Framework agreement for networks, server and storage products (1)

The objective of the framework agreement is to ensure the contracting authority ́s access to high quality network, server and storage products, as well as necessary consultancy and technical support as needed. The contracting authority would like to enter into a framework agreement with a serious and professional tenderer with …

CPV: 32400000 Networks, 30200000 Computer equipment and supplies, 30210000 Data-processing machines (hardware), 30220000 Digital cartography equipment, 30230000 Computer-related equipment, 32420000 Network equipment, 32430000 Wide area network, 32500000 Telecommunications equipment and supplies, 48000000 Software package and information systems, 50312000 Maintenance and repair of computer equipment, 50320000 Repair and maintenance services of personal computers, 51000000 Installation services (except software)
Deadline:
Nov. 14, 2025, 11 a.m.
Deadline type:
Submitting a bid
Place of execution:
Framework agreement for networks, server and storage products (1)
Awarding body:
OFA IKS
Award number:
2025/6

1. Buyer

1.1 Buyer

Official name : OFA IKS
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : Public order and safety

2. Procedure

2.1 Procedure

Title : Framework agreement for networks, server and storage products (1)
Description : The objective of the framework agreement is to ensure the contracting authority ́s access to high quality network, server and storage products, as well as necessary consultancy and technical support as needed. The contracting authority would like to enter into a framework agreement with a serious and professional tenderer with experience and competence within relevant product areas. Tenderers shall be able to offer reliable systems with a long lifetime, adapted to the contracting authority ́s needs. The agreement is divided into two parts contracts: 1 Network products 2 Server and storage products The contracting authority would like to enter into a contract with one tenderer for each of the sub-contracts. Tenderers can submit tenders for one or both parts. If tenders are submitted for both, a complete tender with all the necessary documents must be uploaded for each part in the tender management tool (KGV).
Procedure identifier : 2e3acc4e-f21d-45a9-9c17-7c682cda3a0e
Internal identifier : 2025/6
Type of procedure : Open
The procedure is accelerated : no

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 ): 30210000 Data-processing machines (hardware)
Additional classification ( cpv ): 30220000 Digital cartography equipment
Additional classification ( cpv ): 30230000 Computer-related equipment
Additional classification ( cpv ): 32420000 Network equipment
Additional classification ( cpv ): 32430000 Wide area network
Additional classification ( cpv ): 32500000 Telecommunications equipment and supplies
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 50312000 Maintenance and repair of computer equipment
Additional classification ( cpv ): 50320000 Repair and maintenance services of personal computers
Additional classification ( cpv ): 51000000 Installation services (except software)

2.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : Agder County, Norway

2.1.3 Value

Estimated value excluding VAT : 108 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 2
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 2

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Procurement Document

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Framework agreement for network products (1)
Description : The objective of the framework agreement is to ensure the contracting authority ́s access to high quality network, server and storage products, as well as necessary consultancy and technical support as needed. The contracting authority would like to enter into a framework agreement with a serious and professional tenderer with experience and competence within relevant product areas. Tenderers shall be able to offer reliable systems with a long lifetime, adapted to the contracting authority ́s needs.
Internal identifier : 1-0

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 ): 30210000 Data-processing machines (hardware)
Additional classification ( cpv ): 30220000 Digital cartography equipment
Additional classification ( cpv ): 30230000 Computer-related equipment
Additional classification ( cpv ): 32420000 Network equipment
Additional classification ( cpv ): 32430000 Wide area network
Additional classification ( cpv ): 32500000 Telecommunications equipment and supplies
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 50312000 Maintenance and repair of computer equipment
Additional classification ( cpv ): 50320000 Repair and maintenance services of personal computers
Additional classification ( cpv ): 51000000 Installation services (except software)
Options :
Description of the options : The framework agreement applies from the agreed date of effect and one year up in the future, with an option for the contracting authority to extend one or more times for up to a further three years. The total duration of the agreement can be a maximum of four years. The agreement is automatically renewed for a period of 1 year at a time.

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : Agder County, Norway

5.1.3 Estimated duration

Duration : 1 Year

5.1.4 Renewal

Maximum renewals : 3
Other information about renewals : Option for 1+1+1 year extension.

