Nursery administration system

The contracting authority would like to procure an administration and communication system for nurseries that contribute to efficient work processes, and efficient communication and interaction between home and nursery school and between employees in nurseries - a comprehensive system with system support for: • Nursery administration. • Daily operation of …

CPV: 72000000 Usługi informatyczne: konsultacyjne, opracowywania oprogramowania, internetowe i wsparcia, 72200000 Usługi doradcze w zakresie programowania oprogramowania, 72220000 Usługi doradcze w zakresie systemów i doradztwo techniczne
Miejsce wykonania:
Nursery administration system
Miejsce udzielenia zamówienia:
Bamble kommune
Numer nagrody:
24/5942

1. Buyer

1.1 Buyer

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

2. Procedure

2.1 Procedure

Title : Nursery administration system
Description : The contracting authority would like to procure an administration and communication system for nurseries that contribute to efficient work processes, and efficient communication and interaction between home and nursery school and between employees in nurseries - a comprehensive system with system support for: • Nursery administration. • Daily operation of the nursery school. • Communication and information between home and nursery. • Communication and information between employees. See the tender documentation and annexes for further information.
Procedure identifier : ef3583f8-598e-4115-9982-cb20d45666cb
Internal identifier : 24/5942
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
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 ): 72200000 Software programming and consultancy services
Additional classification ( cpv ): 72220000 Systems and technical consultancy services

2.1.2 Place of performance

Postal address : Kirkeveien 12
Town : Langesund
Postcode : 3970
Country subdivision (NUTS) : Vestfold og Telemark ( NO091 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 3 000 000 Norwegian krone
Maximum value of the framework agreement : 3 000 000 Norwegian krone

2.1.4 General information

Additional information : See the tender documentation and annexes and annexes for further information on the procurement.
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 : 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?
Purely national exclusion grounds : The tender documentation chapter: 3.2 National rejection reasons According to ESPD part III: Rejection Reasons, Section D: "Other rejection reasons stipulated in the national legislation of the Contracting Authority's Member State" The Norwegian procurement rules go further than what follows the rejection reasons stated in the EU directive on public procurements and in the standard form for ESPD. Emphasis is put on the fact that all the rejection reasons in the procurement regulations § 24-2, including the purely national rejection reasons, apply in this competition. The following rejection reasons in the procurement regulations § 24-2 are purely national rejection reasons: - §24-2(2). This provision states that the contracting authority shall reject a tenderer when he is aware that the tenderer has been legally convicted or has accepted a wrought for the stated punishable conditions. The requirement that the contracting authority shall reject tenderers who have accepted a wreap for the stated punishable conditions is a distinctively Norwegian requirement. - 24-2(3) letter in. The rejection reason in the ESPD form only concerns serious errors in professional practice, whilst the Norwegian rejection reason also includes other serious errors that can lead to doubt about the tenderer's professional integrity.
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 : Nursery administration system
Description : The contracting authority would like to procure an administration and communication system for nurseries that contribute to efficient work processes, and efficient communication and interaction between home and nursery school and between employees in nurseries - a comprehensive system with system support for: • Nursery administration. • Daily operation of the nursery school. • Communication and information between home and nursery. • Communication and information between employees. See the tender documentation and annexes for further information.
Internal identifier : 24/5942

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
Options :
Description of the options : Extension of the agreement period in accordance with SSA-L, General contract text. Options related to new functionality/modules in the system.

5.1.2 Place of performance

Postal address : Kirkeveien 12
Town : Langesund
Postcode : 3970
Country subdivision (NUTS) : Vestfold og Telemark ( NO091 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 3 Year

5.1.5 Value

Estimated value excluding VAT : 3 000 000 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
Additional information : See the tender documentation and annexes and annexes for further information on the procurement.

