Skypartner for TET Digital AS

The aim of this procurement is that TET Digital AS is entering into a partnership with one supplier as a cloud partner. The cloud partner shall be a competence partner who contributes to TET Digital AS building a future-oriented platform on Amazon Web Services (hereafter called AWS). The aim of …

CPV: 72000000 Servicios TI: consultoría, desarrollo de software, Internet y apoyo, 72200000 Servicios de programación de software y de consultoría, 72220000 Servicios de consultoría en sistemas y consultoría técnica, 72222000 Servicios de planificación y revisión estratégica de sistemas de información o de tecnología de la información, 72222100 Servicios de revisión estratégica de sistemas de información o de tecnología de la información, 72250000 Servicios de sistemas y apoyo, 72260000 Servicios relacionados con el software, 72261000 Servicios de apoyo al software, 72300000 Servicios relacionados con datos, 72500000 Servicios informáticos
Lugar de ejecución:
Skypartner for TET Digital AS
Organismo adjudicador:
Ruter As
Número de premio:
24/02615

1. Buyer

1.1 Buyer

Official name : Ruter As
Activity of the contracting entity : Urban railway, tramway, trolleybus or bus services

1.1 Buyer

Official name : TET Digital AS
Activity of the contracting entity : Urban railway, tramway, trolleybus or bus services

2. Procedure

2.1 Procedure

Title : Skypartner for TET Digital AS
Description : The aim of this procurement is that TET Digital AS is entering into a partnership with one supplier as a cloud partner. The cloud partner shall be a competence partner who contributes to TET Digital AS building a future-oriented platform on Amazon Web Services (hereafter called AWS).
Procedure identifier : 069ce6fe-41ef-420b-8c43-2b63c7864cb7
Internal identifier : 24/02615
Type of procedure : Competitive dialogue
Justification for the accelerated procedure :
Main features of the procedure : The competitive dialogue is a two stage procedure that will be initiated with a prequalification. This phase is open for all interested suppliers. The contracting authority will choose which tenderers will be invited to participate in the dialogue phase among those who fulfil the qualification requirements. The objective of the dialogue phase is to identify and define how our need can best be fulfilled. It is possible to discuss all aspects of the procurement with the suppliers. The contracting authority has a large degree of flexibility and it is possible to have a dialogue on all sides of the procurement, such as price, technical solutions or contract terms. The contracting authority reserves the right to carry out the dialogue in several phases and reduce the number of solution proposals for which a dialogue will be implemented. The contracting authority reserves the right to reduce the number of solutions for the first time before the dialogue. This means, in practice, that the downsources can be made based on the first submitted solution proposal. The dialogue will be held in the contracting authority ́s premises or via Teams. It may also be necessary to use written dialogue. The dialogue will be in Norwegian. Once the Contracting Authority has found the solutions that can fulfil the contracting authority ́s needs, the dialogue will end and the remaining tenderers in the dialogue will be invited to submit final tenders based on the solutions they have presented and clarified in the dialogue. The final tenders shall include all the elements that are obligatory and necessary for the implementation of the solutions.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72200000 Software programming and consultancy services
Additional classification ( cpv ): 72220000 Systems and technical consultancy services
Additional classification ( cpv ): 72222000 Information systems or technology strategic review and planning services
Additional classification ( cpv ): 72222100 Information systems or technology strategic review services
Additional classification ( cpv ): 72250000 System and support services
Additional classification ( cpv ): 72260000 Software-related services
Additional classification ( cpv ): 72261000 Software support services
Additional classification ( cpv ): 72300000 Data services
Additional classification ( cpv ): 72500000 Computer-related services

2.1.2 Place of performance

Country subdivision (NUTS) : Oslo ( NO081 )

2.1.3 Value

Estimated value excluding VAT : 900 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/25/EU
Forsyningsforskriften - § 9-1

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 : Skypartner for TET Digital AS
Description : The aim of this procurement is that TET Digital AS is entering into a partnership with one supplier as a cloud partner. The cloud partner shall be a competence partner who contributes to TET Digital AS building a future-oriented platform on Amazon Web Services (hereafter called AWS).
Internal identifier : 24/02615

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72200000 Software programming and consultancy services
Additional classification ( cpv ): 72220000 Systems and technical consultancy services
Additional classification ( cpv ): 72222000 Information systems or technology strategic review and planning services
Additional classification ( cpv ): 72222100 Information systems or technology strategic review services
Additional classification ( cpv ): 72250000 System and support services
Additional classification ( cpv ): 72260000 Software-related services
Additional classification ( cpv ): 72261000 Software support services
Additional classification ( cpv ): 72300000 Data services
Additional classification ( cpv ): 72500000 Computer-related services
Options :
Description of the options : Option to use the locked mark-up percentage (annex 7 annex 1) if the tenderer cannot offer a different pricing model than a traditional mark-up model, or if the contracting authority does not find the tenderer ́s offered price model appropriately.

