Procurement of a framework agreement for the delivery, installation, service and maintenance of ITV systems.

The contracting authority intends to enter into a framework agreement with one tenderer for the purchase of ITV installations and equipment. The duration of the framework agreement is two years, with an option for 1+1 year on verbatim terms, and regulated by NS 8406:2009. The operation and maintenance of the …

CPV: 30234000 Soportes de almacenamiento, 30236200 Procesador de datos, 31300000 Hilos y cables aislados, 32333200 Videocámaras, 35120000 Sistemas y dispositivos de vigilancia y seguridad, 35125000 Sistema de vigilancia, 35125300 Cámaras de seguridad, 72200000 Servicios de programación de software y de consultoría, 72300000 Servicios relacionados con datos, 72900000 Servicios de copia de seguridad y de conversión informática de catálogos
Plazo:
27 de septiembre de 2024 a las 10:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
Procurement of a framework agreement for the delivery, installation, service and maintenance of ITV systems.
Organismo adjudicador:
Sandnes kommune
Número de premio:
23/19349

1. Buyer

1.1 Buyer

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

1.1 Buyer

Official name : Rogaland Brann og Redning IKS
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : Public order and safety

2. Procedure

2.1 Procedure

Title : Procurement of a framework agreement for the delivery, installation, service and maintenance of ITV systems.
Description : The contracting authority intends to enter into a framework agreement with one tenderer for the purchase of ITV installations and equipment. The duration of the framework agreement is two years, with an option for 1+1 year on verbatim terms, and regulated by NS 8406:2009. The operation and maintenance of the server and VMS shall be covered by the SSA-Maintenance Agreement, which is an ongoing contract. The aim of the procurement is to enter into a framework agreement with one tenderer who can deliver a complete comprehensive modern ITV monitoring system, which covers the contracting authority ́s need for components and software, assembly, support and service and maintenance. At the same time, it is stated that SE already has some previous installations, and that these will continue in operation with their own VMS until the replacement of the installations is necessary. This framework agreement is therefore mainly meant to cover new plants, as well as replacement of the already existing facilities in the municipality when these are not billable to retain. ITV installations shall be installed to prevent, detect and handle unwanted and illegal actions by the contracting authority ́s monitored objects. This can prevent unwanted/punishable actions against people, as well as limit material damage and financial loss. The ITV-system shall be used by the contracting authority in order to, after an event, easily find footage of the incident and identify what has occurred.
Procedure identifier : f295cf1e-8145-4a4e-9eaa-5385c51769ff
Internal identifier : 23/19349
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The procurement will be made in accordance with the Public Procurement Act dated 17 June 2016 no. 73 (LOA) and the Public Procurement Regulations (FOA) dated 12 August 2016 no. 974 parts I and part III, as well as provisions included in this tender documentation. Negotiations are not allowed in this competition. Tenders cannot, therefore, be changed after the tender deadline has expired. Furthermore, suppliers are asked to be attentive to the fact that tenders which include significant deviations from the procurement documents shall be rejected in accordance with the Public Procurement Regulations (FOA) § 24-8(1) b. The contracting authority can reject tenders that include deviations from the procurement documents, uncertainties or similar that must not be considered insignificant, cf. the regulations § 24-8(2) a. Tenderers are therefore strongly encouraged to follow the instructions given in this tender documentation with annexes and possibly to question uncertainties through EU Supply to the contracting authority's contact person.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 35120000 Surveillance and security systems and devices
Additional classification ( cpv ): 30234000 Storage media
Additional classification ( cpv ): 30236200 Data-processing equipment
Additional classification ( cpv ): 31300000 Insulated wire and cable
Additional classification ( cpv ): 32333200 Video camcorders
Additional classification ( cpv ): 35125000 Surveillance system
Additional classification ( cpv ): 35125300 Security cameras
Additional classification ( cpv ): 72200000 Software programming and consultancy services
Additional classification ( cpv ): 72300000 Data services
Additional classification ( cpv ): 72900000 Computer back-up and catalogue conversion services

2.1.2 Place of performance

Town : Sandnes
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 7 000 000 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 : Procurement of a framework agreement for the delivery, installation, service and maintenance of ITV systems.
Description : The contracting authority intends to enter into a framework agreement with one tenderer for the purchase of ITV installations and equipment. The duration of the framework agreement is two years, with an option for 1+1 year on verbatim terms, and regulated by NS 8406:2009. The operation and maintenance of the server and VMS shall be covered by the SSA-Maintenance Agreement, which is an ongoing contract. The aim of the procurement is to enter into a framework agreement with one tenderer who can deliver a complete comprehensive modern ITV monitoring system, which covers the contracting authority ́s need for components and software, assembly, support and service and maintenance. At the same time, it is stated that SE already has some previous installations, and that these will continue in operation with their own VMS until the replacement of the installations is necessary. This framework agreement is therefore mainly meant to cover new plants, as well as replacement of the already existing facilities in the municipality when these are not billable to retain. ITV installations shall be installed to prevent, detect and handle unwanted and illegal actions by the contracting authority ́s monitored objects. This can prevent unwanted/punishable actions against people, as well as limit material damage and financial loss. The ITV-system shall be used by the contracting authority in order to, after an event, easily find footage of the incident and identify what has occurred.
Internal identifier : 23/19349

