Client and final-user equipment

The contracting authority currently has an agreement on client and final user equipment, where the majority of the equipment (laptops, mobile telephones and tablets) is on leasing agreements. The contract is with Atea and expires 04.12.2025. The agreement replaced an earlier agreement, in which all of the equipment was purchased. …

CPV: 30000000 Máquinas, equipo y artículos de oficina y de informática, excepto mobiliario y paquetes de software, 30200000 Equipo y material informático, 30210000 Máquinas procesadoras de datos (hardware), 30211400 Configuraciones informáticas, 30213000 Ordenadores personales, 30214000 Puestos de trabajo, 30230000 Equipo relacionado con la informática, 30231320 Monitores de pantalla táctil, 30232000 Periféricos, 30233000 Dispositivos multimedia de almacenamiento y lectura, 30234000 Soportes de almacenamiento, 30236000 Equipo informático diverso, 30237000 Partes, accesorios y suministros para ordenadores, 32250000 Teléfonos móviles, 72000000 Servicios TI: consultoría, desarrollo de software, Internet y apoyo
Lugar de ejecución:
Client and final-user equipment
Organismo adjudicador:
Politiets fellestjenester
Número de premio:
24/124528

1. Buyer

1.1 Buyer

Official name : Politiets fellestjenester
Legal type of the buyer : Central government authority
Activity of the contracting authority : Public order and safety

2. Procedure

2.1 Procedure

Title : Client and final-user equipment
Description : The contracting authority currently has an agreement on client and final user equipment, where the majority of the equipment (laptops, mobile telephones and tablets) is on leasing agreements. The contract is with Atea and expires 04.12.2025. The agreement replaced an earlier agreement, in which all of the equipment was purchased. The transition from procurement to leasing has gradually occurred during the agreement period. The contracting authority shall enter into a contract with one tenderer, who shall cover the Contracting Authority ́s need for all types of client and final user equipment in the contract period. The contract must assist the Contracting Authority with following developments within client and final user equipment during the entire contract period, with controlled replacement of equipment, so that the Customer, within this area, always has access to clients, work surfaces and peripheral equipment that best supports the Contracting Authority ́s work assignments.
Procedure identifier : 2b08d36c-8e6b-4f33-b207-6e4174da8d2a
Internal identifier : 24/124528
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 30000000 Office and computing machinery, equipment and supplies except furniture and software packages
Additional classification ( cpv ): 30200000 Computer equipment and supplies
Additional classification ( cpv ): 30210000 Data-processing machines (hardware)
Additional classification ( cpv ): 30211400 Computer configurations
Additional classification ( cpv ): 30213000 Personal computers
Additional classification ( cpv ): 30214000 Workstations
Additional classification ( cpv ): 30230000 Computer-related equipment
Additional classification ( cpv ): 30231320 Touch screen monitors
Additional classification ( cpv ): 30232000 Peripheral equipment
Additional classification ( cpv ): 30233000 Media storage and reader devices
Additional classification ( cpv ): 30234000 Storage media
Additional classification ( cpv ): 30236000 Miscellaneous computer equipment
Additional classification ( cpv ): 30237000 Parts, accessories and supplies for computers
Additional classification ( cpv ): 32250000 Mobile telephones
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 1 000 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy under national law : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Bankruptcy : Is the tenderer in a bankruptcy situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Corruption : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a enforceable verdict has been convicted of corruption by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Corruption as defined in Article 3 of the Convention on Combating Corruption, Involving European Communities or European Union Member States (EUT C 195 of 25.6.1997, s. 1), and in Article 2, point 1, in the Council ́s framework decision 2003/568/RIA of 22 July 2003 on combating corruption in the private sector (EUT L 192 of 31.7.2003, p. 54). This rejection reason also includes corruption as defined in national law for the contracting authority or supplier.
Arrangement with creditors : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Participation in a criminal organisation : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted verdict of participation in a criminal organisation by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Participation in a criminal organisation as defined in Article 2 of the Council ́s framework decision 2008/841/RIA of 24 October 2008 on control of organised crime (EUT L 300 of 11.11.2008, p. 42)
Agreements with other economic operators aimed at distorting competition : Has the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition?
Breaching of obligations in the fields of environmental law : Is the tenderer aware of breaches of environmental provisions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Money laundering or terrorist financing : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of money laundering or financing terrorism by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Money laundering or financing terrorism As defined in Article 1 of the European Parliament and Council Directive 2005/60/EF of 26 October 2005 on preventive measures against the use of the financial system for money laundering and financing terrorism (EUT L 309 of 25.11.2005, p. 15).
Fraud : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted of fraud has been convicted of fraud by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Fraud included in Article 1 of the Convention on protection of the Financial Interests of the European Communities (EFT C 316 of 27.11.1995, p. 48).
Child labour and other forms of trafficking in human beings : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of child labour and other forms of human trafficking by a verdict handed down no more than five years ago, or a rejection period determined directly in the judgement that still applies? Child labour and other forms of human trafficking as defined in Article 2 of the European Parliament and council directive 2011/36/EU of 5. 1 April 2011 on the prevention and control of human trafficking and the protection of its victims and for compensation of the Council ́s framework decision 2002/629/RIA (EUT L 101 of 15.4.2011, p. 1).
Insolvency : Is the tenderer in an insolvency situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Breaching of obligations in the fields of labour law : Is the tenderer aware of breaches of provisions on working conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Assets being administered by liquidator : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Have the tenderer:a) given grossly incorrect information when notifying the information required to verify that there is no basis for rejection, or of the qualification requirements being met,b) failed to provide such information,c) subject to immediately submitting the supporting documents requested by the Contracting Authority, ord) improperly affecting the Contracting Authority's decision process to acquire confidential information that could give this an unlawful advantage in connection with competition, or negligently has given misleading information that can have a significant influence on decisions on rejection, selection or award?
Conflict of interest due to its participation in the procurement procedure : Are tenderers aware of a conflict of interest as stated in national law, the relevant notice or procurement documents?
Direct or indirect involvement in the preparation of this procurement procedure : Has the tenderer or an entity associated with the supplier advised the contracting authority or in another way been involved in the planning of the competition?
Guilty of grave professional misconduct : Has the tenderer committed serious errors in professional practice? If relevant, see the definitions in national law, the relevant notice or procurement documents.
Early termination, damages or other comparable sanctions : Has the tenderer committed significant breaches of contract in connection with the fulfilment of a previous public contract, a previous contract with a public contracting authority or a previous concession contract, where the breach has led to the cancellation of the contract, compensation or other similar sanctions?
Breaching of obligations in the fields of social law : Is the tenderer aware of breaches of provisions on social conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Payment of social security contributions : Have tenderers failed to fulfil all their social security obligations in the country where they are established and in their member state, if this is a different country than what he is established in?
Business activities are suspended : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Payment of taxes : Has the tenderer not fulfilled his tax and duty obligations in the country in which he is established, and in the contracting authority's member state, if this is a different country than what he is established in?
Terrorist offences or offences linked to terrorist activities : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body, or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of acts of terrorism or criminal acts connected to terrorist activities by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Acts of terrorism or criminal acts relating to terrorist activity as defined in Article 1 and 3 of the Council ́s framework decision 2002/475/RIA of 13 June 2002 on combating terrorism (EFT L 164, af 22.6.2002, p. 3). This rejection reason also includes incitement to, participation or attempts to commit such actions as included in Article 4 in the mentioned framework decision.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Client and final-user equipment
Description : The contracting authority currently has an agreement on client and final user equipment, where the majority of the equipment (laptops, mobile telephones and tablets) is on leasing agreements. The contract is with Atea and expires 04.12.2025. The agreement replaced an earlier agreement, in which all of the equipment was purchased. The transition from procurement to leasing has gradually occurred during the agreement period. The contracting authority shall enter into a contract with one tenderer, who shall cover the Contracting Authority ́s need for all types of client and final user equipment in the contract period. The contract must assist the Contracting Authority with following developments within client and final user equipment during the entire contract period, with controlled replacement of equipment, so that the Customer, within this area, always has access to clients, work surfaces and peripheral equipment that best supports the Contracting Authority ́s work assignments.
Internal identifier : 24/124528

