Dynamic purchasing system (DPS) for the procurement of licenses Published by Tenders Electronic Daily
Dynamic purchasing system (DPS) for the procurement of licenses
-
Application deadline
-
28.02.2033, 12:00 hour
-
Procedure
-
Restricted procedure
-
Order type
-
Delivery order
-
Main CPV code
-
- Operating systems
48620000-0
- Operating systems
-
Language
-
English
-
Contracting authority / owner
-
Norsk Helsenett SF
Abels gate 9
7030 TRONDHEIM
Norway
E-Mail: anskaffelser@nhn.no
Website: https://permalink.mercell.com/195377370.aspx -
assignment
-
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...Show more
-
Description of procurement /scope of services
-
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...Show more
-
Others CPV Codes
-
- Networking, Internet and intranet software package
48200000-0 - Database and operating software package
48600000-4 - Software supply services
72268000-1
- Networking, Internet and intranet software package
-
Project adress
-
Region (NUTS code): NO06 Trøndelag
Norway-Trondheim: Operating systems
2023/S 023-064377
Contract notice
Supplies
Section I: Contracting authority
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/
Section II: Object
Dynamic purchasing system (DPS) for the procurement of licenses
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 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.
Can be renewed as needed after publication
Section III: Legal, economic, financial and technical information
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.
K2 - The tenderer must have sufficient economic and financial capacity to fulfil their obligations under the contract.
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.
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.
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
Section VI: Complementary information
Town: Oslo
Country: Norway