Procurement - Network equipment, server and storage equipment, 2025 (2)

The objective of the agreement is to meet the customer's need for network and server products. The framework agreement is divided into two sub-contracts: Sub-contract network products, relevant products will be WLAN controllers, access points, switches, routers and computer cabinet equipment. Sub-contract server and storage products, relevant products can be …

CPV: 30000000 Máquinas, equipo y artículos de oficina y de informática, excepto mobiliario y paquetes de software, 30200000 Equipo y material informático, 30230000 Equipo relacionado con la informática, 30233000 Dispositivos multimedia de almacenamiento y lectura, 30233100 Unidades de memoria, 30233140 Dispositivos de memoria de acceso directo, 30233180 Dispositivos de almacenamiento de memoria flash, 30234000 Soportes de almacenamiento, 30234500 Soportes de memoria, 30236000 Equipo informático diverso, 30237000 Partes, accesorios y suministros para ordenadores, 30237100 Partes de ordenadores, 30237110 Interfaces de red, 30237130 Fichas informáticas, 30237135 Tarjetas para interfaces de red, 32400000 Redes, 32420000 Equipo de red, 32423000 Nodos de red, 48000000 Paquetes de software y sistemas de información, 48800000 Sistemas y servidores de información, 48820000 Servidores, 48821000 Servidores de red, 48822000 Servidores de ordenador, 48823000 Servidores de fichero, 48824000 Servidores de impresora, 48825000 Servidores web
Plazo:
5 de mayo de 2025 a las 10:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
Procurement - Network equipment, server and storage equipment, 2025 (2)
Organismo adjudicador:
Ålesund kommune
Número de premio:
24/13428

1. Buyer

1.1 Buyer

Official name : Ålesund kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Procurement - Network equipment, server and storage equipment, 2025 (2)
Description : The objective of the agreement is to meet the customer's need for network and server products. The framework agreement is divided into two sub-contracts: Sub-contract network products, relevant products will be WLAN controllers, access points, switches, routers and computer cabinet equipment. Sub-contract server and storage products, relevant products can be rack servers, hyper converged systems and storage.
Procedure identifier : e1878cf9-b09f-474c-b7f7-dd94d65f724e
Internal identifier : 24/13428
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : Open tender contest

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 ): 30230000 Computer-related equipment
Additional classification ( cpv ): 30233000 Media storage and reader devices
Additional classification ( cpv ): 30233100 Computer storage units
Additional classification ( cpv ): 30233140 Direct-access storage devices (DASD)
Additional classification ( cpv ): 30233180 Flash memory storage devices
Additional classification ( cpv ): 30234000 Storage media
Additional classification ( cpv ): 30234500 Memory storage media
Additional classification ( cpv ): 30236000 Miscellaneous computer equipment
Additional classification ( cpv ): 30237000 Parts, accessories and supplies for computers
Additional classification ( cpv ): 30237100 Parts of computers
Additional classification ( cpv ): 30237110 Network interfaces
Additional classification ( cpv ): 30237130 Computer cards
Additional classification ( cpv ): 30237135 Network interfaces cards
Additional classification ( cpv ): 32400000 Networks
Additional classification ( cpv ): 32420000 Network equipment
Additional classification ( cpv ): 32423000 Network hubs
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48800000 Information systems and servers
Additional classification ( cpv ): 48820000 Servers
Additional classification ( cpv ): 48821000 Network servers
Additional classification ( cpv ): 48822000 Computer servers
Additional classification ( cpv ): 48823000 File servers
Additional classification ( cpv ): 48824000 Printer servers
Additional classification ( cpv ): 48825000 Web servers

2.1.2 Place of performance

Anywhere
Additional information : Anywhere within the participating municipalities' borders.

2.1.3 Value

Estimated value excluding VAT : 60 000 000 Norwegian krone
Maximum value of the framework agreement : 60 000 000 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 : Has the tenderer: a) given grossly incorrect information with the notification of the information required to verify that there is no basis for rejection, or of the qualification requirements being fulfilled, b) failed to provide such information, c) made reservations immediately to present the supporting documents requested by the contracting authority, or d) improperly affected 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 : Procurement - Network equipment, server and storage equipment, 2025 (2)
Description : The objective of the agreement is to meet the customer's need for network and server products. The framework agreement is divided into two sub-contracts: Sub-contract network products, relevant products will be WLAN controllers, access points, switches, routers and computer cabinet equipment. Sub-contract server and storage products, relevant products can be rack servers, hyper converged systems and storage.
Internal identifier : 24/13428

