Procurement of client equipment (1)

This competition is for the procurement of a framework agreement for the procurement of client equipment, tablets and accompanying equipment: This includes, among other things, the procurement of stationary and portable client equipment with the accompanying equipment, monitors, as well as tablets, physical servers and backup products. Sandnes municipality, Rogaland …

CPV: 30000000 Maschinen, Material und Zubehör für Büro und Computer, außer Möbeln und Softwarepaketen, 30200000 Computeranlagen und Zubehör, 30210000 Datenverarbeitungsgeräte (Hardware), 30213000 Personalcomputer, 30213100 Tragbare Computer, 30213300 Tischcomputer, 48000000 Softwarepaket und Informationssysteme, 48800000 Informationssysteme und Server
Frist:
7. Mai 2025 10:00
Art der Frist:
Angebotsabgabe
Ausführungsort:
Procurement of client equipment (1)
Vergabestelle:
Sandnes kommune
Vergabenummer:
25/02927

1. Buyer

1.1 Buyer

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

1.1 Buyer

Official name : Rogaland Brann og Redning IKS
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Rogaland Fylkeskommune
Legal type of the buyer : Regional authority
Activity of the contracting authority : General public services

1.1 Buyer

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

1.1 Buyer

Official name : Tannhelse Rogaland FKF
Legal type of the buyer : Public undertaking, controlled by a regional authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Kolumbus AS
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

1.1 Buyer

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

1.1 Buyer

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

1.1 Buyer

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

1.1 Buyer

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

1.1 Buyer

Official name : Bysykkelen AS
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Procurement of client equipment (1)
Description : This competition is for the procurement of a framework agreement for the procurement of client equipment, tablets and accompanying equipment: This includes, among other things, the procurement of stationary and portable client equipment with the accompanying equipment, monitors, as well as tablets, physical servers and backup products. Sandnes municipality, Rogaland Fylkeskommune (RFK), Randaberg municipality, Dental health Rogaland, Kolumbus AS (including Bysykkelen AS), Rogaland Brann og Redning IKS (RBR), and RitS (IT cooperation consisting of Strand municipality, Hjelmeland municipality, Sauda municipality and Suldal municipality) hereby invites tenderers to a competition. Sandnes municipality functions as a secretary for the cooperation. The contracting authority/customer will be used as the collective term for the cooperation. Each of the contracting authority ́s participants in the cooperation on the procurement shall enter into separate contracts with the tenderer(s) when the competition has been completed. Nb that a joint contract will be signed for RitS and for Kolumbus AS and Bysykkelen AS.
Procedure identifier : cf3074a2-fc2f-4ffc-88bd-be6c99ded397
Internal identifier : 25/02927
Type of procedure : Open
Justification for the accelerated procedure :
Main features of the procedure : The competition will be held as an open tender contest, cf. the procurement regulations § 13-1(1). The procurement will be made in accordance with the Public Procurement Act dated 17 June 2016 no. 73 (LOA) and the Public Procurement Regulations (FOA) dated 19 February 2020 no. 974 parts I and part III, as well as provisions included in the tender documentation.

2.1.1 Purpose

Main nature of the contract : Supplies
Main 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 ): 30210000 Data-processing machines (hardware)
Additional classification ( cpv ): 30213000 Personal computers
Additional classification ( cpv ): 30213100 Portable computers
Additional classification ( cpv ): 30213300 Desktop computer
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48800000 Information systems and servers

2.1.2 Place of performance

Postal address : Rådhusgata 1
Town : Sandnes
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Additional information : The address provided is Sandnes kommune's main address for delivery. For an overview of the main address for delivery for all participants in the procurement, see the SSA-K Annex, Annex 4.

