Procurement - Network equipment, server and storage equipment 2025 (3)

The objective of the agreement is to meet the customer's need for network and server products. The framework agreement is divided into two sub-contracts: Sub-contract network products will be WLAN controllers, access points, switches, routers and computer cabinet equipment. Sub-contract server and storage products, relevant products can be rack servers, …

CPV: 32400000 Sítě, 30200000 Počítače, 30230000 Zařízení související s počítači, 30233000 Archivovací a čtecí zařízení, 30233100 Počítačové paměťové jednotky, 30233132 Diskové jednotky, 30233140 Ukládací zařízení s přímým přístupem (DASD), 30233141 Vícenásobné diskové pole nezávislých disků (RAID), 30233180 Archivační zařízení flash paměť, 30236000 Různé počítačové vybavení, 30237300 Doplňky k počítačům, 32410000 Místní sítě, 32412110 Internetové sítě, 32420000 Síťová zařízení, 32422000 Síťové komponenty, 32423000 Síťové rozbočovače, 32424000 Síťová infrastruktura, 32425000 Síťové operační systémy, 48800000 Informační systémy a servery, 48820000 Servery, 48821000 Síťové servery, 48822000 Počítačové servery, 48823000 Souborové servery
Termín:
9. června 2025 10:00
Typ lhůty:
Podání nabídky
Místo provedení:
Procurement - Network equipment, server and storage equipment 2025 (3)
Misto zadání:
Ålesund kommune
Číslo zakázky:
25/17

1. Buyer

1.1 Buyer

Official name : Ålesund 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 : Procurement - Network equipment, server and storage equipment 2025 (3)
Description : The objective of the agreement is to meet the customer's need for network and server products. The framework agreement is divided into two sub-contracts: Sub-contract network products will be WLAN controllers, access points, switches, routers and computer cabinet equipment. Sub-contract server and storage products, relevant products can be rack servers, hyper converged systems and storage. Comments on the contract: Tenderers can offer used equipment in mini competitions and with direct call-offs for procurements under NOK 100,000.000. (Tenders shall be clearly stated if the tenderer offers used products) If purchases under NOK 100,000 excluding VAT, the customer can choose to make direct call-offs with the tenderer who delivered the best tender.
Procedure identifier : 5e2ae13c-dfc7-48e4-8a84-8cb231dfb0f2
Previous notice : 173076-2025
Previous notice : 148294-2025
Internal identifier : 25/17
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : Open tender contest

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 32400000 Networks
Additional classification ( cpv ): 30200000 Computer equipment and supplies
Additional classification ( cpv ): 30230000 Computer-related equipment
Additional classification ( cpv ): 30233000 Media storage and reader devices
Additional classification ( cpv ): 30233100 Computer storage units
Additional classification ( cpv ): 30233132 Hard-disk drives
Additional classification ( cpv ): 30233140 Direct-access storage devices (DASD)
Additional classification ( cpv ): 30233141 Redundant Array of Independent Disk (RAID)
Additional classification ( cpv ): 30233180 Flash memory storage devices
Additional classification ( cpv ): 30236000 Miscellaneous computer equipment
Additional classification ( cpv ): 30237300 Computer supplies
Additional classification ( cpv ): 32410000 Local area network
Additional classification ( cpv ): 32412110 Internet network
Additional classification ( cpv ): 32420000 Network equipment
Additional classification ( cpv ): 32422000 Network components
Additional classification ( cpv ): 32423000 Network hubs
Additional classification ( cpv ): 32424000 Network infrastructure
Additional classification ( cpv ): 32425000 Network operating system
Additional classification ( cpv ): 48800000 Information systems and servers
Additional classification ( cpv ): 48820000 Servers
Additional classification ( cpv ): 48821000 Network servers
Additional classification ( cpv ): 48822000 Computer servers
Additional classification ( cpv ): 48823000 File servers

2.1.2 Place of performance

Anywhere
Additional information : Anywhere within the participating municipalities ́ municipal borders.

