Procurement of IT equipment

TRV Gruppen AS (the Customer) invites tenderers to an open tender contest for a framework agreement for the procurement of IT equipment for the group. TRV Gruppen AS (the Customer) invites tenderers to an open tender contest for a framework agreement for the procurement of IT equipment for the group.

CPV: 30000000 Irodai és számítástechnikai gépek, berendezések és kellékek, a bútorzat és a szoftvercsomagok kivételével, 30100000 Irodai gépek, berendezések és kellékek, a számítógépek, a nyomtatók és a bútorzat kivételével, 30200000 Számítógépek és tartozékaik, 30213000 Személyi számítógépek, 30213100 Hordozható számítógépek, 30230000 Számítógéppel kapcsolatos eszközök, 30231000 Számítógép-képernyők és -konzolok, 30231300 Kijelző képernyők, 30231320 Érintőképernyős monitor, 30237000 Alkatrészek, tartozékok és kellékek számítógéphez, 30237200 Számítógépes tartozékok, 32000000 Rádiós, televíziós, hírközlési, távközlési és kapcsolódó berendezések, 32200000 Rádió-távbeszélő, rádiótávíró, illetve rádiós és televíziós műsorszórási adóberendezések, 32250000 Mobiltelefonok, 32420000 Hálózati berendezések, 32500000 Távközlési berendezések és kellékek, 32580000 Adatfeldolgozó berendezések
Határidő:
2025. június 16. 10:00
A határidő típusa:
Ajánlat benyújtása
A végrehajtás helye:
Procurement of IT equipment
Díjat odaítélő szervezet:
TRV Gruppen AS
Díj száma:
25/00093

1. Buyer

1.1 Buyer

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

2. Procedure

2.1 Procedure

Title : Procurement of IT equipment
Description : TRV Gruppen AS (the Customer) invites tenderers to an open tender contest for a framework agreement for the procurement of IT equipment for the group.
Procedure identifier : a92a249f-545f-4929-ad6b-e813c3db53c2
Internal identifier : 25/00093
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : TRV Gruppen AS intends to enter into a framework agreement with a tenderer for the purchase of IT equipment. The agreement seeks to achieve flexibility for future changes in technology and need, as well as cost efficient and rational procurement of IT equipment for the Contracting Authority ́s users at group level. The procurement covers a broad product range within IT equipment and the tenderer shall be able to offer all the requested products in the requirement specifications. Products are of general good quality and are suitable for daily use and comply with relevant requirements set in laws and regulations, as well as the standard given in accordance with THE NORWEGIAN Legislation and Regulations. The branch ́s own guidelines.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 30200000 Computer equipment and supplies
Additional classification ( cpv ): 30000000 Office and computing machinery, equipment and supplies except furniture and software packages
Additional classification ( cpv ): 30100000 Office machinery, equipment and supplies except computers, printers and furniture
Additional classification ( cpv ): 30213000 Personal computers
Additional classification ( cpv ): 30213100 Portable computers
Additional classification ( cpv ): 30230000 Computer-related equipment
Additional classification ( cpv ): 30231000 Computer screens and consoles
Additional classification ( cpv ): 30231300 Display screens
Additional classification ( cpv ): 30231320 Touch screen monitors
Additional classification ( cpv ): 30237000 Parts, accessories and supplies for computers
Additional classification ( cpv ): 30237200 Computer accessories
Additional classification ( cpv ): 32000000 Radio, television, communication, telecommunication and related equipment
Additional classification ( cpv ): 32200000 Transmission apparatus for radiotelephony, radiotelegraphy, radio broadcasting and television
Additional classification ( cpv ): 32250000 Mobile telephones
Additional classification ( cpv ): 32420000 Network equipment
Additional classification ( cpv ): 32500000 Telecommunications equipment and supplies
Additional classification ( cpv ): 32580000 Data equipment

2.1.2 Place of performance

Postal address : Heggstadmoen 53
Town : Heimdal
Postcode : 7080
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 5 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - The procurement is carried out in accordance with the Public Procurement Act of 17 June 2016 No. 73 (LOA) and the Public Procurement Regulations of 18 August 2016 No. 974 (FOA) Parts I and III, as well as the rules in these tender documents.

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
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.
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).
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).
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)
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.
Child labour and including 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).
Breaching obligation relating to 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?
Breaching obligation relating to 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?

