Computer centre for Troms County.

Troms fylkeskommune c/o the IT department, hereafter the contracting authority, shall procure server hardware and a viritualisation platform divided between two locations, as well as assistance with the establishment, set-up and configuration thereof. The tender shall include support and maintenance for the chosen system for a minimum of five years, …

CPV: 30000000 Компютърни и офис машини, оборудване и принадлежности, с изключение на мебели и софтуерни пакети, 30200000 Компютърно оборудване и принадлежности, 32000000 Радио-, телевизионно, съобщително, далекосъобщително и сродни видове оборудване, 32400000 Мрежи, 32420000 Мрежово оборудване, 32422000 Мрежови компоненти, 32424000 Мрежова инфраструктура, 48000000 Софтуерни пакети и информационни системи, 48700000 Софтуерни пакети за обслужващи цели, 48780000 Софтуерни пакети за администриране на системи, управление на записа на данни и управление на съдържание, 48800000 Информационни системи и сървъри, 48820000 Сървъри, 48821000 Мрежови сървъри, 72000000 ИТ услуги: консултации, разработване на софтуер, Интернет и поддръжка
Краен срок:
Авг. 27, 2025, 10 преди обяд
Вид на крайния срок:
Подаване на оферта
Място на изпълнение:
Computer centre for Troms County.
Издаващ орган:
Troms fylkeskommune
Номер на наградата:
25/08536

1. Buyer

1.1 Buyer

Official name : Troms fylkeskommune
Legal type of the buyer : Regional authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Computer centre for Troms County.
Description : Troms fylkeskommune c/o the IT department, hereafter the contracting authority, shall procure server hardware and a viritualisation platform divided between two locations, as well as assistance with the establishment, set-up and configuration thereof. The tender shall include support and maintenance for the chosen system for a minimum of five years, as well as an option for relevant courses and competence raising for the delivery.
Procedure identifier : a8639918-e96e-4550-bfe5-81580a40f848
Internal identifier : 25/08536
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : See the tender documentation and annexes for further details on the contracting authority ́s needs.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 48800000 Information systems and servers
Additional classification ( cpv ): 30000000 Office and computing machinery, equipment and supplies except furniture and software packages
Additional classification ( cpv ): 30200000 Computer equipment and supplies
Additional classification ( cpv ): 32000000 Radio, television, communication, telecommunication and related equipment
Additional classification ( cpv ): 32400000 Networks
Additional classification ( cpv ): 32420000 Network equipment
Additional classification ( cpv ): 32422000 Network components
Additional classification ( cpv ): 32424000 Network infrastructure
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48700000 Software package utilities
Additional classification ( cpv ): 48780000 System, storage and content management software package
Additional classification ( cpv ): 48820000 Servers
Additional classification ( cpv ): 48821000 Network servers
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support

2.1.2 Place of performance

Country subdivision (NUTS) : Troms/Romsa/Tromssa ( NO072 )
Country : Norway

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - The procurement will be carried out in accordance with the Public Procurement Act of 17 June 2016 (LOA) and the Public Procurement Regulations (FOA) FOR 2016-08-12-974 parts I and part III. The contract will be awarded in accordance with the open tender contest procedure, cf. the Public Procurement Regulations § 13-1 (1).

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
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.
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).
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).
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)
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.
Child labour and including 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).
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.
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.
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.
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?
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.
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?
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 set under purely national exclusion grounds : The contracting authority shall state that in Norway there are national rejection reasons. These shall be described in the procurement documents. Tenderers must respond to whether they are in one or more of the situations described in the national rejection reasons. Will the purely national rejection reasons, as stated in the relevant notice or in the procurement documents, apply?
Breaching obligation relating to 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?
Breaching obligation relating to 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?
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.
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.
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.
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.
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.
Analogous situation like bankruptcy, insolvency or arrangement with creditors 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.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Computer centre for Troms County.
Description : Troms fylkeskommune c/o the IT department, hereafter the contracting authority, shall procure server hardware and a viritualisation platform divided between two locations, as well as assistance with the establishment, set-up and configuration thereof. The tender shall include support and maintenance for the chosen system for a minimum of five years, as well as an option for relevant courses and competence raising for the delivery.
Internal identifier : 25/08536

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 48800000 Information systems and servers
Additional classification ( cpv ): 30000000 Office and computing machinery, equipment and supplies except furniture and software packages
Additional classification ( cpv ): 30200000 Computer equipment and supplies
Additional classification ( cpv ): 32000000 Radio, television, communication, telecommunication and related equipment
Additional classification ( cpv ): 32400000 Networks
Additional classification ( cpv ): 32420000 Network equipment
Additional classification ( cpv ): 32422000 Network components
Additional classification ( cpv ): 32424000 Network infrastructure
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48700000 Software package utilities
Additional classification ( cpv ): 48780000 System, storage and content management software package
Additional classification ( cpv ): 48820000 Servers
Additional classification ( cpv ): 48821000 Network servers
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support