5.1.5 Value

Estimated value excluding VAT : 96 000 000 Norwegian krone
Maximum value of the framework agreement : 108 000 000 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
Additional information : The following contracting authorities participate in the competition: Agder County, Arendal municipality, Birkenes municipality, Bygland municipality, Bykle municipality, Evje and Hornnes municipalities, Farsund municipality, Flekkefjord municipality, Froland municipality, Gjerstad municipality, Grimstad municipality, Hægebostad municipality, Iveland municipality, Kristiansand municipality, Kvinesdal municipality, Lillesand municipality, Lindesnes municipality, Lyngdal municipality, Risør municipality, Sirdal municipality, Tvedestrand municipality, Valle municipality, Vegårshei municipality, Vennesla municipality, Åseral municipality, Åseral municipality, Agder Working Environment IKS, Agder Kollektivtrafikk AS, Agder Kommunale Støttetjenester, Agder Kommuneevisjon IKS, Agder Renovasjon IKS, Arendal Havn KF, Arendal International School, Arendal Kirkelige Fellesråd, Arendal kirkelige fellesråd, Aust-Agder Utviklings- og kompetansefond, Aust-Agder museum og arkiv, Brannvesenet Sør IKS, DDV IKS, Evjemoen Næringspark, Flekkefjord church council, Flekkefjord municipal pension fund, Flekkefjord kommunebygg AS, IKT Agder IKS, Vest IKS, Konsesjonskraft IKS, Kristiansand Havn IKS, Kristiansand Havn KF, Kristiansand Kommunale Pensjonskasse, Kristiansandsregionen Brann og Redning IKS, Lindesnes Havn KF, Lista fyr AS, Listerhavnene IKS, Maren AS, The Training Office for the public sector in Agder, Region Kristiansand, Setesdal Brannvesen IKS, Setesdal Folkehøgskule, Setesdal Intermunicipal Political Council, Setesdal Miljø &Gjenvinning, St. Franciskus skole, Stiftelsen Sørlandet Krisesenter, Sørlandet kommuneevisjon IKS, Vennesla Church Council, Vest-Agder Museum IKS

5.1.9 Selection criteria

Sources of selection criteria : Procurement Document

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Price: See the tender documentation chapter 5 and Annex 3 Price and Product Form. The contracting authority will evaluate price based procurement price + the tenderer ́s mark-up percentage per product group x estimated volume. The points will be awarded according to the following model for price evaluation: Non-linear model with 10 = best price Other tenders will be awarded points based on relatively deviation from the best price. Score = 10xPb/Pe, where Pe is the price that is evaluated, and Pb is the best (lowest) price.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 60
Criterion :
Type : Quality
Name : Quality
Description : Quality: 1. Describe how the tenderer works to maintain and further develop partner status. 2. The tenderer will be responsible for handling all service and guarantee enquiries. Describe the support organisation: a) Opening hours, response time and contact channel. b) Process description of how enquiries are received, registered and followed-up. c) Handling errors and escalating: How cases are lifted internally if needed. d) Warranty handling: How defective products or services are replaced or repaired. 3. The contracting authority will assess to what degree the tenderer offers relevant and available advice when ordering IT equipment. Describe: a) Access to a dedicated solution salesman and/or a customer team. b) Competence and experience of the solution salesman and/or a customer team. c) Routines for needs clarification and product choices. 4. Describe the guarantee terms for the different product groups: Product group 1: Wireless controllers, physical and virtual, product group 3: Access point, product group 5: Various wireless network equipment, product group 6: Edge switch, product group 7: Modular switch, product group 8: Routers/layer 3 switch and Core switch, product group 9: Various switches.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40

5.1.11 Procurement documents

Deadline for requesting additional information : 07/10/2025 10:00 +00:00

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 : Required
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 14/11/2025 11:00 +00:00
Deadline until which the tender must remain valid : 3 Month
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, without reopening of competition
Maximum number of participants : 2
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Agder Tingrett
Information about review deadlines : See the Public Procurement Regulations §25-2 and 25-3

5.1 Lot technical ID : LOT-0002

Title : Framework agreement for server and storage products (1) (1)
Description : The objective of the framework agreement is to ensure the contracting authority ́s access to high quality server and storage products, as well as necessary consultancy and technical support as needed. The contracting authority would like to enter into a framework agreement with a serious and professional tenderer with experience and competence within relevant product areas. Tenderers shall be able to offer reliable systems with a long lifetime, adapted to the contracting authority ́s needs.
Internal identifier : 2-1

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 ): 30210000 Data-processing machines (hardware)
Additional classification ( cpv ): 30220000 Digital cartography equipment
Additional classification ( cpv ): 30230000 Computer-related equipment
Additional classification ( cpv ): 32420000 Network equipment
Additional classification ( cpv ): 32430000 Wide area network
Additional classification ( cpv ): 32500000 Telecommunications equipment and supplies
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 50312000 Maintenance and repair of computer equipment
Additional classification ( cpv ): 50320000 Repair and maintenance services of personal computers
Additional classification ( cpv ): 51000000 Installation services (except software)
Options :
Description of the options : The framework agreement applies from the agreed date of effect and one year up in the future, with an option for the contracting authority to extend one or more times for up to a further three years. The total duration of the agreement can be a maximum of four years. The agreement is automatically renewed for a period of 1 year at a time.

