20250025 - Maintenance contract for scanners in Mo i Rana

Service and maintenance is procured through, among other things, permanent half yearly service of the scanners (including, among other things, improvements to problems stated in the service log, as well as disassembly and dry cleaning in order to ensure optimal operation), telephone and email user support, maintenance when the need …

CPV: 50000000 Repair and maintenance services, 30124000 Parts and accessories of office machines, 30124500 Scanner accessories, 48000000 Software package and information systems, 48318000 Scanner software package, 50300000 Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment, 50800000 Miscellaneous repair and maintenance services
spriocdháta:
Beal. 19, 2025, 10 r.n.
cineál spriocdháta:
tairisceana
áit fhorghníomhaithe:
20250025 - Maintenance contract for scanners in Mo i Rana
clárlann:
Skatteetaten
uimhir dámhachtana:
2025/1198

1. Buyer

1.1 Buyer

Official name : Skatteetaten
Legal type of the buyer : Central government authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : 20250025 - Maintenance contract for scanners in Mo i Rana
Description : Service and maintenance is procured through, among other things, permanent half yearly service of the scanners (including, among other things, improvements to problems stated in the service log, as well as disassembly and dry cleaning in order to ensure optimal operation), telephone and email user support, maintenance when the need occurs outside the fixed service times (including repairs, error recovery and troubleshooting), as well as maintenance of software in the form of offering and making available licence renewals, software upgrades and software corrections for the Contracting Authority when these become available. The maintenance also involves replacing parts in the scanners if it is necessary to correct errors. The extent of the maintenance (except a fixed half yearly service) will vary with the actual need and is therefore difficult to estimate. Attention is also defined that the Norwegian Tax Administration currently has a contract for maintenance and support for the software licences stated in Annex 3 until the relevant licences expire. Software maintenance is therefore expected to be delivered above this agreement first from the software licences expiry date. Furthermore, it is expected that renewing the licences will only be relevant when the current licences expire. The objective of the agreement is to ensure stable operation of the Contracting Authority's scanners in Mo i Rana. See the requirement specifications in annex 1 to the general contract text (SSA-V) for further details on the procurement.
Procedure identifier : 4a057a58-40f5-462c-8756-b7756b8cf66e
Internal identifier : 2025/1198
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 30124000 Parts and accessories of office machines
Additional classification ( cpv ): 30124500 Scanner accessories
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48318000 Scanner software package
Additional classification ( cpv ): 50300000 Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
Additional classification ( cpv ): 50800000 Miscellaneous repair and maintenance services

2.1.2 Place of performance

Country subdivision (NUTS) : Nordland ( NO071 )

2.1.3 Value

Estimated value excluding VAT : 2 600 000 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 : 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?
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 : 20250025 - Maintenance contract for scanners in Mo i Rana
Description : Service and maintenance is procured through, among other things, permanent half yearly service of the scanners (including, among other things, improvements to problems stated in the service log, as well as disassembly and dry cleaning in order to ensure optimal operation), telephone and email user support, maintenance when the need occurs outside the fixed service times (including repairs, error recovery and troubleshooting), as well as maintenance of software in the form of offering and making available licence renewals, software upgrades and software corrections for the Contracting Authority when these become available. The maintenance also involves replacing parts in the scanners if it is necessary to correct errors. The extent of the maintenance (except a fixed half yearly service) will vary with the actual need and is therefore difficult to estimate. Attention is also defined that the Norwegian Tax Administration currently has a contract for maintenance and support for the software licences stated in Annex 3 until the relevant licences expire. Software maintenance is therefore expected to be delivered above this agreement first from the software licences expiry date. Furthermore, it is expected that renewing the licences will only be relevant when the current licences expire. The objective of the agreement is to ensure stable operation of the Contracting Authority's scanners in Mo i Rana. See the requirement specifications in annex 1 to the general contract text (SSA-V) for further details on the procurement.
Internal identifier : 2025/1198

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 30124000 Parts and accessories of office machines
Additional classification ( cpv ): 30124500 Scanner accessories
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48318000 Scanner software package
Additional classification ( cpv ): 50300000 Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
Additional classification ( cpv ): 50800000 Miscellaneous repair and maintenance services
Options :
Description of the options : The contract will be valid for 1 year, with an option for an extension 4 times for 12 months/1 year at a time (1+1+1+1+1).

5.1.2 Place of performance

Country subdivision (NUTS) : Nordland ( NO071 )
Additional information :

5.1.3 Estimated duration

Duration : 1 Year

5.1.4 Renewal

Maximum renewals : 4
The buyer reserves the right for additional purchases from the contractor, as described here : The contract will be valid for 1 year, with an option for an extension 4 times for 12 months/1 year at a time (1+1+1+1+1).

5.1.5 Value

Estimated value excluding VAT : 2 600 000 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 : ECONOMIC AND FINANCIAL CAPACITY
Description : Tenderers shall have sufficient economic and financial capacity to fulfil the contract.
Use of this criterion : Used
Criterion :
Type : Other
Name : The tenderer fulfils the stated qualification requirements:
Description : All the necessary selection criteria specified in the notice or in the procurement documents mentioned in the notice are fulfilled.
Use of this criterion : Used
Criterion :
Type : Other
Name : This fulfils the objective and non-discriminatory criteria or rules that shall be used to select the number of tenderers in the following way: If certain certificates or other forms of documentation are requested, indicate to each individual whether the tenderer is in possession of the requested documents:
Description : If any of these certificates or other forms of documentation are available in electronic form, the certificates are to be provided for each:
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : PAYMENT OF TAX, EMPLOYER CONTRIBUTIONS AND VAT.
Description : Tenderers must have fulfilled their obligations with respect to the payment of taxes, payroll tax and value added tax (VAT).
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : REGISTRATIONS, AUTHORISATIONS, ETC.
Description : Tenderers shall be registered in a company register, professional register or trade register in the country where the tenderer is established.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : TECHNICAL AND PROFESSIONAL QUALIFICATIONS
Description : Tenderers shall have sufficient experience from relevant deliveries of maintenance on scanners from the last three years.
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Quality
Name : Quality
Description :
Weight (percentage, exact) : 60
Criterion :
Type : Price
Name : Price
Description :
Weight (percentage, exact) : 40
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

Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=54967

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 : Not allowed
Deadline for receipt of tenders : 19/05/2025 10:00 +00:00
Deadline until which the tender must remain valid : 91 Day
Information about public opening :
Opening date : 19/05/2025 10:05 +00:00
Place : Oslo
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 :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Oslo tingrett

8. Organisations

8.1 ORG-0001

Official name : Skatteetaten
Registration number : 974761076
Department : Anskaffelser
Postal address : Fredrik Selmers vei 4
Town : Oslo
Postcode : 0663
Country : Norway
Contact point : Christian Tveitnes
Telephone : +47 80080000
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Oslo tingrett
Registration number : 926 725 939
Postal address : Postboks 2106 Vika
Town : Oslo
Postcode : 0125
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : 22 03 52 00
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : 55dabaac-9025-4344-a876-8a461f81e530 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 14/04/2025 11:25 +00:00
Notice dispatch date (eSender) : 14/04/2025 11:25 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00244902-2025
OJ S issue number : 74/2025
Publication date : 15/04/2025