Maintenance of security technology

The framework agreement includes consultancy, operational assignments, stand-by, maintenance, installations and equipment deliveries connected to Norges Bank's security engineering installations. At the start of the agreement, the chosen tenderer will be responsible for the delivery of professionals for the operation and maintenance of the entire facility, including networks, servers, databases …

CPV: 30000000 Irodai és számítástechnikai gépek, berendezések és kellékek, a bútorzat és a szoftvercsomagok kivételével, 31351000 Villamos kábelek hozzáférés-vezérlési rendszerhez, 31625000 Betörést vagy tüzet jelző riasztókészülékek, 32000000 Rádiós, televíziós, hírközlési, távközlési és kapcsolódó berendezések, 34928300 Biztonsági védőfalak, 35113300 Biztonsági felszerelések, 35121700 Riasztórendszerek, 42961100 Hozzáférés-ellenőrző rendszerek, 45233292 Közlekedésbiztonsági berendezések szerelése, 50300000 Személyi számítógépek, irodai, távközlési és audiovizuális berendezések javítása, karbantartása és járulékos szolgáltatások, 71311300 Infrastruktúrával kapcsolatos tanácsadói szolgáltatások, 71700000 Megfigyelési és felügyeleti szolgáltatások, 72000000 IT-szolgáltatások: tanácsadás, szoftverfejlesztés, internet és támogatás, 72500000 Számítógépekkel kapcsolatos szolgáltatások, 72510000 Számítógépekkel kapcsolatos ügyintézési szolgáltatások, 72700000 Számítógépes hálózati szolgáltatások, 79417000 Biztonsági tanácsadó szolgáltatások, 79710000 Biztonsági szolgáltatások, 79711000 Riasztásfigyelési szolgáltatások, 92222000 Zárt láncú televízióval kapcsolatos szolgáltatások
A végrehajtás helye:
Maintenance of security technology
Díjat odaítélő szervezet:
NORGES BANK
Díj száma:

1. Buyer

1.1 Buyer

Official name : NORGES BANK

2. Procedure

2.1 Procedure

Title : Maintenance of security technology
Description : The framework agreement includes consultancy, operational assignments, stand-by, maintenance, installations and equipment deliveries connected to Norges Bank's security engineering installations. At the start of the agreement, the chosen tenderer will be responsible for the delivery of professionals for the operation and maintenance of the entire facility, including networks, servers, databases and hyper converged infrastructure. The responsibility for the operation of traditional IT components, as mentioned in the previous period, will be transferred to Norges Bank's own IT department during the agreement period. After this, the chosen tenderer shall continue to provide personnel for the operation and maintenance of applications and security components. See the tender documentation for more information.
Procedure identifier : 2a3da62f-d6df-4397-af14-17f78fcee10e
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
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 ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 30000000 Office and computing machinery, equipment and supplies except furniture and software packages
Additional classification ( cpv ): 31351000 Electric conductors for access control systems
Additional classification ( cpv ): 31625000 Burglar and fire alarms
Additional classification ( cpv ): 32000000 Radio, television, communication, telecommunication and related equipment
Additional classification ( cpv ): 34928300 Safety barriers
Additional classification ( cpv ): 35113300 Safety installations
Additional classification ( cpv ): 35121700 Alarm systems
Additional classification ( cpv ): 42961100 Access control system
Additional classification ( cpv ): 45233292 Installation of safety equipment
Additional classification ( cpv ): 50300000 Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
Additional classification ( cpv ): 71311300 Infrastructure works consultancy services
Additional classification ( cpv ): 71700000 Monitoring and control services
Additional classification ( cpv ): 72500000 Computer-related services
Additional classification ( cpv ): 72510000 Computer-related management services
Additional classification ( cpv ): 72700000 Computer network services
Additional classification ( cpv ): 79417000 Safety consultancy services
Additional classification ( cpv ): 79710000 Security services
Additional classification ( cpv ): 79711000 Alarm-monitoring services
Additional classification ( cpv ): 92222000 Closed circuit television services

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.4 General information

Legal basis :
Directive 2009/81/EC
Forsvar og sikkerhet - For the security installations included in this procurement, the Security Act (LOV-2018-06-01-24), the Protection Instructions (FOR-1972-03-17-3352) and the Central Bank Act (LOV-1985-05-24-28) apply.

