Servicios de consultoría en sistemas y consultoría técnica

DPS - Content Management Systems (CMS)

The aim of this DPS is to procure a modern, cloud-based CMS where separate logical entities can be established for the contracting authority's different websites. Agreements shall be established that are flexible and scaleable regarding managing both a normal situation and any future crisis. The CMS shall have rich functionality …

CPV: 48218000 Paquetes de software de gestión de licencias, 48312000 Paquetes de software de edición electrónica, 72212218 Servicios de desarrollo de software de gestión de licencias, 72220000 Servicios de consultoría en sistemas y consultoría técnica, 72224100 Servicios de planificación de la implementación de sistemas, 72260000 Servicios relacionados con el software, 72263000 Servicios de implementación de software, 72400000 Servicios de Internet, 72514100 Servicios de explotación de instalaciones que entrañan el manejo de ordenadores, 72514300 Servicios de gestión de instalaciones para el mantenimiento de sistemas informáticos
Lugar de ejecución:
DPS - Content Management Systems (CMS)
Organismo adjudicador:
Norsk Helsenett SF
Número de premio:
22/02403

Norway-Trondheim: Systems and technical consultancy services

2022/S 248-719564

Contract notice

Services

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/192730188.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
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://permalink.mercell.com/192730188.aspx
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://permalink.mercell.com/192730188.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:

DPS - Content Management Systems (CMS)

Reference number: 22/02403
II.1.2) Main CPV code
72220000 Systems and technical consultancy services
II.1.3) Type of contract
Services
II.1.4) Short description:

The aim of this DPS is to procure a modern, cloud-based CMS where separate logical entities can be established for the contracting authority's different websites.

Agreements shall be established that are flexible and scaleable regarding managing both a normal situation and any future crisis. The CMS shall have rich functionality for 'out of the box' management of both content and websites and be established in such a way that it can later be used on several websites or content sources.

This DPS involves licences for the purchase of CMS platform, operation, maintenance and implementation of the solution. Ongoing consultancy services will not be covered by the DPS but will be provided on NHN's other DPS for consultancy services.

This DPS includes four lots:

- Cloud services

- Operations and maintenance

- Licence

- Assistance in implementation

Click here: https://permalink.mercell.com/192730188.aspx

II.1.5) Estimated total value
Value excluding VAT: 300 000 000.00 NOK
II.1.6) Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
II.2) Description
II.2.1) Title:

Dynamic purchasing system for the procurement of licences for the CMS platform

Lot No: 1
II.2.2) Additional CPV code(s)
48218000 License management software package
48312000 Electronic publishing software package
72212218 License management software development services
II.2.3) Place of performance
NUTS code: NO08 Oslo og Viken
II.2.4) Description of the procurement:

The DPS shall cover the need for purchase of licences for the CMS platform.

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
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 1
This contract is subject to renewal: yes
Description of renewals:

Can be extended upon need.

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
II.2) Description
II.2.1) Title:

Dynamic purchasing system for cloud service for the CMS platform

Lot No: 2
II.2.2) Additional CPV code(s)
72260000 Software-related services
72400000 Internet services
II.2.3) Place of performance
NUTS code: NO08 Oslo og Viken
II.2.4) Description of the procurement:

The DPS shall cover the need for purchase of cloud services for the CMS platform.

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
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 1
This contract is subject to renewal: yes
Description of renewals:

Can be extended upon need.

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
II.2) Description
II.2.1) Title:

Dynamic purchasing system for operation and maintenance services for the CMS platform

Lot No: 3
II.2.2) Additional CPV code(s)
72514100 Facilities management services involving computer operation
72514300 Facilities management services for computer systems maintenance
II.2.3) Place of performance
NUTS code: NO08 Oslo og Viken
II.2.4) Description of the procurement:

The DPS shall cover the need for purchase of operation and maintenance services for the CMS platform

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
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 1
This contract is subject to renewal: yes
Description of renewals:

Can be extended upon need.

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
II.2) Description
II.2.1) Title:

Dynamic purchasing system for assistance with implementation of the CMS platform

Lot No: 4
II.2.2) Additional CPV code(s)
72224100 System implementation planning services
72263000 Software implementation services
II.2.3) Place of performance
NUTS code: NO08 Oslo og Viken
II.2.4) Description of the procurement:

DPS for assistance in implementation of the CMS platform

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
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 1
This contract is subject to renewal: yes
Description of renewals:

Can be extended upon need.

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:

Registered in a trade register or company register.

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

Tenderers must have sufficient economic and financial capacity to fulfil the contract. Creditworthiness with no requirement for guarantees will be sufficient to meet the requirement.

Minimum level(s) of standards possibly required:

Documentation requirement: A credit rating based on the most recent fiscal figures. The rating must be carried out by a credit rating agency with a licence to provide such service. The rating must not be older than 3 months from the application deadline. 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. If a tenderer relies on another company´s capacity to fulfil the requirement for economic and financial standing, this company must submit documentation as stated above, in addition to a signed commitment statement, which explicitly states that the company has joint and several liability for the execution of the contract.

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

Requirement 1: The tenderer must have valuable experience from corresponding contracts. Documentation requirement: Description of the tenderer’s most relevant assignments in the last 3 years, including information on the contract value, the date of delivery or execution, and the name of the recipient. Contact information for the contracting authority’s reference person who can verify the information given.

Requirement 2: Tenderers shall have sufficient capacity to fulfil the contract. Capacity refers to available personnel with relevant expertise for the execution of the different lots.

Minimum level(s) of standards possibly required:

Documentation requirement 1: Description of the tenderer’s most relevant assignments in the last 3 years, including information on the contract value, the date of delivery or execution, and the name of the recipient. Contact information for the contracting authority’s reference person who can verify the information given.

Documentation requirement 2: A description of the technical personnel or technical units, particularly those who are responsible for quality control at the tenderer's disposal.

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: 20/01/2033
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:
Norwegian
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 1 (from the date stated for receipt of tender)

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: 0164 Oslo
Country: Norway
VI.4.4) Service from which information about the review procedure may be obtained
Official name: Oslo Tingrett
Town: Oslo
Country: Norway
VI.5) Date of dispatch of this notice:
20/12/2022