System for HR and Payroll.

We are now using Visma Enterprise HRM and shall procure a new, cloud based SYSTEM for HR and payroll. The new system shall as far as possible cover our need for HR and wages, and at the same time be the foundation for our organisation structure. In addition to this, …

CPV: 48000000 Paquetes de software y sistemas de información, 48219300 Paquetes de software de administración, 48450000 Paquetes de software de contabilización del tiempo o recursos humanos, 72000000 Servicios TI: consultoría, desarrollo de software, Internet y apoyo, 79211110 Servicios de gestión de nóminas
Plazo:
20 de septiembre de 2024 a las 10:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
System for HR and Payroll.
Organismo adjudicador:
Randaberg kommune
Número de premio:
24/24

1. Buyer

1.1 Buyer

Official name : Randaberg kommune
Legal type of the buyer : Regional authority
Activity of the contracting authority : General public services

1.1 Buyer

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

2. Procedure

2.1 Procedure

Title : System for HR and Payroll.
Description : We are now using Visma Enterprise HRM and shall procure a new, cloud based SYSTEM for HR and payroll. The new system shall as far as possible cover our need for HR and wages, and at the same time be the foundation for our organisation structure. In addition to this, we want systems that fulfil our criteria for user friendliness, automated and efficient systems and information security and privacy. The requested delivery shall be able to cover both Randaberg and Kvitsøy municipalities's (including Kvitsøy kirkesokn) needs.
Procedure identifier : 2606ec9c-caaf-4316-b9a7-6d3c4ccef8ab
Internal identifier : 24/24
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 : Services
Main classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48219300 Administration software package
Additional classification ( cpv ): 48450000 Time accounting or human resources software package
Additional classification ( cpv ): 79211110 Payroll management services

2.1.2 Place of performance

Postal address : Randabergveien 370
Town : RANDABERG
Postcode : 4070
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 10 000 000 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 tenderer in a similar situation in accordance with an equivalent procedure set in the national law? See the national law, the relevant notice or procurement documents.
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
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?
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?
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Has the tenderer: a) given grossly incorrect information with the notification of the information required to verify that there is no basis for rejection, or of the qualification requirements being fulfilled, b) failed to provide such information, c) made reservations immediately to present the supporting documents requested by the contracting authority, or d) improperly affected the contracting authority ́s decision process to acquire confidential information that could give this an unlawful advantage in connection with competition, or negligently has given misleading information that can have a significant influence on decisions on rejection, selection or award?
Conflict of interest due to its participation in the procurement procedure : Is the tenderer 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 : Has the tenderer's business conduct been stopped?
Payment of taxes : Has the tenderer not fulfilled all of his tax and duty obligations in both the country where 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 : System for HR and Payroll.
Description : We are now using Visma Enterprise HRM and shall procure a new, cloud based SYSTEM for HR and payroll. The new system shall as far as possible cover our need for HR and wages, and at the same time be the foundation for our organisation structure. In addition to this, we want systems that fulfil our criteria for user friendliness, automated and efficient systems and information security and privacy. The requested delivery shall be able to cover both Randaberg and Kvitsøy municipalities's (including Kvitsøy kirkesokn) needs.
Internal identifier : 24/24

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 ): 48000000 Software package and information systems
Additional classification ( cpv ): 48219300 Administration software package
Additional classification ( cpv ): 48450000 Time accounting or human resources software package
Additional classification ( cpv ): 79211110 Payroll management services

5.1.2 Place of performance

Postal address : Randabergveien 370
Town : RANDABERG
Postcode : 4070
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 3 Year

5.1.4 Renewal

Maximum renewals : 7
The buyer reserves the right for additional purchases from the contractor, as described here : The contract will be valid for 3 years, it can be extended for 1 year at a time.

5.1.5 Value

Estimated value excluding VAT : 10 000 000 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
Information about previous notices :
Identifier of the previous notice : 104253-2024

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Economic and financial solidity
Description : Must have sufficient financial ability to carry out the contract.
Use of this criterion : Used
Criterion :
Type : Other
Name : This fulfils the objective and non-discriminatory criteria or rules that shall be used to select the number of tenderers in the following way: If certain certificates or other forms of documentation are requested, indicate to each individual whether the tenderer is in possession of the requested documents:
Description : If any of these certificates or other forms of documentation are available in electronic form, this is to be stated for each:
Use of this criterion : Used
Criterion :
Type : Other
Name : Fulfils all the stated qualification requirements.
Description : The tenderer fulfils the stated qualification requirements.
Use of this criterion : 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 : 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.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Authorisations from a specific organisation required
Description : Is it necessary to have specific authorisation from a particular organisation in order to provide the service in the tenderer ́s home country?
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Membership in a particular organisation required
Description : Is it necessary to have a particular membership in a particular organisation in order to provide the service in the tenderer ́s home country?
Use of this criterion : 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 : 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 : Used
Criterion :
Type : Technical and professional ability
Name : Procurement of goods: Requested samples, descriptions or photographs with testimonials.
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 : 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 : Used
Criterion :
Type : Technical and professional ability
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 : Used
Criterion :
Type : Technical and professional ability
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 : Used

5.1.10 Award criteria

Criterion :
Type : Quality
Name : Functionality and user friendliness
Description : The contracting authority will emphasise the tenderer ́s response to annex 1 - requirement specifications.
Weight (percentage, exact) : 30
Criterion :
Type : Price
Name : Price
Description : The contracting authority will emphasise the tenderer ́s response to Annex 2 - price form.
Weight (percentage, exact) : 30
Criterion :
Type : Quality
Name : Environment
Description : The contracting authority will emphasise the tenderer ́s response to annex 3 - description of environmental measures.
Weight (percentage, exact) : 30
Criterion :
Type : Quality
Name : Implementation
Description : The contracting authority will emphasise the tenderer ́s response to annex 4 - plan for the establishment phase.
Weight (percentage, exact) : 5
Criterion :
Type : Quality
Name : SLA
Description : The contracting authority will emphasise the tenderer ́s response to annex 5 - sla.
Weight (percentage, exact) : 5
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Deadline for requesting additional information : 09/09/2024 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=24105

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
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 20/09/2024 10:00 +00:00
Deadline until which the tender must remain valid : 188 Day
Information about public opening :
Opening date : 20/09/2024 10:01 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : Not yet known
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

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 : Sør-Rogaland tingrett

8. Organisations

8.1 ORG-0001

Official name : Randaberg kommune
Registration number : 934 945 514
Department : Økonomi
Postal address : Postboks 40
Town : Randaberg
Postcode : 4096
Country : Norway
Contact point : Kjetil Langeland
Telephone : +47
Roles of this organisation :
Buyer
Group leader

8.1 ORG-0002

Official name : Sør-Rogaland tingrett
Registration number : 926 723 448
Postal address : Postboks 159
Town : Stavanger
Postcode : 4001
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Telephone : 52 00 46 00
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Kvitsøy kommune
Registration number : 964979634
Town : Kvitsøy
Country : Norway
Telephone : 51736300
Roles of this organisation :
Buyer

11. Notice information

11.1 Notice information

Notice identifier/version : 6a02bfe0-e125-4e35-80e0-fe926b3acc04 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 19/06/2024 09:43 +00:00
Notice dispatch date (eSender) : 19/06/2024 09:55 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00367086-2024
OJ S issue number : 119/2024
Publication date : 20/06/2024