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 30000000 Office and computing machinery, equipment and supplies except furniture and software packages
Additional classification ( cpv ): 30200000 Computer equipment and supplies
Additional classification ( cpv ): 30210000 Data-processing machines (hardware)
Additional classification ( cpv ): 30211400 Computer configurations
Additional classification ( cpv ): 30213000 Personal computers
Additional classification ( cpv ): 30214000 Workstations
Additional classification ( cpv ): 30230000 Computer-related equipment
Additional classification ( cpv ): 30231320 Touch screen monitors
Additional classification ( cpv ): 30232000 Peripheral equipment
Additional classification ( cpv ): 30233000 Media storage and reader devices
Additional classification ( cpv ): 30234000 Storage media
Additional classification ( cpv ): 30236000 Miscellaneous computer equipment
Additional classification ( cpv ): 30237000 Parts, accessories and supplies for computers
Additional classification ( cpv ): 32250000 Mobile telephones
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 5 Year

5.1.4 Renewal

Maximum renewals : 5
The buyer reserves the right for additional purchases from the contractor, as described here : The contract will be valid for 5 (five) years after that the Contract will be renewed automatically for 1 (one) year at a time, unless 3 (three) months notice is given by the Contracting Authority before the renewal date. Although a predetermined termination date has not been given, attention is defined that this does not mean that the contract is perpetual. As a starting point, the contracting authority will use a duration of 8- 10 years.