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : Agder County, Norway

5.1.3 Estimated duration

Duration : 1 Year

5.1.4 Renewal

Maximum renewals : 3
Other information about renewals : Option for 1+1+1 year extension.

5.1.5 Value

Estimated value excluding VAT : 108 000 000 Norwegian krone
Maximum value of the framework agreement : 12 000 000 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
Additional information : The following contracting authorities participate in the competition: Agder county, Arendal municipality, Bygland municipality, Bykle municipality, Evje and Hornnes municipalities, Farsund municipality, Flekkefjord municipality, Froland municipality, Gjerstad municipality, Grimstad, Hægebostad municipality, Iveland municipality, Kvinesdal municipality, Lindesnes municipality, Lyngdal municipality, Risør municipality, Sirdal municipality, Tvedestrand municipality, Valle municipality, Vegårshei municipality, Vennesla municipality, Åmli municipality, Åseral municipality, Agder Working Environment IKS, Agder Agder Kommuneevisjon IKS, Agder Renovasjon IKS, Arendal Havn KF, Arendal International School, Arendal Kirkelige Fellesråd, Arendal kirkelige fellesråd, Aust-Agder Utviklings- og kompetansefond, Aust-Agder museum og arkiv, Brannvesenet Sør IKS, DDV IKS, Evjemoen Næringspark, Flekkefjord church council, Flekkefjord municipal pension box, Flekkefjord kommunebygg AS, IKT Agder IKS, Kommuneevisj. Vest IKS, Konsesjonskraft IKS, Kristiansand Havn IKS, Kristiansand Havn KF, Kristiansand Kommunale Pensjonskasse, Kristiansandsregionen Brann og Redning IKS, Lindesnes Havn KF, Lista fyr AS, Listerhavnene IKS, Maren AS, The Training Office for the public sector in Agder, Region Kristiansand, Setesdal Brannvesen IKS, Setesdal Folkehøgskule, Setesdal Intermunicipal Political Council, Setesdal Miljø &Gjenvinning, St. Franciskus skole, Stiftelsen Sørlandet Krisesenter, Sørlandet kommuneevisjon IKS, Vennesla Church Council, Vest-Agder Museum IKS

5.1.9 Selection criteria

Sources of selection criteria : Procurement Document

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Price: See the tender documentation chapter 5 and Annex 3 Price and Product Form. The contracting authority will evaluate price based procurement price + the tenderer ́s mark-up percentage per product group x estimated volume. The points will be awarded according to the following model for price evaluation: Non-linear model with 10 = best price. Other tenders will be awarded points based on relatively deviation from the best price. Score = 10xPb/Pe, where Pe is the price that is evaluated, and Pb is the best (lowest) price.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 60
Criterion :
Type : Quality
Name : Quality
Description : 1. Describe how the tenderer works to maintain and further develop partner status. 2. The tenderer will be responsible for handling all service and guarantee enquiries. Describe the support organisation: a) Opening hours, response time and contact channel. b) Process description of how enquiries are received, registered and followed-up. c) Handling errors and escalating: How cases are lifted internally if needed. d) Warranty handling: How defective products or services are replaced or repaired. 3. The contracting authority will assess to what degree the tenderer offers relevant and available advice when ordering IT equipment. Describe: a) Access to a dedicated solution salesman and/or a customer team. b) Competence and experience of the solution salesman and/or a customer team. c) Routines for needs clarification and product choices. 4. Describe the guarantee terms for product group 1: Rack server and tower server.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40

5.1.11 Procurement documents

Deadline for requesting additional information : 07/11/2025 11:00 +00:00

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 : Required
Deadline for receipt of tenders : 14/11/2025 11:00 +00:00
Deadline until which the tender must remain valid : 3 Month
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, without reopening of competition
Maximum number of participants : 2
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Agder Tingrett
Information about review deadlines : See the Public Procurement Regulations §25-2 and 25-3

8. Organisations

8.1 ORG-0001

Official name : OFA IKS
Registration number : 931832336
Department : OFA IKS
Postal address : Kjøita 40
Town : Kristiansand
Postcode : 4630
Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Contact point : Hanne Hovde
Telephone : +47 99440142
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Agder Tingrett
Registration number : 926723480
Town : Kristiansand
Postcode : 4614
Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : b6ec3d44-7681-481b-9377-1ee9afc9577d - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 13/10/2025 11:19 +00:00
Notice dispatch date (eSender) : 13/10/2025 13:00 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00675981-2025
OJ S issue number : 198/2025
Publication date : 15/10/2025