Dynamic purchasing system (DPS) for the procurement of licenses Eingestellt von Tenders Electronic Daily

Dynamic purchasing system (DPS) for the procurement of licenses

Bewerbungsschluss

28.02.2033, 12:00 Uhr

Verfahren

Nicht offenes Verfahren

Art des Auftrags

Lieferungauftrag

Haupt CPV-Code
  • Betriebssysteme
    48620000-0
Sprache

Englisch

Auslober/Bauherr

Norsk Helsenett SF
Abels gate 9
7030 TRONDHEIM
Norwegen
E-Mail: anskaffelser@nhn.no
Webseite: https://permalink.mercell.com/195377370.aspx

Aufgabe

Norsk helsenett SF [the Norwegian Health Information Network] intends to enter into a dynamic purchasing system scheme where qualified tenderers compete to be the supplier for ongoing needs in connection with purchasing/leasing, as well as extensions and maintenance, of necessary software and licenses throughout the lifetime of the system.Click here: https://permalink.mercell.com/195377370.aspx
Norsk helsenett SF [the Norwegian Health Information Network] intends to enter into a dynamic purchasing system scheme where qualified tenderers compete to be the supplier for ongoing needs in connection with purchasing/leasing, as well as extensions and maintenance, of necessary software and licenses...
Mehr anzeigen

Beschreibung der Beschaffung / Leistugnsumfang

Norsk helsenett SF [the Norwegian Health Information Network] intends to enter into a dynamic purchasing system scheme where qualified tenderers compete to be the supplier for ongoing needs in connection with purchasing/leasing, as well as extensions and maintenance, of necessary software and licenses throughout the lifetime of the system.The tenderer must ensure that the contracting authority obtains the licenses they need and in accordance with the applicable licensing terms.The DPS scheme must cover the need for software and licensing at all times, including maintenance. The current portfolio includes Citrix, SPSS, VMware, Atlassian (Confluence and Jira), Redhat Linux, SMS passcode, etc. as well as a number of other software programmes listed in Annex 3, under point 8.Contracts that are entered into through the DPS scheme will be of varying duration and the scope of call-offs during the contract period will vary. Some areas within the current portfolio may also be phased out entirely.Licenses for Adobe, Microsoft and Oracle, as well as licenses related to system deliveries and business/professional systems such as financial systems, personal systems, logistics systems, etc., are not included in this scheme, but are covered by other contracts.Administrative tasks and consultancy related to the Contracting Authority's use of software and licenses are not part of the scope.
Norsk helsenett SF [the Norwegian Health Information Network] intends to enter into a dynamic purchasing system scheme where qualified tenderers compete to be the supplier for ongoing needs in connection with purchasing/leasing, as well as extensions and maintenance, of necessary software and licenses...
Mehr anzeigen

Weitere CPV-Codes
  • Softwarepaket für Vernetzung, Internet und Intranet
    48200000-0
  • Datenbank- und -Betriebssoftwarepaket
    48600000-4
  • Bereitstellung von Software
    72268000-1
Projektadresse

Region (NUTS-Code): NO06 Trøndelag

Norway-Trondheim: Operating systems

2023/S 023-064377

Contract notice

Supplies

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Norsk Helsenett SF
National registration number: 994598759
Postal address: Abels gate 9
Town: TRONDHEIM
NUTS code: NO Norge
Postal code: 7030
Country: Norway
Contact person: Avdeling anskaffelser
E-mail: anskaffelser@nhn.no
Internet address(es):
Main address: https://permalink.mercell.com/195377370.aspx
Address of the buyer profile: http://www.nhn.no/
I.2)Information about joint procurement
The contract is awarded by a central purchasing body
I.3)Communication
Access to the procurement documents is restricted. Further information can be obtained at: https://permalink.mercell.com/195377370.aspx
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://permalink.mercell.com/195377370.aspx
I.4)Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5)Main activity
General public services

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Dynamic purchasing system (DPS) for the procurement of licenses

Reference number: 23/00119
II.1.2)Main CPV code
48620000 Operating systems
II.1.3)Type of contract
Supplies
II.1.4)Short description:

Norsk helsenett SF [the Norwegian Health Information Network] intends to enter into a dynamic purchasing system scheme where qualified tenderers compete to be the supplier for ongoing needs in connection with purchasing/leasing, as well as extensions and maintenance, of necessary software and licenses throughout the lifetime of the system.

Click here: https://permalink.mercell.com/195377370.aspx

II.1.5)Estimated total value
Value excluding VAT: 400 000 000.00 NOK
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
48600000 Database and operating software package
72268000 Software supply services
48200000 Networking, Internet and intranet software package
II.2.3)Place of performance
NUTS code: NO08 Oslo og Viken
NUTS code: NO06 Trøndelag
II.2.4)Description of the procurement:

Norsk helsenett SF [the Norwegian Health Information Network] intends to enter into a dynamic purchasing system scheme where qualified tenderers compete to be the supplier for ongoing needs in connection with purchasing/leasing, as well as extensions and maintenance, of necessary software and licenses throughout the lifetime of the system.

