Procurement of a framework agreement for PC clients with the accompanying equipment and services (second publication).

The objective of the agreement is to cover the Contracting Authority's need for PC clients with the accompanying equipment and services. The contract is looking for flexibility for future changes in technology and needs at the Contracting Authority. The objective of the agreement is to cover the Contracting Authority's need …

CPV: 30000000 Máquinas, equipo y artículos de oficina y de informática, excepto mobiliario y paquetes de software
Plazo:
23 de abril de 2025 a las 10:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
Procurement of a framework agreement for PC clients with the accompanying equipment and services (second publication).
Organismo adjudicador:
Direktoratet for samfunnssikkerhet og beredskap (DSB)
Número de premio:
2025/3167

1. Buyer

1.1 Buyer

Official name : Direktoratet for samfunnssikkerhet og beredskap (DSB)
Legal type of the buyer : Public undertaking
Activity of the contracting authority : Public order and safety

2. Procedure

2.1 Procedure

Title : Procurement of a framework agreement for PC clients with the accompanying equipment and services (second publication).
Description : The objective of the agreement is to cover the Contracting Authority's need for PC clients with the accompanying equipment and services. The contract is looking for flexibility for future changes in technology and needs at the Contracting Authority.
Procedure identifier : 87e906d1-e062-4d77-84af-df9c826ab00a
Internal identifier : 2025/3167
Type of procedure : Open
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

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

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 crime control (EUT L 300 of 11.11.2008, p. 422
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 when notifying the information required to verify that there is no basis for rejection, or that the qualification requirements are fulfilled, b) failed to provide such information, c) subject to immediately submitting 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 of a framework agreement for PC clients with the accompanying equipment and services (second publication).
Description : The objective of the agreement is to cover the Contracting Authority's need for PC clients with the accompanying equipment and services. The contract is looking for flexibility for future changes in technology and needs at the Contracting Authority.
Internal identifier : 2025/3167

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

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 16/05/2025
Duration end date : 16/05/2027

5.1.4 Renewal

Maximum renewals : 2
The buyer reserves the right for additional purchases from the contractor, as described here : Renewal lenght is 12 months

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
Description : Tenderers shall have sufficient economic and financial capacity to fulfil the contractual obligations. If a tenderer will use other companies to fulfil the requirement for sufficient economic and financial capacity, the requirement involves the supporting business being joint and severally responsible for the execution of the contract.
Use of this criterion : Used
Criterion :
Type : Other
Name : Quality assurance standards and environmental management standards.
Description : 1) Tenderers shall have a quality assurance system suited to the delivery and the risk it carries 2) The tenderer shall have a system and routines for reducing the most important environmental impact of the delivery. This shall include work with environmentally friendly products, reduction of health and environmentally hazardous substances and source sorting of waste. This can be done by the products/suppliers having: Environmental label with type-1 environmental label, e.g. the Swan Ecolabel/EcoLabel or equivalent that fulfils the requirements, have an environmental management system in accordance with ISO14001 (e.g. The Eco-Lighthouse, EMAS or equivalent that fulfils the requirements) or environmental management standard ISO 14001.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Description : Tenderers shall be registered in a company register, professional register or a commerce register in the country where the tenderer is established.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Description : 1) Tenderers shall have relevant experience from equivalent deliveries as described in the tender documentation, including: Customers with a large geographical dispersion, Comprehensive number of delivery locations 2) The tenderer shall have sufficient capacity and resources to carry out the contract, including being able to deliver to businesses over the entire Norway 3) The tenderer shall have a quality assurance system that is suitable for ensuring socially responsible production (ethical trade cf. annex 6A Ethical Requirements) that includes the following: System for traceability in the supplier chain Guidelines for responsible production (ethical trade) System for dissemination of guidelines for socially responsible production (ethical trade).
Use of this criterion : Used

5.1.11 Procurement documents

Deadline for requesting additional information : 13/04/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=51953

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
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Deadline for receipt of tenders : 23/04/2025 10:00 +00:00
Deadline until which the tender must remain valid : 70 Day
Information about public opening :
Opening date : 23/04/2025 10:01 +00:00
Place : Tønsberg
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 : Vestfold tingrett

8. Organisations

8.1 ORG-0001

Official name : Direktoratet for samfunnssikkerhet og beredskap (DSB)
Registration number : 974760983
Department : JSI-JUR
Postal address : Rambergveien 9
Town : TØNSBERG
Postcode : 3115
Country : Norway
Contact point : Snorre Vestre Buvik
Telephone : +47 33 41 25 00
Internet address : http://www.dsb.no/
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Vestfold tingrett
Registration number : 926 723 618
Postal address : Postboks 2013
Town : Tønsberg
Postcode : 3103
Country subdivision (NUTS) : Vestfold og Telemark ( NO091 )
Country : Norway
Telephone : 33 20 67 00
Roles of this organisation :
Review organisation

10. Change

Version of the previous notice to be changed : d226b53d-2acb-4906-bb44-878509c3a713-01

10.1 Change

Section identifier : LOT-0000

11. Notice information

11.1 Notice information

Notice identifier/version : e1f9ee86-ed07-4dcb-bc24-59d46f3fe7ee - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 26/03/2025 15:38 +00:00
Notice dispatch date (eSender) : 26/03/2025 15:38 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00202636-2025
OJ S issue number : 62/2025
Publication date : 28/03/2025