5.1.2 Place of performance

Country subdivision (NUTS) : Oslo ( NO081 )
Additional information :

5.1.3 Estimated duration

Duration : 4 Year

5.1.4 Renewal

Maximum renewals : 6
The buyer reserves the right for additional purchases from the contractor, as described here : The contracting authority has the option to extend the contract for an additional 1+1+1+1+1 year.

5.1.5 Value

Estimated value excluding VAT : 900 000 000 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
Information about previous notices :
Identifier of the previous notice : 104866-2024

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : The tenderer's economic and financial capacity
Description : Tenderers must have sufficient economic and financial capacity to fulfil the contract. "Good economic and financial capacity" means that the tenderer must have a credit rating equivalent to "credit worthy" or higher. Documentation requirement: As documentation, the contracting authority will obtain a credit rating from Experian. If an assessment cannot be obtained from Experian, the contracting authority will ask the tenderer to carry out a credit rating from another recognised company (e.g. Dun & Bradstreet (previously Bisnode)).
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : The tenderer ́s registration, authorisations, etc.
Description : Tenderers are required to be registered in a company register, professional register or a commerce register in the country where the tenderer is established. Documentation requirement: Norwegian companies: The contracting authority will initially obtain a company registration certificate through the experian system. It is not necessary to enclose a Company Registration Certificate. If the Contracting Authority is unable to obtain the Company Registration Certificate itself, the Tenderer will be asked to submit this. Foreign companies: Verification that the tenderer is 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
Name : Experience from relevant deliveries
Description : Tenderers shall have good experience with the execution of relevant deliveries (constitute the evaluation criteria in the event of any selection in the prequalification phase). Documentation requirement: An overview of the 3-5 most relevant assignments that the tenderer has carried out in the last 5 years. Tenderers shall fill in document "04 Template for reference assignments" and submit this as part of the qualification application. It is the tenderer ́s responsibility to document relevance through the description. Each reference assignment shall have a maximum of one A4 page with a font size of 11.
Use of this criterion : Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Maximum number of tenders passing : 6
Criterion :
Type : Technical and professional ability
Name : Environmental protection system
Description : Tenderers shall have an environmental assurance system suitable for the delivery. Documentation requirement: Description of environmental measures that have been implemented in the business. If a tenderer is certified in accordance with ISO 14001 or equivalent standards, it is sufficient to present a copy of a valid certificate. It is the tenderer ́s responsibility to document that a standard is equivalent.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Quality assurance system
Description : Tenderers shall have implemented a functioning quality assurance system and control routines for the services that shall be provided. Documentation requirement: A description of the tenderer's procedures and measures for quality assurance. If a tenderer is certified in accordance with ISO 9001 or equivalent standard, it is sufficient to present a copy of a valid certificate for the certification.
Use of this criterion : Used
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 4
Maximum number of candidates to be invited for the second stage of the procedure : 6
The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description :
Weight (percentage, exact) : 30
Criterion :
Type : Quality
Name : Quality
Description :
Weight (percentage, exact) : 70
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
Deadline for requesting additional information : 30/09/2024 10:00 +00:00

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
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 09/10/2024 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : See the SSA-Sky General contract text with the accompanying annexes.
A non-disclosure agreement is required : yes
Additional information about the non-disclosure agreement : Annex 3 and Annex 1 of Annex 3 - the Customer ́s landscape will not be a part of the announced document package due to confidentiality. The mentioned documents will first be sent to the tenderer after a confidentiality statement has been signed and sent to the contracting authority via the KGV. See document 05 Confidentiality Statement template. A confidentiality statement should be sent as soon as possible and at the latest within the deadline for receiving questions to the qualification process in the competition.
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : See Annex 7: Price and Price Terms.
Information about review deadlines : The tenderer ́s deadline to petition for a temporary injunction against the contracting authority's decision on prequalification must be presented to the court 15 days calculated from the day after notification of prequalification has been issued, cf. the Utilities Regulations § 16-5.

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Oslo tingrett
Organisation providing additional information about the procurement procedure : TET Digital AS
Organisation receiving requests to participate : TET Digital AS
Organisation processing tenders : TET Digital AS

8. Organisations

8.1 ORG-0001

Official name : Ruter As
Registration number : 991 609 407
Postal address : Dronningens gate 40, Postboks 1030 Sentrum
Town : Oslo
Postcode : 0104
Country : Norway
Contact point : Julie Kristiansen
Telephone : +47 40006700
Internet address : https://www.ruter.no
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Oslo tingrett
Registration number : 926 725 939
Postal address : C.J.Hambros plass 4
Town : Oslo
Postcode : 0164
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : +47 22035200
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : TET Digital AS
Registration number : 932 295 288
Postal address : Dronningens gate 40
Town : Oslo
Postcode : 0154
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : 22057070
Roles of this organisation :
Buyer
Group leader
Organisation providing additional information about the procurement procedure
Organisation receiving requests to participate
Organisation processing tenders

11. Notice information

11.1 Notice information

Notice identifier/version : 89097966-5a55-401d-8ab3-8b2eb1c933f9 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 04/09/2024 08:41 +00:00
Notice dispatch date (eSender) : 04/09/2024 09:01 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00533712-2024
OJ S issue number : 173/2024
Publication date : 05/09/2024