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 35120000 Surveillance and security systems and devices
Additional classification ( cpv ): 30234000 Storage media
Additional classification ( cpv ): 30236200 Data-processing equipment
Additional classification ( cpv ): 31300000 Insulated wire and cable
Additional classification ( cpv ): 32333200 Video camcorders
Additional classification ( cpv ): 35125000 Surveillance system
Additional classification ( cpv ): 35125300 Security cameras
Additional classification ( cpv ): 72200000 Software programming and consultancy services
Additional classification ( cpv ): 72300000 Data services
Additional classification ( cpv ): 72900000 Computer back-up and catalogue conversion services
Options :
Description of the options : The contract includes an option for a contract extension for 1+1 year. The contract contains an option for Rogaland Brann og Redning IKS to join the contract with written notification to the tenderer during the lifetime of the agreement.

5.1.2 Place of performance

Town : Sandnes
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 24 Month

5.1.4 Renewal

Maximum renewals : 2
The buyer reserves the right for additional purchases from the contractor, as described here : The contract includes an option for a contract extension for 1+1 year.

5.1.5 Value

Estimated value excluding VAT : 7 000 000 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
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Use of this criterion : Not used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Total price for all price items: - Price compilation, - Priced deviations. - Completed price form Tenderers shall, as documentation, fill in the contracting authority ́s price form, as well as the tender documentation Part II, the contract documentation, chapter E. Vederlaget, point F.1, and F.2. The maximum point score for the lowest price (total price) will be given for the award criterion 'Price'. Differences in a point score represent the relative difference in price from the lowest tender. In cases where a tenderer has failed to price a price unit, the contracting authority will, in the evaluation of the tender, for the relevant price unit, choose to apply the unit price from the most expensive tender with a risk mark-up of 10%. However, this method does not prevent the tender from being rejected, cf. The Public Procurement Regulations § 24-8.
Weight (percentage, exact) : 80
Criterion :
Type : Quality
Name : Quality
Description : - Functionality/user friendliness/solution description. As documentation, the tenderer shall respond to the assessment requirements in the contracting authority ́s requirement specification. When evaluating the award criteria quality, the contracting authority uses an evaluation model where all the tenders are given a score on a scale from 0-10 for each of the assessment requirements. A judgemental assessment will be made of best responses based on the offered functionality, user friendliness and the solution description set against each requirement ́s content. The best response will be given 10 points, and the remaining points will be awarded based on the estimated distance from the best reply. The points per provider will then be summed up and converted to a score between 0-10 points, with the highest total score awarded 10 points and the remaining score based on the distance from the best total sum. The tenderer ́s points will then be multiplied by the criterion ́s stated relative weight, which makes up the tenderer ́s score under this award criteria.
Weight (percentage, exact) : 20
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

Languages in which the procurement documents are officially available : Norwegian

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 : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 27/09/2024 10:00 +00:00
Information about public opening :
Opening date : 27/09/2024 10:00 +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 : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 1
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Sør-Rogaland Tingrett

8. Organisations

8.1 ORG-0001

Official name : Sandnes kommune
Registration number : 964965137
Postal address : Rådhusgata 1
Town : Sandnes
Postcode : 4306
Country : Norway
Contact point : Bård Krane Alander
Telephone : +47 40900860
Roles of this organisation :
Buyer
Group leader

8.1 ORG-0002

Official name : Sør-Rogaland Tingrett
Registration number : 926723448
Town : Sandnes
Country : Norway
Telephone : 52004600
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Rogaland Brann og Redning IKS
Registration number : 886884702
Town : Sandnes
Country : Norway
Telephone : 51502200
Roles of this organisation :
Buyer

10. Change

Version of the previous notice to be changed : 76e95a36-5843-430a-9411-4ebcf4238b14-01
Main reason for change : Information updated
Description : The change will be made due to the contracting authority forgetting to include an option in the notice and competition document. Rogaland Brann og Redning IKS shall have an option to join the contract upon written notification to the tenderer during the contract ́s lifetime.

10.1 Change

Section identifier : ORG-0003
Description of changes : The change will be made due to the contracting authority forgetting to include an option in the notice and competition document. Rogaland Brann og Redning IKS shall have an option to join the contract upon written notification to the tenderer during the contract ́s lifetime.
The procurement documents were changed on : 02/09/2024

10.1 Change

Section identifier : PROCEDURE
Description of changes : The change will be made due to the contracting authority forgetting to include an option in the notice and competition document. Rogaland Brann og Redning IKS shall have an option to join the contract upon written notification to the tenderer during the contract ́s lifetime.
The procurement documents were changed on : 02/09/2024

10.1 Change

Section identifier : LOT-0000
Description of changes : The change will be made due to the contracting authority forgetting to include an option in the notice and competition document. Rogaland Brann og Redning IKS shall have an option to join the contract upon written notification to the tenderer during the contract ́s lifetime.
The procurement documents were changed on : 02/09/2024

11. Notice information

11.1 Notice information

Notice identifier/version : ba6df996-6893-4ee6-a884-4f88300579d7 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 02/09/2024 13:28 +00:00
Notice dispatch date (eSender) : 02/09/2024 13:41 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00530092-2024
OJ S issue number : 172/2024
Publication date : 04/09/2024