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 ): 30230000 Computer-related equipment
Additional classification ( cpv ): 30233000 Media storage and reader devices
Additional classification ( cpv ): 30233100 Computer storage units
Additional classification ( cpv ): 30233140 Direct-access storage devices (DASD)
Additional classification ( cpv ): 30233180 Flash memory storage devices
Additional classification ( cpv ): 30234000 Storage media
Additional classification ( cpv ): 30234500 Memory storage media
Additional classification ( cpv ): 30236000 Miscellaneous computer equipment
Additional classification ( cpv ): 30237000 Parts, accessories and supplies for computers
Additional classification ( cpv ): 30237100 Parts of computers
Additional classification ( cpv ): 30237110 Network interfaces
Additional classification ( cpv ): 30237130 Computer cards
Additional classification ( cpv ): 30237135 Network interfaces cards
Additional classification ( cpv ): 32400000 Networks
Additional classification ( cpv ): 32420000 Network equipment
Additional classification ( cpv ): 32423000 Network hubs
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48800000 Information systems and servers
Additional classification ( cpv ): 48820000 Servers
Additional classification ( cpv ): 48821000 Network servers
Additional classification ( cpv ): 48822000 Computer servers
Additional classification ( cpv ): 48823000 File servers
Additional classification ( cpv ): 48824000 Printer servers
Additional classification ( cpv ): 48825000 Web servers

5.1.2 Place of performance

Anywhere
Additional information : Anywhere within the participating municipalities' borders.

5.1.3 Estimated duration

Duration : 2 Year

5.1.4 Renewal

Maximum renewals : 2
The buyer reserves the right for additional purchases from the contractor, as described here : Maximum 2 extensions of 1 year.

5.1.5 Value

Estimated value excluding VAT : 60 000 000 Norwegian krone
Maximum value of the framework agreement : 60 000 000 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) : no

