnel with education and professional qualifications of relevance for deliveries of telephony systems. CVs shall not be included in the assessment of this documentation.

The tenderer is requested to state which parts of the contract that the tenderer is considering outsourcing to sub-suppliers.

Möglicherweise geforderte Mindeststandards:

Requirement: The tenderer shall have experience from deliveries of telephony systems with high requirements for operational stability and criticality. See the tender documentation's section 1.4 Purpose and scope of the procurement for more details.

Documentation requirements: The tenderer shall in the table in Part 0c Technical and professional qualification requirements, section 2.1.1 provide a description of three to five relevant reference contracts for the supplier / supplier constellation in the last three years.

Requirement: The supplier must have personnel with education and professional qualifications with sufficient competence and capacity to deliver telephony solutions with high requirements for operational stability and criticality.

Documentation requirement: The tenderer shall provide a description of the tenderer's personnel with education and professional qualifications of relevance for deliveries of telephony systems. CVs shall not be included in the assessment of this documentation.

The tenderer is requested to state which parts of the contract that the tenderer is considering outsourcing to sub-suppliers.

Abschnitt IV: Verfahren

IV.1)Beschreibung
IV.1.1)Verfahrensart
Offenes Verfahren
IV.1.3)Angaben zur Rahmenvereinbarung oder zum dynamischen Beschaffungssystem
Die Bekanntmachung betrifft den Abschluss einer Rahmenvereinbarung
Rahmenvereinbarung mit mehreren Wirtschaftsteilnehmern
IV.1.8)Angaben zum Beschaffungsübereinkommen (GPA)
Der Auftrag fällt unter das Beschaffungsübereinkommen: ja
IV.2)Verwaltungsangaben
IV.2.2)Schlusstermin für den Eingang der Angebote oder Teilnahmeanträge
Tag: 16/06/2022
Ortszeit: 10:00
IV.2.3)Voraussichtlicher Tag der Absendung der Aufforderungen zur Angebotsabgabe bzw. zur Teilnahme an ausgewählte Bewerber
IV.2.4)Sprache(n), in der (denen) Angebote oder Teilnahmeanträge eingereicht werden können:
Norwegisch
IV.2.6)Bindefrist des Angebots
Laufzeit in Monaten: 6 (ab dem Schlusstermin für den Eingang der Angebote)
IV.2.7)Bedingungen für die Öffnung der Angebote
Tag: 16/06/2022
Ortszeit: 10:00

Abschnitt VI: Weitere Angaben

VI.1)Angaben zur Wiederkehr des Auftrags
Dies ist ein wiederkehrender Auftrag: nein
VI.2)Angaben zu elektronischen Arbeitsabläufen
Aufträge werden elektronisch erteilt
Die elektronische Rechnungsstellung wird akzeptiert
Die Zahlung erfolgt elektronisch
VI.3)Zusätzliche Angaben:
VI.4)Rechtsbehelfsverfahren/Nachprüfungsverfahren
VI.4.1)Zuständige Stelle für Rechtsbehelfs-/Nachprüfungsverfahren
Offizielle Bezeichnung: Indre og Finnmark tingrett
Ort: Vadsø
Land: Norwegen
VI.4.2)Zuständige Stelle für Schlichtungsverfahren
Offizielle Bezeichnung: Klagenemnda for offentlige anskaffelser
Postanschrift: Postboks 439 Sentrum
Ort: Bergen
Postleitzahl: 5085
Land: Norwegen
VI.4.4)Stelle, die Auskünfte über die Einlegung von Rechtsbehelfen erteilt
Offizielle Bezeichnung: Sykehusinnkjøp HF v/Divisjon sør-øst
Postanschrift: Postboks 1594
Ort: Drammen
Postleitzahl: 3007
Land: Norwegen
VI.5)Tag der Absendung dieser Bekanntmachung:
16/05/2022