2.1.3 Value

Estimated value excluding VAT : 40 000 000 Norwegian krone
Maximum value of the framework agreement : 60 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU

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 : 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 : 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 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 : Procurement - Network equipment, server and storage equipment 2025 (3)
Description : The objective of the agreement is to meet the customer's need for network and server products. The framework agreement is divided into two sub-contracts: Sub-contract network products will be WLAN controllers, access points, switches, routers and computer cabinet equipment. Sub-contract server and storage products, relevant products can be rack servers, hyper converged systems and storage. Comments on the contract: Tenderers can offer used equipment in mini competitions and with direct call-offs for procurements under NOK 100,000.000. (Tenders shall be clearly stated if the tenderer offers used products) If purchases under NOK 100,000 excluding VAT, the customer can choose to make direct call-offs with the tenderer who delivered the best tender.
Internal identifier : 25/17

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 32400000 Networks
Additional classification ( cpv ): 30200000 Computer equipment and supplies
Additional classification ( cpv ): 30230000 Computer-related equipment
Additional classification ( cpv ): 30233000 Media storage and reader devices
Additional classification ( cpv ): 30233100 Computer storage units
Additional classification ( cpv ): 30233132 Hard-disk drives
Additional classification ( cpv ): 30233140 Direct-access storage devices (DASD)
Additional classification ( cpv ): 30233141 Redundant Array of Independent Disk (RAID)
Additional classification ( cpv ): 30233180 Flash memory storage devices
Additional classification ( cpv ): 30236000 Miscellaneous computer equipment
Additional classification ( cpv ): 30237300 Computer supplies
Additional classification ( cpv ): 32410000 Local area network
Additional classification ( cpv ): 32412110 Internet network
Additional classification ( cpv ): 32420000 Network equipment
Additional classification ( cpv ): 32422000 Network components
Additional classification ( cpv ): 32423000 Network hubs
Additional classification ( cpv ): 32424000 Network infrastructure
Additional classification ( cpv ): 32425000 Network operating system
Additional classification ( cpv ): 48800000 Information systems and servers
Additional classification ( cpv ): 48820000 Servers
Additional classification ( cpv ): 48821000 Network servers
Additional classification ( cpv ): 48822000 Computer servers
Additional classification ( cpv ): 48823000 File servers

5.1.2 Place of performance

Anywhere
Additional information : Anywhere within the participating municipalities ́ municipal borders.

5.1.3 Estimated duration

Duration : 2 Year

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : Renewal lenght is 12 months

