Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addressesOfficial name: Statistisk Sentralbyrå
National registration number: 971526920
Postal address: Postboks 2633 St. Hanshaugen, 0131 Oslo
Town: Kongsvinger
NUTS code:
NO NorgePostal code: 2208
Country: Norway
Contact person: Andras Szolnoki
E-mail:
asz@ssb.noTelephone: +47 62885000
Internet address(es): Main address:
https://permalink.mercell.com/204617276.aspxAddress of the buyer profile:
http://www.ssb.no/ I.3)CommunicationAdditional information can be obtained from the abovementioned address
I.4)Type of the contracting authorityMinistry or any other national or federal authority, including their regional or local subdivisions
I.5)Main activityOther activity: Production of statistics.
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Access Switches for Statistics Norway
Reference number: 23/727
II.1.2)Main CPV code32423000 Network hubs
II.1.3)Type of contractSupplies
II.1.4)Short description:
This invitation to tender relates to the procurement of new access switches (LAN switches) to replace old access switches in Statistics Norway Oslo.
Equipment classified as "long-living investment" must be offered by the network provider.
No equipment shall be offered in cases where the manufacturer has developed a newer replacement platform.
Tenderers are free to offer switches from manufacturers other than the suppliers we already have (Cisco and Extreme), as long as the switches are compatible with existing network equipment in Statistics Norway.
II.1.5)Estimated total valueValue excluding VAT: 1 900 000.00 NOK
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)32422000 Network components
32420000 Network equipment
II.2.3)Place of performanceNUTS code: NO081 Oslo
II.2.4)Description of the procurement:
This invitation to tender relates to the procurement of new access switches (LAN switches) to replace old access switches in Statistics Norway Oslo.
Equipment classified as "long-living investment" must be offered by the network provider.
No equipment shall be offered in cases where the manufacturer has developed a newer replacement platform.
Tenderers are free to offer switches from manufacturers other than the suppliers we already have (Cisco and Extreme), as long as the switches are compatible with existing network equipment in Statistics Norway.
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 valueValue excluding VAT: 1 900 000.00 NOK
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 24
This contract is subject to renewal: yes
Description of renewals:
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:
Norwegian companies: Company registration certificate
Foreign companies: Verification showing that the tenderer is registered in a company register, professional register or a commerce register in the country where the tenderer is established.
III.1.2)Economic and financial standingList and brief description of selection criteria:
Credit assessment based on the most recent accounting figures. The rating must be carried out by a credit rating agency with a licence to provide such service. The rating must be minimum at level A or equivalent if another scale is used.
The contracting authority can obtain further credit ratings or other financial information such as, but not limited to, the annual accounts including notes, the board's annual reports and the auditor's reports.
Minimum level(s) of standards possibly required:
Credit assessment based on the most recent accounting figures. The rating must be carried out by a credit rating agency with a licence to provide such service. The rating must be minimum at level A or equivalent if another scale is used.
The contracting authority can obtain further credit ratings or other financial information such as, but not limited to, the annual accounts including notes, the board's annual reports and the auditor's reports.
III.1.3)Technical and professional abilityList and brief description of selection criteria:
Description of up to three of the tenderer’s most relevant assignments in the last three years. The assignments must be for different contracting authorities. SSB cannot be included amongst the contracting authorities given as a reference. The description must include a statement of the assignment value, dates and recipients (name, telephone number and e-mail address). It is the tenderer's responsibility to confirm relevance through the description. Tenderers can document experience by referring to the competence of personnel at disposal for this assignment, including experience that has been acquired while personnel performed services for another supplier.
Minimum level(s) of standards possibly required:
Description of up to three of the tenderer’s most relevant assignments in the last three years. The assignments must be for different contracting authorities. SSB cannot be included amongst the contracting authorities given as a reference. The description must include a statement of the assignment value, dates and recipients (name, telephone number and e-mail address). It is the tenderer's responsibility to confirm relevance through the description. Tenderers can document experience by referring to the competence of personnel at disposal for this assignment, including experience that has been acquired while personnel performed services for another supplier.
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: yes
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 26/06/2023
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.2.7)Conditions for opening of tendersDate: 26/06/2023
Local time: 12:15
Information about authorised persons and opening procedure:
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: Oslo Tingrett
Town: Oslo
Country: Norway
VI.5)Date of dispatch of this notice:24/05/2023