5.1.2 Place of performance

Country subdivision (NUTS) : Troms/Romsa/Tromssa ( NO072 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 60 Month

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 : 178266-2025

5.1.7 Strategic procurement

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : The price shall cover all expenses and costs connected to the delivery of a complete data centre system. As a result, the total price shall include costs for, among other things, but not limited to, delivery and freight (including any travel and stay expenses for the tenderer), installation, installation, training, licence costs, upgrades, warranty time and support and maintenance for 5 years, as well as the necessary quality assurance activities and test procedures. The contracting authority will not accept costs beyond the stated total price. Option for courses and raising of competence will not be included in the evaluation of the award criteria Price.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 60
Criterion :
Type : Quality
Name : Quality
Description : The tenderer ́s responses are assessed under this criteria for the following points in the requirement specifications: 1.2 1.6 1.7 1.8 2.3 3.2 3.4
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : Environment
Description : According to the Public Procurement Regulations § 7-9 fourth paragraph, the award criteria in accordance with the second and third paragraphs can be replaced with climate and environmental requirements in the requirement specifications, if it is clear that this provides a better climate and environmental effect, and this is justified in the procurement documents. For the procurement of a computer centre it is considered clear that the use of minimum requirements in the requirement specifications will provide a better climate and environmental effect than achieved by weighting climate and the environment by 30%. The procurement is assessed in a lifetime perspective and areas for climate and environmental gains have been identified and used as the basis for the requirements set. For servers, the largest part of CO2-related emissions in the life cycle will originate from the use phase, cf. Environmental considerations when purchasing IT equipment | Anskaffelser.no. The emissions are particularly related to energy use for operation and cooling. Previously, the contracting authority has run a computer centre in the county ́s own premises, where the contracting authority has had its own cooling and power protection system. A decision has now been made to hire rooms for the computer centre in already established premises outside the county ́s buildings. The contracting authority believes that, in total, it will contribute to reducing the total environmental impact that the operation of the data centre is moved out to an already established facility which regardless operates for other users. For this procurement, the contracting authority has continued/also focused on measures to reduce climate impact associated with the production phase. The loads here can be reduced by choosing quality equipment with a long lifetime, choosing products with recognised environmental labelling, reducing the waste produced on the contract as well as recycling used equipment in accordance with the waste hierarchy. As the market for IT equipment usually goes through a dealership link that largely offers products from the same manufacturers, it has been found that it will have a limited effect to let suppliers compete on the environment, as the score will be almost equal. After the completed market dialogue (RFI March 2025), the contracting authority has concluded that the market is ripe to set the minimum requirements for climate and environment, see the requirement specifications point 1.4 and point 5.6 - 5.9. If this had been formulated as an evaluation requirement, it would not have been certain that the winning tender offer had offered equivalent quality of climate and environment as the minimum requirements used here. In the contracting authority's view, it is clear that a better climate and environmental effect will be ensured by setting the minimum requirements for the products offered in the procurement than by having the environment 30% as the award criteria. The exclusionary provision in the Procurement Regulations § 7-9 (4) must be seen as fulfilled for this procurement.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 0

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 20/08/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/259925923.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 : 27/08/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 27/08/2025 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 : no
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

5.1.16 Further information, mediation and review

Review organisation : Nord-Troms og Senja tingrett
Information about review deadlines : In accordance with the rules for appeals.

8. Organisations

8.1 ORG-0001

Official name : Troms fylkeskommune
Registration number : 930068128
Postal address : Postboks 6600
Town : Tromsø
Postcode : 9296
Country subdivision (NUTS) : Troms/Romsa/Tromssa ( NO072 )
Country : Norway
Contact point : Frida Hansen
Telephone : +47 77788000
Internet address : https://www.tromsfylke.no/
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Nord-Troms og Senja tingrett
Registration number : 926723022
Department : Tromsø
Town : Tromsø
Postcode : 9008
Country subdivision (NUTS) : Troms/Romsa/Tromssa ( NO072 )
Country : Norway
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : 71a1dc14-f69d-4f5c-823b-1b02c65fb1cf - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 07/07/2025 10:39 +00:00
Notice dispatch date (eSender) : 07/07/2025 11:29 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00442161-2025
OJ S issue number : 128/2025
Publication date : 08/07/2025