5.1.5 Value

Estimated value excluding VAT : 1 000 000 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Requirements of the tenderer's economic and financial capacity.
Description : Qualification requirement: Tenderers shall have sufficient economic and financial capacity to fulfil the contract. Creditworthiness with no requirement for collateral will be sufficient to meet the requirement. Documentation requirement: - A credit rating based on the most recent financial figures. The rating shall be carried out by a credit rating company with licence to conduct this service. The contracting authority will, if needed, obtain a credit rating, from a credit information company with a licence to conduct this service, as an addition to the documentation delivered in the tender. If a tenderer has a justifiable reason for not submitting the documentation required by the contracting authority, he can document his economic and financial capacity by presenting any other document that the Contracting Authority deems appropriate.
Use of this criterion : Used
Criterion :
Type : Other
Name : Quality assurance standards and environmental management standards.
Description : Qualification requirement: Tenderers shall have a good and well-functioning quality assurance and management system for the services that shall be provided. Documentation requirement: Tenderers shall submit documentation of their quality assurance and management system. The following documentation will be accepted: Certificate for the company's quality assurance/management system issued by independent bodies that confirms the tenderer fulfils quality assurance standards in accordance with ISO 9001 or equivalent, or a description that as a minimum covers the company's procedures/routines for: - deviation and claims processing - approval of sub-suppliers - the process from receipt and registration of orders and until delivery at the customer has occurred.
Use of this criterion : Used
Criterion :
Type : Other
Name : Quality assurance standards, information security.
Description : Qualification requirement: Tenderers must have a good and well-functioning information security management system (ISMS). Documentation requirement: Tenderers shall present documentation for their management system for information security. The following documentation will be accepted: • Documentation of compliance with a recognised framework for information security such as ISO, NIST, CIS, ISF, ISA etc. or • A description of the tenderer's own information security management system. The description shall as a minimum include an overview of the processes and methods that the tenderer has implemented, as well as refer to which processes in the ISO27001, NIST or CIS are covered.
Use of this criterion : Used
Criterion :
Type : Other
Name : Quality assurance standards and environmental management standards.
Description : Qualification requirement: Tenderers shall have a good and well-functioning environmental management system. Documentation requirement: Tenderers shall present documentation of their environmental management system. The following documentation will be accepted: • Valid certificates/certificates issued by independent bodies (eks. ISO 14001, EMAS, Miljøfyrtårn or equivalent), or • A description of the tenderer's own environmental management system. The description shall, at a minimum, include details regarding implementation of routines and systems for achieving the targets.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Requirements regarding the tenderer ́s technical and professional qualifications.
Description : Qualification requirement: Tenderers shall have the capacity to fulfil the contract throughout the entire contract period. Documentation requirement: A description of the tenderer's average workforce and the number of employees in the management in the last three years.
Use of this criterion : Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion :
Type : Suitability to pursue the professional activity
Name : Requirements regarding the tenderer ́s technical and professional qualifications.
Description : Qualification requirement: Tenderers shall have experience from comparable contracts. Comparable assignments means assignments of similar organisation, scope and complexity. Documentation requirement: Description of the tenderer's up to 3 most relevant/comparable contracts in the last 3 years. The description must include a statement of the contract ́s value, date and recipient (name, telephone number and e-mail address). It is the tenderer ́s responsibility to document relevance through the description. Tenderers can document their experience by referring to competence of the personnel he has at his disposal and can use this assignment, even if the experience has been worked up while the personnel have served another service provider.
Use of this criterion : Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion :
Type : Technical and professional ability
Use of this criterion : Not used
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 3
Maximum number of candidates to be invited for the second stage of the procedure : 5
The procedure will take place in successive stages. At each stage, some participants may be eliminated
The buyer reserves the right to award the contract on the basis of the initial tenders without any further negotiations

5.1.10 Award criteria

Criterion :
Type : Quality
Name : Quality
Description : Assignment Comprehension Service and Support Service Level Project Competence Refer to the rules for the competition chapter 7.2 for a complete statement.
Weight (percentage, middle of a range) : 35
Criterion :
Type : Quality
Name : Environment
Description : Evaluated based on the responses to requirements and documentation requirements in SSA-D Annex 1, Annex 1 the Customer ́s Requirement Table and Annex 2, Annex 2, the tenderer ́s detailed responses to requirements 5, 9, 10 and 11.
Weight (percentage, middle of a range) : 30
Criterion :
Type : Price
Name : Price
Description : Evaluated based on the prices stated in SSA-D, Annex 7. Further information on the price evaluation is in SSA-D, annex 7 and annexes.
Weight (percentage, middle of a range) : 35
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Deadline for requesting additional information : 09/05/2025 10:00 +00:00

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 19/05/2025
Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 14/05/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : yes
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Oslo tingrett

8. Organisations

8.1 ORG-0001

Official name : Politiets fellestjenester
Registration number : 974761157
Postal address : Fridtjof Nansens vei 14
Town : OSLO
Postcode : 0369
Country : Norway
Contact point : Willy Vestavik
Telephone : +47 61318000
Internet address : http://www.politiet.no
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Oslo tingrett
Registration number : 926 725 939
Postal address : Postboks 2106 Vika
Town : OSLO
Postcode : 0125
Country : Norway
Telephone : +47 22035200
Internet address : https://www.domstol.no/
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : ec4849f5-6013-41c6-807e-430b52012787 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 25/03/2025 08:45 +00:00
Notice dispatch date (eSender) : 25/03/2025 11:00 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00195580-2025
OJ S issue number : 60/2025
Publication date : 26/03/2025