Procurement of IT equipment

TRV Gruppen AS (the Customer) invites tenderers to an open tender contest for a framework agreement for the procurement of IT equipment for the group. TRV Gruppen AS (the Customer) invites tenderers to an open tender contest for a framework agreement for the procurement of IT equipment for the group.

CPV: 30200000 Equipo y material informático, 30000000 Máquinas, equipo y artículos de oficina y de informática, excepto mobiliario y paquetes de software, 30100000 Máquinas, equipo y artículos de oficina, excepto ordenadores, impresoras y mobiliario, 30213000 Ordenadores personales, 30213100 Ordenadores portátiles, 30230000 Equipo relacionado con la informática, 30231000 Pantallas de ordenador y consolas, 30231300 Pantallas de visualización, 30231320 Monitores de pantalla táctil, 30237000 Partes, accesorios y suministros para ordenadores, 30237200 Accesorios informáticos, 32000000 Equipos de radio, televisión, comunicaciones y telecomunicaciones y equipos conexos, 32200000 Aparatos transmisores de radiotelefonía, radiotelegrafía, radiodifusión y televisión, 32250000 Teléfonos móviles, 32420000 Equipo de red, 32500000 Equipo y material para telecomunicaciones, 32580000 Equipo de datos
Plazo:
10 de abril de 2025 a las 10:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
Procurement of IT equipment
Organismo adjudicador:
TRV Gruppen AS
Número de premio:
25/00049

1. Buyer

1.1 Buyer

Official name : TRV Gruppen AS
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Procurement of IT equipment
Description : TRV Gruppen AS (the Customer) invites tenderers to an open tender contest for a framework agreement for the procurement of IT equipment for the group.
Procedure identifier : c1caafc6-7fc6-4838-ad00-81edd30b9ba2
Internal identifier : 25/00049
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : TRV Gruppen AS intends to enter into a framework agreement with a tenderer for the purchase of IT equipment. The agreement seeks to achieve flexibility for future changes in technology and need, as well as cost efficient and rational procurement of IT equipment for the Contracting Authority ́s users at group level. The procurement covers a broad product range within IT equipment and the tenderer shall be able to offer all the requested products in the requirement specifications. Products are of general good quality and are suitable for daily use and comply with relevant requirements set in laws and regulations, as well as the standard given in accordance with THE NORWEGIAN Legislation and Regulations. The branch ́s own guidelines.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 30200000 Computer equipment and supplies
Additional classification ( cpv ): 30000000 Office and computing machinery, equipment and supplies except furniture and software packages
Additional classification ( cpv ): 30100000 Office machinery, equipment and supplies except computers, printers and furniture
Additional classification ( cpv ): 30213000 Personal computers
Additional classification ( cpv ): 30213100 Portable computers
Additional classification ( cpv ): 30230000 Computer-related equipment
Additional classification ( cpv ): 30231000 Computer screens and consoles
Additional classification ( cpv ): 30231300 Display screens
Additional classification ( cpv ): 30231320 Touch screen monitors
Additional classification ( cpv ): 30237000 Parts, accessories and supplies for computers
Additional classification ( cpv ): 30237200 Computer accessories
Additional classification ( cpv ): 32000000 Radio, television, communication, telecommunication and related equipment
Additional classification ( cpv ): 32200000 Transmission apparatus for radiotelephony, radiotelegraphy, radio broadcasting and television
Additional classification ( cpv ): 32250000 Mobile telephones
Additional classification ( cpv ): 32420000 Network equipment
Additional classification ( cpv ): 32500000 Telecommunications equipment and supplies
Additional classification ( cpv ): 32580000 Data equipment

2.1.2 Place of performance

Postal address : Heggstadmoen 53
Town : Heimdal
Postcode : 7080
Country subdivision (NUTS) : Trøndelag ( NO060 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 5 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften -

2.1.6 Grounds for exclusion

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.
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)
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).
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?
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 IT equipment
Description : TRV Gruppen AS (the Customer) invites tenderers to an open tender contest for a framework agreement for the procurement of IT equipment for the group.
Internal identifier : 25/00049

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 30200000 Computer equipment and supplies
Additional classification ( cpv ): 30000000 Office and computing machinery, equipment and supplies except furniture and software packages
Additional classification ( cpv ): 30100000 Office machinery, equipment and supplies except computers, printers and furniture
Additional classification ( cpv ): 30213000 Personal computers
Additional classification ( cpv ): 30213100 Portable computers
Additional classification ( cpv ): 30230000 Computer-related equipment
Additional classification ( cpv ): 30231000 Computer screens and consoles
Additional classification ( cpv ): 30231300 Display screens
Additional classification ( cpv ): 30231320 Touch screen monitors
Additional classification ( cpv ): 30237000 Parts, accessories and supplies for computers
Additional classification ( cpv ): 30237200 Computer accessories
Additional classification ( cpv ): 32000000 Radio, television, communication, telecommunication and related equipment
Additional classification ( cpv ): 32200000 Transmission apparatus for radiotelephony, radiotelegraphy, radio broadcasting and television
Additional classification ( cpv ): 32250000 Mobile telephones
Additional classification ( cpv ): 32420000 Network equipment
Additional classification ( cpv ): 32500000 Telecommunications equipment and supplies
Additional classification ( cpv ): 32580000 Data equipment