The tenderer must ensure that the contracting authority obtains the licenses they need and in accordance with the applicable licensing terms.

The DPS scheme must cover the need for software and licensing at all times, including maintenance. The current portfolio includes Citrix, SPSS, VMware, Atlassian (Confluence and Jira), Redhat Linux, SMS passcode, etc. as well as a number of other software programmes listed in Annex 3, under point 8.

Contracts that are entered into through the DPS scheme will be of varying duration and the scope of call-offs during the contract period will vary. Some areas within the current portfolio may also be phased out entirely.

Licenses for Adobe, Microsoft and Oracle, as well as licenses related to system deliveries and business/professional systems such as financial systems, personal systems, logistics systems, etc., are not included in this scheme, but are covered by other contracts.

Administrative tasks and consultancy related to the Contracting Authority's use of software and licenses are not part of the scope.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 400 000 000.00 NOK
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/03/2023
End: 28/02/2033
This contract is subject to renewal: yes
Description of renewals:

Can be renewed as needed after publication

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The 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 registers
List and brief description of conditions:

K1 - Contenders must be a legally registered company.

Documentation Requirement - Company registration certificate or equivalent documentation showing that the tenderer is registered in a register of business enterprises, a professional register or a trade register in their homeland.

III.1.2)Economic and financial standing
List and brief description of selection criteria:

K2 - The tenderer must have sufficient economic and financial capacity to fulfil their obligations under the contract.

Minimum level(s) of standards possibly required:

The economic and financial standing must be documented by the following information for the legal applicant:

a. Solidity assessment from a company with a licence to run a credit information company. The evaluation must not be older than 3 months at the time of the application deadline, it must be based on the last approved fiscal figures and should report on the credit worthiness and degree of bankruptcy risk (bankruptcy prediction).

b. If a legal applicant relies on another company´s capacity to fulfil the requirement for economic and financial standing, this company must submit documentation as stated in point a in addition to a signed commitment statement, which explicitly states that the company joint and severally guarantees for the execution of the contract.

If a tenderer has valid reasons for not being able to provide the documentation requested by the contracting authority, the tenderer can document his economic and financial capacity by presenting any other document that the contracting authority deems suitable.

III.1.3)Technical and professional ability
List and brief description of selection criteria:

K3 - The tenderer must have experience from deliveries that are relevant in relation to the purpose and scope.

K4 - Tenderers must have established satisfactory systems for information security.

The personal protection decree (GDPR) must be implemented as part of the management system.

K5 - Tenderers must have established satisfactory quality assurance systems.

K6 - Tenderers must have established satisfactory environmental management.

Minimum level(s) of standards possibly required:

K3 - A description of the most important deliveries in the last three years that are relevant and comparable to the current request. A short description of why the tenderer considers the reference relevant for this procurement.

K4 - The requirement is documented with a copy of an information security certificate (ISO27001/equivalent), issued by accredited certification agencies.T

Alternatively, a description can be given of the Tenderer's systems for information security, as well as how they are implemented and managed in the organisation.

Tenderers must also give an account of the implementation measures for a new law on the processing of personal data (GDPR) even if a certificate of certification is presented. This includes confirmation that the function of the tenderer's data protection official has been safeguarded and the name of the data protection official.

The legal applicants must comply with the requirement If collaborating companies are involved, their information security system and implementation of the GDPR must also be described accordingly.

K5 - The requirement is documented with a copy of a quality assurance certificate (ISO 9001/equivalent), issued by an accredited certification body must be presented.

Alternatively, a description can be given of the tenderer's systems for quality assurance, as well as how they are implemented and managed in the company.

The legal applicants must comply with the requirement If collaborating companies are involved, their quality system must also be described accordingly.

K6 - A copy of an environmental management certificate (ISO14001/EMAS/Eco-Lighthouse/equivalent), issued by accredited

certification bodies.

Alternatively, a description can be given of the tenderer's systems for environmental management, as well as how they are implemented and managed in the company.

The requirement must be fulfilled by both the tenderer and any collaborating companies.

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Restricted procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
The procurement involves the setting up of a dynamic purchasing system
The dynamic purchasing system might be used by additional purchasers
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 participate
Date: 28/02/2033
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:
Danish, English, Norwegian, Swedish

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
Electronic invoicing will be accepted
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Official name: Oslo Tingrett
Town: Oslo
Country: Norway
VI.5)Date of dispatch of this notice:
27/01/2023