Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.3)CommunicationAdditional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authorityRegional or local authority
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Framework Agreement; Patient Alarm/Digital Alarm System and System for Logistics and Interaction
Reference number: 20/5778
II.1.2)Main CPV code79711000 Alarm-monitoring services
II.1.3)Type of contractServices
II.1.4)Short description:
The purpose of the agreement is i.a to simplify interaction by optimal information flow between units, process support and increased efficiency related to services. We also request a good overview of resources and optimal resource distribution. This means that we need a flexible system as a tool for disposing resources and expertise in and across departments/operations. The system shall thus become an important contribution to the future development of the services in the participating municipalities. The system for patient alarms shall increase the quality and safety for users and employees, facilitate the day-to-day assignments for the employees, give an overview of assignments, eliminate time-consuming factors.
The expected effect is increased quality, safety and efficiency, in the supply of services and patient progress. The system must be a vital tool for collaboration and decision support at all levels in the health and care service. The system must provide information and operating data in real time, as well as aggregating data for history and trends.
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)32500000 Telecommunications equipment and supplies
35120000 Surveillance and security systems and devices
48000000 Software package and information systems
48814000 Medical information systems
72000000 IT services: consulting, software development, Internet and support
79711000 Alarm-monitoring services
II.2.3)Place of performanceNUTS code: NO052 Sogn og Fjordane
Main site or place of performance:
II.2.4)Description of the procurement:
The purpose of the agreement is i.a to simplify interaction by optimal information flow between units, process support and increased efficiency related to services. We also request a good overview of resources and optimal resource distribution. This means that we need a flexible system as a tool for disposing resources and expertise in and across departments/operations. The system shall thus become an important contribution to the future development of the services in the participating municipalities. The system for patient alarms shall increase the quality and safety for users and employees, facilitate the day-to-day assignments for the employees, give an overview of assignments, eliminate time-consuming factors.
The expected effect is increased quality, safety and efficiency, in the supply of services and patient progress. The system must be a vital tool for collaboration and decision support at all levels in the health and care service. The system must provide information and operating data in real time, as well as aggregating data for history and trends.
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 systemDuration in months: 24
This contract is subject to renewal: yes
Description of renewals:
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 3
Objective criteria for choosing the limited number of candidates:
Any reduction will be based on an assessment of the qualification requirements.
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:
See the tender documentation.
III.1.2)Economic and financial standingList and brief description of selection criteria:
See the tender documentation.
Minimum level(s) of standards possibly required:
See the tender documentation.
III.1.3)Technical and professional abilityList and brief description of selection criteria:
See the tender documentation.
Minimum level(s) of standards possibly required:
See the tender documentation.
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:
See the tender documentation.
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureCompetitive procedure with negotiation
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.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogueRecourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.5)Information about negotiationThe contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
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: 13/08/2020
Local time: 10:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidatesDate: 14/08/2020
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: 14/12/2020
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: Sogn og Fjordane tingrett
Town: Førde
Country: Norway
VI.4.2)Body responsible for mediation proceduresOfficial name: KOFA
Town: Bergen
Country: Norway
VI.4.4)Service from which information about the review procedure may be obtainedOfficial name: KOFA
Town: Bergen
Country: Norway
VI.5)Date of dispatch of this notice:13/07/2020