2.1.3 Value

Estimated value excluding VAT : 184 000 000 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 supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Bankruptcy : Is the tenderer in a bankruptcy situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Corruption : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a enforceable verdict has been convicted of corruption by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Corruption as defined in Article 3 of the Convention on Combating Corruption, Involving European Communities or European Union Member States (EUT C 195 of 25.6.1997, s. 1), and in Article 2, point 1, in the Council ́s framework decision 2003/568/RIA of 22 July 2003 on combating corruption in the private sector (EUT L 192 of 31.7.2003, p. 54). This rejection reason also includes corruption as defined in national law for the contracting authority or supplier.
Arrangement with creditors : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Participation in a criminal organisation : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted verdict of participation in a criminal organisation by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Participation in a criminal organisation as defined in Article 2 of the Council ́s framework decision 2008/841/RIA of 24 October 2008 on control of organised crime (EUT L 300 of 11.11.2008, p. 42)
Agreements with other economic operators aimed at distorting competition : Has the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition?
Breaching of obligations in the fields of environmental law : Is the tenderer aware of breaches of environmental provisions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Money laundering or terrorist financing : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of money laundering or financing terrorism by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Money laundering or financing terrorism As defined in Article 1 of the European Parliament and Council Directive 2005/60/EF of 26 October 2005 on preventive measures against the use of the financial system for money laundering and financing terrorism (EUT L 309 of 25.11.2005, p. 15).
Fraud : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted of fraud has been convicted of fraud by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Fraud included in Article 1 of the Convention on protection of the Financial Interests of the European Communities (EFT C 316 of 27.11.1995, p. 48).
Child labour and other forms of trafficking in human beings : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of child labour and other forms of human trafficking by a verdict handed down no more than five years ago, or a rejection period determined directly in the judgement that still applies? Child labour and other forms of human trafficking as defined in Article 2 of the European Parliament and council directive 2011/36/EU of 5. 1 April 2011 on the prevention and control of human trafficking and the protection of its victims and for compensation of the Council ́s framework decision 2002/629/RIA (EUT L 101 of 15.4.2011, p. 1).
Insolvency : Is the tenderer in an insolvency situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Breaching of obligations in the fields of labour law : Is the tenderer aware of breaches of provisions on working conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Assets being administered by liquidator : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Have the tenderer:a) given grossly incorrect information when notifying the information required to verify that there is no basis for rejection, or of the qualification requirements being met,b) failed to provide such information,c) subject to immediately submitting the supporting documents requested by the Contracting Authority, ord) improperly affecting the Contracting Authority's decision process to acquire confidential information that could give this an unlawful advantage in connection with competition, or negligently has given misleading information that can have a significant influence on decisions on rejection, selection or award?
Purely national exclusion grounds : Check if national rejection reasons are given in the notice or in the procurement documents.
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 : Procurement of client equipment (1)
Description : This competition is for the procurement of a framework agreement for the procurement of client equipment, tablets and accompanying equipment: This includes, among other things, the procurement of stationary and portable client equipment with the accompanying equipment, monitors, as well as tablets, physical servers and backup products. Sandnes municipality, Rogaland Fylkeskommune (RFK), Randaberg municipality, Dental health Rogaland, Kolumbus AS (including Bysykkelen AS), Rogaland Brann og Redning IKS (RBR), and RitS (IT cooperation consisting of Strand municipality, Hjelmeland municipality, Sauda municipality and Suldal municipality) hereby invites tenderers to a competition. Sandnes municipality functions as a secretary for the cooperation. The contracting authority/customer will be used as the collective term for the cooperation. Each of the contracting authority ́s participants in the cooperation on the procurement shall enter into separate contracts with the tenderer(s) when the competition has been completed. Nb that a joint contract will be signed for RitS and for Kolumbus AS and Bysykkelen AS.
Internal identifier : 25/02927

5.1.1 Purpose

Main nature of the contract : Supplies
Main 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 ): 30210000 Data-processing machines (hardware)
Additional classification ( cpv ): 30213000 Personal computers
Additional classification ( cpv ): 30213100 Portable computers
Additional classification ( cpv ): 30213300 Desktop computer
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48800000 Information systems and servers
Options :
Description of the options : The agreement period for each of the contracts is 2 years, with an option for an extension for 1+1 year. Strand municipality, Hjelmeland municipality, Sauda municipality and Suldal municipality are included in the RITS IT cooperation. These municipalities currently have active contracts for the products covered by this procurement and shall therefore have an option to enter into a contract in accordance with the procurement with the winning supplier. This option must be released in writing by the municipalities in 2025 in order to be valid.

5.1.2 Place of performance

Postal address : Rådhusgata 1
Town : Sandnes
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Additional information : The address provided is Sandnes kommune's main address for delivery. For an overview of the main address for delivery for all participants in the procurement, see the SSA-K Annex, Annex 4.

5.1.3 Estimated duration

Duration : 24 Month

5.1.4 Renewal

Maximum renewals : 2
The buyer reserves the right for additional purchases from the contractor, as described here : The agreement period for each of the contracts is 2 years, with an option for an extension for 1+1 year.

5.1.5 Value

Estimated value excluding VAT : 184 000 000 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

