Competition - Framework Agreement - Procurement of ICT equipment

The objective of the procurement is to ensure that the Contracting Authority ́s need for ICT hardware is met in a cost efficient, environmental and socially responsible manner. The objective of the procurement is to ensure that the Contracting Authority ́s need for ICT hardware is met in a cost …

CPV: 30213100 Kaasaskantavad arvutid, 30213000 Personaalarvutid, 30213200 Tahvelarvutid, 30231300 Kuvarid, 30231310 Lamekuvarid, 30231320 Puuteekraaniga kuvarid, 32420000 Võrguseadmed, 32421000 Võrgukaablid, 32422000 Võrgu komponendid, 32423000 Võrgujaoturid, 32424000 Võrgu infrastruktuur, 48820000 Serverid, 48821000 Võrguserverid
Tähtaeg:
okt. 28, 2025, 11 e.l.
Tähtaja tüüp:
Pakkumise esitamine
Täitmise koht:
Competition - Framework Agreement - Procurement of ICT equipment
Auhindade andmise asutus:
Gran Kommune
Auhinna number:
25/10048

1. Buyer

1.1 Buyer

Official name : Gran 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 : Competition - Framework Agreement - Procurement of ICT equipment
Description : The objective of the procurement is to ensure that the Contracting Authority ́s need for ICT hardware is met in a cost efficient, environmental and socially responsible manner.
Procedure identifier : 52b46285-635d-4caf-8eb3-c797929a3cfb
Internal identifier : 25/10048
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : The contracting authority would like to enter into a framework agreement with a collaboration partner who can deliver all of HW and licences connected to HW, for which the municipalities need a cooperation partner who knows us, and who we can discuss possible choice of systems with the collaborating partner who focuses on the best price collaborating partners who have a point of contact on everything from sales, support and guarantees entering into hire/leasing agreements of equipment where this can be relevantThe intention of the framework agreement is to standardise the equipment fleet. simplify operation, service and maintenance, as well as simplify administration and procurement. The municipalities ́ activities are geographically limited to the two municipalities and this is where the delivery shall occur. The contracting authority will enter into a contract with one (1) tenderer. This framework agreement shall not apply to the procurement of mobile telephones and multi-function machines.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 30213100 Portable computers
Additional classification ( cpv ): 30213000 Personal computers
Additional classification ( cpv ): 30213200 Tablet computer
Additional classification ( cpv ): 30231300 Display screens
Additional classification ( cpv ): 30231310 Flat panel displays
Additional classification ( cpv ): 30231320 Touch screen monitors
Additional classification ( cpv ): 32420000 Network equipment
Additional classification ( cpv ): 32421000 Network cabling
Additional classification ( cpv ): 32422000 Network components
Additional classification ( cpv ): 32423000 Network hubs
Additional classification ( cpv ): 32424000 Network infrastructure
Additional classification ( cpv ): 48820000 Servers
Additional classification ( cpv ): 48821000 Network servers

2.1.2 Place of performance

Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway

2.1.2 Place of performance

Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 70 000 000 Norwegian krone

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 III. The procurement will be carried out as an open tender contest in accordance with PPR parts I and III. This procedure allows all interested tenderers to submit tender offers.

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : European Single Procurement Document (ESPD)

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Competition - Framework Agreement - Procurement of ICT equipment
Description : The objective of the procurement is to ensure that the Contracting Authority ́s need for ICT hardware is met in a cost efficient, environmental and socially responsible manner.
Internal identifier : 25/10048

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 30213100 Portable computers
Additional classification ( cpv ): 30213000 Personal computers
Additional classification ( cpv ): 30213200 Tablet computer
Additional classification ( cpv ): 30231300 Display screens
Additional classification ( cpv ): 30231310 Flat panel displays
Additional classification ( cpv ): 30231320 Touch screen monitors
Additional classification ( cpv ): 32420000 Network equipment
Additional classification ( cpv ): 32421000 Network cabling
Additional classification ( cpv ): 32422000 Network components
Additional classification ( cpv ): 32423000 Network hubs
Additional classification ( cpv ): 32424000 Network infrastructure
Additional classification ( cpv ): 48820000 Servers
Additional classification ( cpv ): 48821000 Network servers

5.1.2 Place of performance

Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 31/12/2025
Duration end date : 31/12/2029

5.1.5 Value

Estimated value excluding VAT : 70 000 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex. Minimum qualification requirements A certificate from the Brønnøysund Register Centre shall be enclosed. If the Enterprise No. from the tenderer is not the same as the organisation no. the invoice will come from, it shall also be enclosed from the organisation no. the invoices will come from.
Criterion : General yearly turnover
Description : The tenderer ́s ("total") annual turnover for the number of financial years requested in the tender notice or in the procurement documents is as follows: Minimum qualification requirements Tenderers are asked to provide annual turnover during the last three years for products included in this framework agreement.
Criterion : Other economic or financial requirements
Description : Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that: Minimum qualification requirements The tenderer must have the financial capacity to carry out the contract. Tenderers shall enclose a certificate from a certified credit rating agency showing that the tenderer has at least A in credit worthiness.
Criterion : Subcontracting proportion
Description : The tenderer is considering to outsource the following part (as a percentage) of the contract to sub-suppliers. Note that if the tenderer has decided to outsource a part of the contract to sub-suppliers and will use the sub-suppliers ́ capacity to carry out this part, a special ESPD will be supplemented for such sub-suppliers, see part II, section C, above. Minimum qualification requirements
Criterion : Certificates by independent bodies about quality assurance standards
Description : Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements? Minimum qualification requirements A description of the tenderer's quality assurance methods. If a tenderer is certified in accordance with ISO 9001 or equivalent quality assurance certifications, it is sufficient to enclose a copy of a valid certificate, ISO 9001 or equivalent quality assurance certifications.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards? Minimum qualification requirements Copy of a valid certificate for NS-EN ISO 14001, Eco-Lighthouse or EMAS issued by an accredited third party that fulfils the requirements of NS-EN ISO 14001, Miljøfyrtårn or EMAS or other equivalent environmental management system.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 21/10/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/265472598.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
Variants : Not allowed
Deadline for receipt of tenders : 28/10/2025 11:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 28/10/2025 11:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 10
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Vestoppland og valdres tingrett
Information about review deadlines : Ten Days

8. Organisations

8.1 ORG-0001

Official name : Gran Kommune
Registration number : 961381541
Postal address : Rådhusvegen 39
Town : JAREN
Postcode : 2770
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Contact point : Gran kommune
Telephone : +47 61338400
Fax : +47 61338574
Internet address : http://www.gran.kommune.no
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Vestoppland og valdres tingrett
Registration number : 935365236
Town : Gjøvik
Postcode : 2801
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : a8a68cd1-41c3-44a6-ad3f-359da7aeb805 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 25/09/2025 10:33 +00:00
Notice dispatch date (eSender) : 25/09/2025 10:42 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00630632-2025
OJ S issue number : 185/2025
Publication date : 26/09/2025