5.1.2 Place of performance

Postal address : Heggstadmoen 53
Town : Heimdal
Postcode : 7080
Country subdivision (NUTS) : Trøndelag ( NO060 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 60 Month

5.1.5 Value

Estimated value excluding VAT : 5 000 000 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
This procurement is also suitable for small and medium-sized enterprises (SMEs)

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : 'Total' annual turnover
Description : The tenderer ́s ("total") annual turnover for the number of financial years requested in the tender notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average annual turnover
Description : The tenderer ́s average annual turnover for the number of years requested in the notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : "Specific annual turnover"
Description : Are the tenderer's ("specific") annual turnover within the area that the contract applies to and specified in the notice or in the procurement documents for the number of accounting years requested is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average set-up
Description : Is the tenderer's average annual turnover within the area requested by the contract and specified in the notice or in the procurement documents for the number of financial years requested:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : The tenderer's establishment date
Description : If the information about the turnover (combined or specific) is not available for the entire requested period, please state the date the company was established, or the tenderers started their business:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Financial key figures
Description : For financial key figures stated in the notice or in the procurement documents, the tenderer declares that the actual value(s) of the requested key figures are as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Liability insurance
Description : The insured amount in the tenderer ́s liability insurance is the following:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Other economic and financial requirements
Description : Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that: The minimum requirement for qualification requirements the tenderer shall have the economic and financial capacity to carry out the assignment - the tenderer shall be credit worthy, minimum class A. Credit worthy against security is not accepted. A/N is sufficient for newly established tenderers. Documentation requirement for submitting tenders: Credit rating of the tenderer, not older than 6 months calculated from the expiry of the tender deadline. The assessment shall be based on the last known fiscal figures with an indication of how the credit rating has evolved during the past three years. The assessment shall be issued by a company with a credit reporting license from the Norwegian Data Protection Authority, see www.datatilsynet.no. The result of the credit rating must be given as a graded value (letters or numbers) on a defined scale. Newly established tenderers must document the financial capacity to fulfil the assignment by other types of documentation, such as fiscal figures and a bank guarantee.• The contracting authority reserves the right to obtain further credit rating or other financial information that, but not limited to, annual accounts including notes, the board's annual reports and auditor's reports.
Use of this criterion : Used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for quality assurance standards.
Description : Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements?
Use of this criterion : Not used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for environmental management standards.
Description : Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards?
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register
Description : Tenderers are registered in a professional register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register or company register.
Description : Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex. The tenderer must be a legally established company. Documentation requirement: Norwegian companies: Company Registration Certificate. Foreign companies: Proof that the company is registered in a trade or business register as prescribed by the law of the country where the company is established.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Only for public goods deliveries
Description : Only for public goods deliveries: In the reference period, the tenderer has carried out the following important deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three years to be taken into consideration. The tenderer shall have good experience from equivalent assignments. Equivalent assignments means the delivery of equivalent products to a large number of delivery points and with a similar total extent. Documentation requirement: A description of the most important deliveries in the last three years, including information on the contract ́s value, date of delivery, the number of delivery points as well as the name of the contracting authority and a description of the products/services in the deliveries. 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
Criterion :
Type : Technical and professional ability
Name : Technical personnel or technical units
Description : Tenderers can use the following technical personnel or technical units , particularly those who are responsible for quality control: For technical personnel or technical units that do not directly belong to the tenderer ́s business, but if the capacity the tenderer will use, cf. part II, section C, separate ESPD forms shall be supplemented.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Technical facilities and quality assurance measures
Description : The tenderer utilises the following technical facilities and quality assurance measures and the tenderer's survey and research facility is as follows: The minimum requirement for qualification requirements the tenderer shall have a quality assurance system relevant for the content of the contract. Documentation requirement: A description of the tenderer's quality assurance system Alternatively: Certificate for the company's quality assurance system issued by independent bodies that confirms the tenderer fulfils certain quality assurance standards, for example ISO 9001:2015.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Investigation and research facilities
Description : The tenderer ́s survey and research facilitates are as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Management and tracing of the supply chain
Description : The tenderer will be able to use the following management of the supply chain and tracing systems for the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Control Permission