5.1.5 Value

Estimated value excluding VAT : 40 000 000 Norwegian krone
Maximum value of the framework agreement : 60 000 000 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
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Demand: Tenderers shall have a good and well-functioning environmental management system, based on ISO 14001, Miljøfyrtårn, EMAS or equivalent, which is third-party certified by an accredited certification body. Documentation requirement: Copy of a valid system certificate issued by an accredited certification body* *The contracting authority shall accept other documentation for equivalent measures if the tenderer cannot obtain such certificates by the deadline, and this is not due to the tenderer himself. It is a prerequisite that the tenderer documents that these measures are equivalent to the requested standard/system.
Criterion : Other economic or financial requirements
Description : Demand: Tenderers must have the financial capacity to execute the contract. The tenderer is required to be credit worthy, minimum A, in accordance with Dun & Bradstreet ́s service riskguardian suite ( https://riskguardian.bisnode.no) , or have the financial capacity to execute the contract based on the contracting authority ́s discretion. Documentation requirement: The Contracting Authority will carry out their own assessment of the supplier's finances through RiskGuardian Suite. Tenderers can enclose other necessary information if they believe that RiskGuardian Suite does not provide a correct picture of the financial situation. The RiskGuardian Suite service includes all Nordic countries. As a general rule, the Contracting Authority will not accept credit ratings from other company and accounting information systems than RiskGuardian Suite due to equal treatment of the tenderers. Foreign tenderers outside the Nordic countries will, however, use and accept credit appraisal through Dun & Bradstreet ́s service Credit ( https://credit.dnb.com/). Tenderers that the contracting authority cannot find a RiskGuardian Suite (or Credit for suppliers outside the Nordic countries), e.g. newly established tenderers who have not built up a basis for a credit rating, must enclose a declaration/guarantee from a parent company/owner/bank or similar financing institutions, regarding the company's financial and economic position.
Criterion : Other economic or financial requirements
Description : This requirement only applies to Norwegian tenderers. Demand: Tenderers must have their tax, payroll tax and VAT payments in order in accordance with the legal provisions and the tenderer must not have significant arrears. Any arrears or other irregularities must be justified. Documentation requirement: Tenderers shall document the requirement through the certificate "Information on tax and duties". The certificate shall be of the type "RF-1507" and not "RF-1316". Tenderers can order this in Altinn on behalf of their company (requirements for role in Altinn for order: accountant worker, limited signing right, or auditor ́s worker). When ordering, state Ålesund municipality as the recipient, so that the contracting authority gets a copy of the certificate directly to its inbox in Altinn. Read more about the certificate here: https://www.skatteetaten.no/skjema/opplysninger-om-skatt-og-avgift/
Criterion : References on specified deliveries
Description : Demand:  Tenderers are required to have experience from at least 1 similar assignment in the last 3 years. Similar assignments mean the sale of network equipment and/or server and storage equipment with a value of minimum NOK 1 million excluding VAT.  Documentation requirement: The Excel document "the tenderer's experience" shall be completed. For each reference assignment, information shall be provided on the assignment ́s content (assignment description), value, date of the assignment, contracting authority, gender neutral preferred at the contracting authority with email address and telephone number.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Tenderers shall fill in the attached price form in their cost calculations and submit it as an annex to the tender in Excel format. All fields in the attached price form marked with yellow shall be completed. Missing the price fields can cause difficulties in assessing the tender and the tender can then be rejected. All prices are in NOK, excluding VAT, including all direct or indirect expenses and duties that could be incurred in connection with the delivery. Order fees and invoice fees are to be seen as expenses. The prices shall include all costs for the customer who is included in this competition. Costs that the tenderer knows will be incurred, but that are not specifically stated in the tender, will be seen as included in the stated costs. All prices stated in the tender include licence costs over a 5 year contract period. Definition of cost price:  If the supplier even produces the item, the cost price is what it costs to produce the item. Then costs such as the purchase of raw materials and costs that apply to the production itself, such as electricity, labour and so on, will be included in the cost price. If the item is purchased externally, then it is the tenderer's purchase price plus freight etc. (in to the supplier), minus any discounts/bonuses, which make up the item's cost price. Can also be referred to as intake food. Cost price shall be collected on the following date: Wednesday 28 May NB! Tenderers are not allowed to offer goods with a negative mark-up percentage in the competition. The offered crackdown shall be equal or smaller throughout the entire contract period. Evaluation: When assessing the price, a hybrid model with break point 1 will be used. The total price for sub-contracts 1 and 2 will be evaluated separately. The attached template for the evaluation model is attached.  The tenderer ́s total points for this award criteria is weighted with the award criteria ́s weighting percentage.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Quality
Name : Environment
Description : The award criteria consists of 2 sub-criteria: The sub-criterion "Miljømerke" will be weighted 70% of this award criteria.  The sub-criterion "Recyclable materials" is weighted 30% of this award criteria. Orientation: The tenderer will be assessed on the following: Whether the products are environmentally labelled To what degree the products consist of recyclable materials
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Quality
Description : Orientation: Tenderers shall fill in the annex "Requirement Specification" for the lot(s) for which they submit a tender. Evaluation: This award criteria will be assessed based on the tenderer ́s description of the award criteria. A total procurement assessment of the described system will be carried out during the evaluation.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
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 : 01/06/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=57524

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 : Allowed
Deadline for receipt of tenders : 09/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 91 Day
Information about public opening :
Opening date : 09/06/2025 10:05 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, partly without reopening and partly with reopening of competition
Maximum number of participants : 5
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Møre og Romsdal tingrett -
Organisation providing more information on the review procedures : Møre og Romsdal tingrett -

8. Organisations

8.1 ORG-0001

Official name : Ålesund kommune
Registration number : 929911709
Department : Innkjøp
Postal address : Keiser Wilhelms gate 11
Town : Ålesund
Postcode : 6003
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Contact point : Stian Busæt
Telephone : +4770162000
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Møre og Romsdal tingrett
Registration number : 926 723 200
Postal address : Postboks 1354
Town : Ålesund
Postcode : 6001
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Telephone : 70 33 47 00
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures
Notice information
Notice identifier/version : 3e87663b-7ac2-4a7c-b946-aca592582314 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 08/05/2025 10:10 +00:00
Notice dispatch date (eSender) : 08/05/2025 10:24 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00300349-2025
OJ S issue number : 90/2025
Publication date : 12/05/2025