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Payment of tax, VAT and other public duties.
Description : This requirement only applies to Norwegian tenderers. Requirement: Tenderers must have their tax, payroll tax and VAT payments in order in accordance with the legal provisions and the tenderer must not have significant arrears. Any arrears or other irregularities must be justified. Documentation requirement: Tenderers shall document the requirement through the certificate "Information on tax and duties". The certificate shall be of the type "RF-1507" and not "RF-1316". Tenderers can order this in Altinn on behalf of their company (requirements for role in Altinn for order: accountant worker, limited signing right, or auditor ́s worker). When ordering, state Ålesund municipality as the recipient, so that the contracting authority gets a copy of the certificate directly to its inbox in Altinn. Read more about the certificate here: https://www.skatteetaten.no/skjema/opplysninger-om-skatt-og-avgift/
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Credit rating
Description : Requirement: Tenderers must have the financial capacity to fulfil the contract. The tenderer is required to be credit worthy, minimum A, in accordance with Dun & Bradstreet ́s service riskguardian suite ( https://riskguardian.bisnode.no) , or have the financial capacity to execute the contract based on the contracting authority ́s discretion. Documentation requirement: The contracting authority will assess the tenderer's finances through RiskGuardian Suite. Tenderers can enclose other necessary information if they believe that RiskGuardian Suite does not provide a correct picture of the financial situation. The RiskGuardian Suite service includes all Nordic countries. As a general rule, the Contracting Authority will not accept credit ratings from other company and accounting information systems than RiskGuardian Suite due to equal treatment of the tenderers. Foreign tenderers outside the Nordic countries will, however, use and accept credit appraisal through Dun & Bradstreet ́s service Credit ( https://credit.dnb.com/). Tenderers that the contracting authority cannot find a RiskGuardian Suite (or Credit for suppliers outside the Nordic countries), e.g. newly established tenderers who have not built up a basis for a credit rating, must enclose a declaration/guarantee from a parent company/owner/bank or similar financing institutions, regarding the company's financial and economic position.
Use of this criterion : Used
Criterion :
Type : Other
Name : The tenderer fulfils the stated qualification requirements:
Description : All the necessary selection criteria specified in the notice or in the procurement documents mentioned in the notice are fulfilled.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Experience
Description : Requirement: Tenderers or employees at the tenderer are required to have experience from at least 1 similar assignment in the last 3 years. Similar assignments mean the sale of network equipment and/or server and storage equipment with a value of minimum NOK 1 MILLION excluding VAT. Documentation requirement: The Excel document "the tenderer ́s experience" shall be completed. For each reference assignment, information shall be provided on the assignment ́s content (assignment description), value, date of the assignment, contracting authority, gender neutral preferred at the contracting authority with email address and telephone number.
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Cost
Name : Price
Description : Weighting: The award criteria is weighted 70%. Orientation: In the cost calculation, the tenderer shall fill in the attached price form and submit it as an annex to the tender in Excel format. All fields in the attached price form marked with yellow shall be completed. Missing the price fields can cause difficulties in assessing the tender and the tender can then be rejected. All prices are in NOK, excluding VAT, including all direct or indirect expenses and duties that could be incurred in connection with the delivery. Order fees and invoice fees are to be seen as expenses. The prices shall include all costs for the customer who is included in this competition. Costs that the tenderer knows will be incurred, but that are not specifically stated in the tender, will be seen as included in the stated costs. Definition of cost price: If the supplier manufactures the item himself, the cost price is what it costs to produce the item. Then costs such as the purchase of raw materials and costs that apply to the production itself, such as electricity, labour and so on, will be included in the cost price. If the item is purchased externally, then it is the tenderer's purchase price plus freight etc. (in to the supplier), minus any discounts/bonuses, which make up the item's cost price. Can also be referred to as intake food. Cost price shall be collected from the following date: Wednesday 30 April NB! Tenderers are not allowed to offer goods with a negative mark-up percentage in the competition. The offered crackdown shall be equal or smaller throughout the entire contract period.
Weight (percentage, exact) : 70
Criterion :
Type : Quality
Name : Quality
Description : Weighting: The award criteria is weighted 30%. Orientation: Tenderers shall fill in the annex "Requirement Specifications" for the lot(s) for which they submit a tender. Evaluation: This award criteria will be assessed based on the tenderer ́s description of the award criteria. A total procurement assessment of the described system will be carried out during the evaluation.
Weight (percentage, exact) : 30
Criterion :
Type : Quality
Name : Environment
Description : The contracting authority uses the exclusion provisions in PPR § 7-9 fourth paragraph, and has replaced the award criteria in accordance with the second link with climate and environmental requirements in the requirement specification. It is considered clear that this gives a better climate and environmental effect, and this is justified below. The procurement of network, server and storage equipment is mainly aimed at ensuring stable, secure and future orientated infrastructure for municipal services. IT equipment has a significant environmental impact through material use, production processes, energy consumption and handling at the end of its lifetime. However, the industry is characterised by rapid technological developments, making it more appropriate to set specific environmental requirements in the requirement specifications rather than using climate and environment as the award criterion. The market for network, server and storage equipment is dominated by major international actors who already have comprehensive sustainability strategies. The requirement specification ensures that tenderers must fulfil the following environmental requirements: Environmental management system: Tenderers shall document that they have implemented an environmental management system certified in accordance with ISO 14001 or equivalent. Reporting environmental footprint: Tenderers shall regularly report environmental footprints for delivered products, including energy consumption and climate gas emissions. Choice of materials and recyclability: The products shall as far as possible be made from recyclable materials, designed for easy disassembly and recycling. Environmental labelling of IT equipment: Products that are delivered shall be environmentally labelled, for example with the Swan Ecolabel, EU Ecolabel (Blomsten), The Blue Angel or equivalent. Energy efficiency: The products shall fulfil energy efficiency standards such as Energy-star or equivalent for energy efficient operation, where relevant. By setting these requirements as absolute in the requirement specifications, it is ensured that all tenderers fulfil high standards for climate and environmental considerations. This gives a more direct and predictable environmental gain compared to using climate and environment as an award criteria with emphasis in the evaluation. The contracting authority estimates that these measures will have a clearly better environmental effect than weighting the climate and environment with 30% in the evaluation, as all the offered products must meet the requirements independent of price and point calculations. At the same time, the requirements reflect market practice, where most serious actors already work systematically on environmental measures.
Weight (percentage, exact) : 0
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 : 27/04/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=51755

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Allowed
Deadline for receipt of tenders : 05/05/2025 10:00 +00:00
Deadline until which the tender must remain valid : 89 Day
Information about public opening :
Opening date : 05/05/2025 10:05 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, with reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Møre og Romsdal tingrett

8. Organisations

8.1 ORG-0001

Official name : Ålesund kommune
Registration number : 929911709
Department : Innkjøp
Postal address : Keiser Wilhelms gate 11
Town : Ålesund
Postcode : 6003
Country : Norway
Contact point : Stian Busæt
Telephone : +4770162000
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Møre og Romsdal tingrett
Registration number : 926 723 200
Postal address : Postboks 1354
Town : Ålesund
Postcode : 6001
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Telephone : 70 33 47 00
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : 91027f67-b912-4a21-95bc-df598d440c38 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 21/03/2025 09:00 +00:00
Notice dispatch date (eSender) : 21/03/2025 09:00 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00185686-2025
OJ S issue number : 58/2025
Publication date : 24/03/2025