Description : For goods or services that are complicated, or that in exceptional cases shall be used for a particular purpose: Will the tenderer allow checks of the tenderer's production capacity or technical capacity and, where necessary, of the survey and research facilities that the tenderer has at its disposal and of quality control measures? The inspections shall be undertaken by the contracting authority or the contracting authority can leave it to a competent public body in the country where the tenderer is established.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Education and professional qualifications
Description : The following education and professional qualifications are possessed by the tenderer and/or (depending on the requirements set in the notice or in the procurement documents) of the leading employees:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Environmental management measures
Description : Tenderers can employ the following environmental management measures in connection with the execution of the contract: Minimum requirements for qualification requirements Tenderers are required to have implemented environmental management measures that ensure that the tenderer is suitable to fulfil the contract ́s environmental provisions. This means that the tenderer has methods for working actively and systematically to reduce negative environmental impact from activities connected to the execution of this contract. Documentation requirement: A description of the tenderer's environmental management measures. If a tenderer has certificates from independent bodies that document the environmental management system, they can be presented as documentation.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Number of employees in the management
Description : The tenderer ́s number of employees in the management during the last three years was as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Average workforce
Description : The tenderer's average annual workforce in the last three years has been as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Tools, materials and technical equipment.
Description : Tenderers can use the following tools, material and technical equipment to carry out the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Portion of the contract to sub-suppliers.
Description : The tenderer is considering to outsource the following part (as a percentage) of the contract to sub-suppliers. Note that if the tenderer has decided to outsource a part of the contract to sub-suppliers and will use the sub-suppliers ́ capacity to carry out this part, a special ESPD will be supplemented for such sub-suppliers, see part II, section C, above.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Procurement of goods: Requested samples, descriptions or photographs that do not need to be accompanied by certificates that they are genuine.
Description : Procurement of goods: The tenderer presents supplies that shall be delivered, requested samples, descriptions or photographs, which do not need to be accompanied by certificates that they are genuine.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Procurement of goods: Requested samples, descriptions or photographs with certificates.
Description : When procurement of goods: If requested, the tenderer further declares that they will deliver the requested certificates that they are genuine.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : When procuring goods: Certificates issued by official bodies for quality control
Description : Can tenderers submit the requested certificates issued by official bodies for quality control, and who can confirm that the goods, which are clearly identified by reference to technical specifications or standards, as determined in the notice or in the procurement documents, are in accordance with these?
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Requirement for due diligence assessments for responsible businesses.
Description : Tenderers shall be suitable for fulfilment of contractual requirements for due diligence assessments for responsible businesses, cf. contract. This means that the tenderer has implemented measures and systems that are used in the tenderer's work to safeguard basic human rights and decent working conditions, as well as prevent environmental degradation and corruption. Documentation requirement: A description of the tenderer's systems for working with due diligence assessments in accordance with THE UN ́s guiding principles for business and human rights (UNGP) and OECD ́s guidelines for multinational companies. The documentation shall include: • Formal policy/guidelines that cover an obligation to comply with the requirements of responsible businesses. • Formal policy/guidelines for accountability for sub-suppliers/the supplier chain, (Supplier Code of Conduct). This shall only be provided if sub-suppliers are used. • Descriptions of the tenderer's processes and routines for how the company works with due diligence assessments. • Description of how the tenderer will obtain and maintain an overview of the country of origin and production locations for the products that the tenderer offers. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : The contracting authority ́s ethical guidelines
Description : Tenderers shall follow the group TRV Group ́s ethical guidelines for suppliers and business partners (COC) SSA-K Annex 13. Documentation requirement: The tenderer is requested to confirm compliance with these requirements. Minimum qualification requirements
Use of this criterion : Used

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 03/04/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/248113034.aspx

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
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Deadline for receipt of tenders : 10/04/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 10/04/2025 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 : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without 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 : Trøndelag tingrett

8. Organisations

8.1 ORG-0001

Official name : TRV Gruppen AS
Registration number : 984024924
Postal address : Heggstadmoen 53
Town : Heimdal
Postcode : 7080
Country subdivision (NUTS) : Trøndelag ( NO060 )
Country : Norway
Contact point : Janne Slåli
Telephone : 95199370
Internet address : http://trvgruppen.no
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Trøndelag tingrett
Registration number : 926722794
Postal address : Postboks 2317 Torgarden
Town : Munkegata 20
Postcode : 7004
Country : Norway
Telephone : 73542400
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : fdc7bbb3-b003-4eb0-9665-45adaeabcc59 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 05/03/2025 09:52 +00:00
Notice dispatch date (eSender) : 05/03/2025 11:33 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00146589-2025
OJ S issue number : 46/2025
Publication date : 06/03/2025