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : The tenderer's economic and financial capacity
Description : Requirement: Tenderers shall have sufficient economic and financial capacity to fulfil the contract. Tenderers must achieve a minimum rating of creditworthy. Documentation: Norwegian companies: As documentation, the contracting authority will obtain the credit assessment Commercial Delphi Score from Experian. Tenderers must achieve a minimum rating of "Credit worthy", i.e. tenderers must be in risk class 5 or higher on experians scale. Tenderers are required to have known registered information about the company and agree by submitting the tender for the information to be collected and used as a basis for assessing none of the tenderer's financial conditions. When submitting their tender offer, the tenderer can enclose a credit rating from a certified credit rating company showing that the tenderer fulfils the requirement. The credit rating shall be based on the last available accounting system and it shall be carried out by a company with licence to carry out credit information activities. 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 Contracting Authority deems appropriate. Foreign companies: Tenderers are requested to enclose a credit rating from a certified credit rating company that shows that the tenderer fulfils the requirement. The credit rating shall be based on the last available accounting system and it shall be carried out by a company with licence to carry out credit information activities.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Tax Certificate
Description : Requirement: Tenderers must not have significant tax and VAT arrears, or an approved repayment plan must be in existence. Documentation: Norwegian companies: Tax and VAT certificate, not older than six months. The certificate can be ordered and downloaded from Altinn. If this is not possible, it can be ordered from the tax collector or the Norwegian Tax Administration. Foreign companies: Certificate issued by the relevant authority in the tenderer's home country that confirms that the tenderer has fulfilled his tax and duty obligations in accordance with the legal provisions in the country where the tenderer is established. The certificate must not be more than six months old.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : The organisational and legal position of the tenderer.
Description : Requirement: Tenderers shall be registered in a company register, professional register or a commerce register in the country where the tenderer is established. Foreign companies: Verification that the tenderer is registered in a company register, professional register or a commerce register in the country where the tenderer is established.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : The tenderer ́s technical and professional qualifications.
Description : Requirement: The tenderer shall have experience from delivering equipment as cover of the procurement to a contracting authority with comparable value. Relevant contracts carried out (completed) in the last three years with a value of more than NOK 20 million excluding VAT or more will be accepted as comparable. Documentation: Tenderers are requested to enclose a list of the most important relevant assignments in the last three years. The list shall consist of up to three assignments. The description must include a statement of the assignment ́s content, value, date and recipient (name, telephone number and e-mail address). It is the tenderer ́s responsibility to document relevance through the description.
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Price • Under this criteria, the tender ́s total price is assessed.
Weight (points, exact) : 100
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

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
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 07/05/2025 10:00 +00:00
Information about public opening :
Opening date : 07/05/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : The contract terms are attached to the procurement.
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 1
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 : Sandnes kommune
Registration number : 964965137
Postal address : Rådhusgata 1
Town : Sandnes
Postcode : 4306
Country : Norway
Contact point : Bård Krane Alander
Telephone : +47 40900860
Roles of this organisation :
Buyer
Group leader

8.1 ORG-0002

Official name : Rogaland Brann og Redning IKS
Registration number : 886884702
Town : Sandnes
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Telephone : 51502200
Roles of this organisation :
Buyer

8.1 ORG-0003

Official name : Rogaland Fylkeskommune
Registration number : 971 045 698
Town : Stavanger
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Telephone : 51516600
Roles of this organisation :
Buyer

8.1 ORG-0004

Official name : Randaberg kommune
Registration number : 934 945 514
Town : Randaberg
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Telephone : 51414100
Roles of this organisation :
Buyer

8.1 ORG-0005

Official name : Tannhelse Rogaland FKF
Registration number : 986 382 496
Town : Stavanger
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Telephone : 51516996
Roles of this organisation :
Buyer

8.1 ORG-0006

Official name : Kolumbus AS
Registration number : 914749360
Town : Stavanger
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Telephone : 51199900
Roles of this organisation :
Buyer

8.1 ORG-0007

Official name : Strand kommune
Registration number : 964 978 751
Town : Jørpeland
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Telephone : 51743000
Roles of this organisation :
Buyer

8.1 ORG-0008

Official name : Hjelmeland kommune
Registration number : 864979092
Town : Hjelmeland
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Telephone : 51750000
Roles of this organisation :
Buyer

8.1 ORG-0009

Official name : Sauda kommune
Registration number : 964 979 367
Town : Sauda
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Telephone : 52786200
Roles of this organisation :
Buyer

8.1 ORG-0010

Official name : Suldal kommune
Registration number : 964979189
Town : Sand
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Telephone : 52792200
Roles of this organisation :
Buyer

8.1 ORG-0011

Official name : Sør-Rogaland Tingrett
Registration number : 926723448
Town : Sandnes
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Telephone : 52004600
Roles of this organisation :
Review organisation

8.1 ORG-0012

Official name : Bysykkelen AS
Registration number : 914000475
Town : Stavanger
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Telephone : 51199900
Roles of this organisation :
Buyer

10. Change

Version of the previous notice to be changed : 26fb047b-935e-4a4d-ad62-846a940f57f7-01
Main reason for change : Information updated
Description : The contracting authority has decided that there is a need to extend the tender deadline in the competition.

10.1 Change

Section identifier : LOT-0000
Description of changes : The tender deadline has been changed to 07.05.2025 (12:00)
The procurement documents were changed on : 11/04/2025

11. Notice information

11.1 Notice information

Notice identifier/version : 85811517-7f86-4427-b32f-fe2f1a9d92a0 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 11/04/2025 13:58 +00:00
Notice dispatch date (eSender) : 11/04/2025 14:11 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00243624-2025
OJ S issue number : 74/2025
Publication date : 15/04/2025