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : The tenderer's economic and financial capacity
Description : Demand: Tenderers must have sufficient economic and financial capacity to fulfil the contract. Creditworthiness with no requirement for collateral will be sufficient to meet the requirement. Documentation requirement: • A credit rating based on the most recent financial figures. The rating shall be carried out by a credit rating company with licence to conduct this service. Documentation shall be submitted together with the request for participation in the competition. If a tenderer has a justifiable reason for not submitting the documentation required by the contracting authority, he can document his economic and financial capacity by presenting any other document that the customer deems suitable.
Use of this criterion : Used
Criterion :
Type : Other
Name : Use of sub-suppliers
Description : Demand: Commitment statement: If a tenderer will depend on sub-suppliers to fulfil the contract, a commitment statement shall be enclosed that states that the tenderer can use the necessary resources in the supporting company to carry out this contract (Regulation § 1610 (2)). The supporting company(s) must, in such cases, also submit a separate ESPD form and any accompanying documentation of fulfilment of the qualification requirements. Manufacturers of goods are not to be seen as sub-suppliers for this. Documentation requirement: • A binding statement or equivalent shall be provided. Documentation shall be submitted together with the request for participation in the competition.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : The tenderer ́s registration, authorisations, etc.
Description : Demand: Tenderers shall be registered in a company register, professional register or a commerce register in the country where the tenderer is established. Documentation requirement: • Norwegian companies: Company Registration Certificate. • 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. Documentation shall be submitted together with the request for participation in the competition.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Tax Certificate
Description : Demand: Tenderers shall submit a tax certificate for VAT and a tax certificate. This only applies if the tenderer is Norwegian. The tax certificate must not be older than six months calculated from the deadline for receipt of tenders. Documentation requirement: • Tax certificate not older than six months calculated from the deadline for receipt of tenders. Documentation shall be submitted together with the request for participation in the competition.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : The tenderer ́s technical and professional qualifications - Implementation ability
Description : Demand: Implementation ability: Tenderers are required to have an organisation that has the capacity to fulfil the contract. Documentation requirement: • A description of the tenderer's technical personnel or technical units the tenderer has at their disposition to fulfil the contract, regardless of whether they belong to the company or not. • A statement of the tenderer's average workforce and the number of employees in the administrative management during the last three years. Documentation shall be submitted together with the request for participation in the competition.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : The tenderer ́s technical and professional qualifications - Experience
Description : Demand: Experience: Tenderers shall have experience from comparable contracts. Documentation requirement: • Description of the tenderer ́s up to 3 most relevant contracts in the course of the last 3 years. The description must include a statement of the assignment ́s value, date, recipient (contracting authority, gender neutral preferred, telephone number and e-mail address) and functionality/service that is in operation at the contracting authority. 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. Documentation shall be submitted together with the request for participation in the competition.
Use of this criterion : Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (percentage, exact) : 100
Criterion :
Type : Technical and professional ability
Name : The tenderer ́s technical and professional qualifications - Quality management system.
Description : Demand: Quality assurance system: A good and well-functioning quality management system is required for the requested services. The concept of a quality management system is that i.a. the tenderer has a awareness of quality objectives, planning, securing, handling of deviations, quality improvement and data security. Tenderers shall describe their policy related to routines and standards for quality assurance of the execution of the assignment. Documentation requirement: • A description of the technical personnel or technical units, particularly those who are responsible for quality control and that the tenderer has at its disposal for fulfilment of the contract. • The tenderer also states which certifications apply to the tenderer's operations. For example, ISO 9001 (quality), ISO 14001 (environment) and ISO 27001 (information security), or other certifications/standards on which the tenderer's operations are based. Documentation shall be submitted together with the request for participation in the competition.
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 : 3
Maximum number of candidates to be invited for the second stage of the procedure : 5
The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.10 Award criteria

Criterion :
Type : Quality
Name : Quality - System / Product
Description : Quality - System / Product This will be included, for example: • General requirements and functional requirements for the system. Technical requirements, including integrations with other trade systems and document archive. • Information security and privacy. References for the system/product will relate to all of the above bullet points. See the tabs in the attached Excel file for more information. requirement specifications. Degree of digital support and streamlining of the municipality ́s work processes. The individual parts that the system consists of must be so well integrated that the system appears as a whole.
Weight (percentage, exact) : 70
Criterion :
Type : Quality
Name : Quality Assurance - Services
Description : Quality Assurance - Services This will be included, for example: • Project and progress plan. • The offered competence of dedicated personnel for this delivery. •Training. • Establishment, testing and certification. • Standard SLA agreement for user support, maintenance and service level. References for services will relate to all of the above bullet points.
Weight (percentage, exact) : 15
Criterion :
Type : Price
Name : Prices and Costs
Description : Prices and Costs (establishment year + 6 entire operational years) This is to be assessed: • The offered total price for the system, including price of any reservations.
Weight (percentage, exact) : 15
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 : 27/01/2025 23:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=41791

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 03/03/2025
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 requests to participate : 10/02/2025 11:00 +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
Information about review deadlines : See the tender documentation chapter 1.12 Important dates. This describes the customer's time limits for the process.

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 : Telemark tingrett
Organisation providing additional information about the procurement procedure : Bamble kommune
Organisation providing offline access to the procurement documents : Bamble kommune
Organisation receiving requests to participate : Bamble kommune
Organisation processing tenders : Bamble kommune

8. Organisations

8.1 ORG-0001

Official name : Bamble kommune
Registration number : 940244145
Department : Enhet for støtte og utvikling
Postal address : Kirkeveien 12
Town : Langesund
Postcode : 3970
Country : Norway
Contact point : Rune Hagøy
Telephone : +4735 96 50 00
Internet address : http://www.bamble.no
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Telemark tingrett
Registration number : 926 723 545
Postal address : Postboks 2624
Town : Skien
Postcode : 3702
Country subdivision (NUTS) : Vestfold og Telemark ( NO091 )
Country : Norway
Telephone : 35 69 20 00
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : e9ed7a9d-eb0c-4db8-b2eb-59161ca19e6c - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 06/01/2025 12:20 +00:00
Notice dispatch date (eSender) : 06/01/2025 12:30 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00006039-2025
OJ S issue number : 4/2025
Publication date : 07/01/2025