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
Breaching obligation relating to payment of taxes : Tenderers shall have their tax and VAT payments in order.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Maintenance of security technology
Description : The framework agreement includes consultancy, operational assignments, stand-by, maintenance, installations and equipment deliveries connected to Norges Bank's security engineering installations. At the start of the agreement, the chosen tenderer will be responsible for the delivery of professionals for the operation and maintenance of the entire facility, including networks, servers, databases and hyper converged infrastructure. The responsibility for the operation of traditional IT components, as mentioned in the previous period, will be transferred to Norges Bank's own IT department during the agreement period. After this, the chosen tenderer shall continue to provide personnel for the operation and maintenance of applications and security components. See the tender documentation for more information.

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 30000000 Office and computing machinery, equipment and supplies except furniture and software packages
Additional classification ( cpv ): 31351000 Electric conductors for access control systems
Additional classification ( cpv ): 31625000 Burglar and fire alarms
Additional classification ( cpv ): 32000000 Radio, television, communication, telecommunication and related equipment
Additional classification ( cpv ): 34928300 Safety barriers
Additional classification ( cpv ): 35113300 Safety installations
Additional classification ( cpv ): 35121700 Alarm systems
Additional classification ( cpv ): 42961100 Access control system
Additional classification ( cpv ): 45233292 Installation of safety equipment
Additional classification ( cpv ): 50300000 Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
Additional classification ( cpv ): 71311300 Infrastructure works consultancy services
Additional classification ( cpv ): 71700000 Monitoring and control services
Additional classification ( cpv ): 72500000 Computer-related services
Additional classification ( cpv ): 72510000 Computer-related management services
Additional classification ( cpv ): 72700000 Computer network services
Additional classification ( cpv ): 79417000 Safety consultancy services
Additional classification ( cpv ): 79710000 Security services
Additional classification ( cpv ): 79711000 Alarm-monitoring services
Additional classification ( cpv ): 92222000 Closed circuit television services

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 84 Month

5.1.4 Renewal

Maximum renewals : 3
Other information about renewals : The framework agreement has a duration of four years with an option to renew for a further 1+1+1 year.

5.1.6 General information

Reserved participation : Participation is not reserved.

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : Tenderers shall have sufficient economic and financial capacity to carry out the assignment/contract throughout the entire contract period.
Criterion : Security of supply
Description : The tenderer shall have sufficient capacity to be able to carry out the delivery.
Criterion : Security of information
Description : Tenderers shall be able to protect sensitive information.
Criterion : References on specified deliveries
Description : Tenderers shall have good experience from comparable deliveries.
Criterion : Measures for ensuring quality
Description : Tenderers shall have a functioning HSE system.
Criterion : Enrolment in a relevant professional register
Description : The tenderer shall be a legally established company.
Criterion : Other economic or financial requirements
Description : Tenderers shall have their tax and VAT payments in order.

5.1.11 Procurement documents

Deadline for requesting additional information : 09/06/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/257234025.aspx

5.1.12 Terms of procurement

Terms of submission :
Obligatory indication of subcontracting : No subcontracting indication
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Variants : Not allowed
Deadline for receipt of requests to participate : 19/06/2025 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 : See the prequalification documentation.
Financial arrangement : The contract terms are specified in the tender documentation in stage 2.
Subcontracting :
The contractor must indicate any change of subcontractors during the execution of the contract.

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 5

5.1.16 Further information, mediation and review

Information about review deadlines : Ref FOSA §13-3

8. Organisations

8.1 ORG-0001

Official name : NORGES BANK
Registration number : 937884117
Postal address : Bankplassen 2
Town : OSLO
Postcode : 0151
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Marit Heiene
Telephone : +47 22316000
Internet address : http://www.norgesbank.no/
Roles of this organisation :
Buyer
Notice information
Notice identifier/version : f59920bf-a16f-49e7-8cd9-e7499c2132b3 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 16/05/2025 09:55 +00:00
Notice dispatch date (eSender) : 16/05/2025 10:37 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00319238-2025
OJ S issue number : 95/2025
Publication date : 19/05/2025