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Procurement of IT equipment
Description : TRV Gruppen AS (the Customer) invites tenderers to an open tender contest for a framework agreement for the procurement of IT equipment for the group.
Internal identifier : 25/00093

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 30200000 Computer equipment and supplies
Additional classification ( cpv ): 30000000 Office and computing machinery, equipment and supplies except furniture and software packages
Additional classification ( cpv ): 30100000 Office machinery, equipment and supplies except computers, printers and furniture
Additional classification ( cpv ): 30213000 Personal computers
Additional classification ( cpv ): 30213100 Portable computers
Additional classification ( cpv ): 30230000 Computer-related equipment
Additional classification ( cpv ): 30231000 Computer screens and consoles
Additional classification ( cpv ): 30231300 Display screens
Additional classification ( cpv ): 30231320 Touch screen monitors
Additional classification ( cpv ): 30237000 Parts, accessories and supplies for computers
Additional classification ( cpv ): 30237200 Computer accessories
Additional classification ( cpv ): 32000000 Radio, television, communication, telecommunication and related equipment
Additional classification ( cpv ): 32200000 Transmission apparatus for radiotelephony, radiotelegraphy, radio broadcasting and television
Additional classification ( cpv ): 32250000 Mobile telephones
Additional classification ( cpv ): 32420000 Network equipment
Additional classification ( cpv ): 32500000 Telecommunications equipment and supplies
Additional classification ( cpv ): 32580000 Data equipment

5.1.2 Place of performance

Postal address : Heggstadmoen 53
Town : Heimdal
Postcode : 7080
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 60 Month

5.1.5 Value

Estimated value excluding VAT : 5 000 000 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 : Documentation requirements: Norwegian companies: Company certificate. Foreign companies: Proof that the company is registered in the trade register or business register as prescribed by the legislation in the country where the supplier is established.
Criterion : Other economic or financial requirements
Description : The supplier must have the economic and financial capacity to carry out the assignment - The supplier must be creditworthy, minimum class A. Creditworthiness against security is not accepted. For newly started suppliers, A/N is sufficient. Documentation requirements when submitting a tender: Credit rating of the supplier that is no older than 6 months from the end of the tender deadline. The assessment must be based on the latest known accounting figures with an indication of how the credit rating has developed over the past three years. The assessment must be prepared by a company with a credit information license from the Norwegian Data Protection Authority, see www.datatilsynet.no. The result of the credit rating must appear as a graded value (letter or number) against a defined scale. Newly started suppliers must document financial capacity to carry out the assignment by other types of documentation, such as accounting figures and bank guarantees.• The client reserves the right to obtain additional credit ratings or other financial information such as, but not limited to, annual accounts including notes, the board's annual reports and audit reports.
Criterion : References on specified deliveries
Description : The supplier must have good experience from similar assignments. Similar assignments mean the delivery of similar products to a large number of delivery points and with a similar total scope. Documentation requirements: A description of the most important deliveries in the last three years, including information on the value of the contract, time of delivery, number of delivery points as well as the name of the client and a description of the products/services in the deliveries. It is the supplier's responsibility to document relevance through the description. The supplier can document the experience by referring to the competence of personnel at his disposal and able to use for this assignment, even if the experience was gained while the personnel performed services for another supplier.
Criterion : Measures for ensuring quality
Description : The supplier must have a quality assurance system relevant to the content of the contract. Documentation requirements: A description of the supplier's quality assurance system Alternatively: Certificate of the company's quality assurance system issued by independent bodies confirming that the supplier meets certain quality assurance standards, for example ISO 9001:2015.
Criterion : Environmental management measures
Description : The supplier is required to have implemented environmental management measures that ensure that the supplier is suitable to meet the environmental provisions of the contract. This means that the supplier has methods to work actively and systematically to reduce negative environmental impacts from activities related to the performance of this contract. Documentation requirements: A description of the supplier's environmental management measures. If the supplier has certificates from independent bodies that document the environmental management system, these can be presented as documentation.

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/256693440.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 : Required
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Deadline for receipt of tenders : 16/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 16/06/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
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 : 20
Justification for the duration of the framework agreement : The length of the agreement is justified by a comprehensive agreement where a lot of resources are required to renew the agreement with a possible new supplier. The customer wants a partner where both parties can develop together with the market during the agreement period. During the period, the customer will look at the possibility of an e-commerce solution, which can be considered an implementation period. The length of the agreement also provides greater predictability for the selected supplier.
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Trøndelag tingrett -
Information about review deadlines : The waiting period is 11 days.

8. Organisations

8.1 ORG-0001

Official name : TRV Gruppen AS
Registration number : 984024924
Postal address : Heggstadmoen 53
Town : Heimdal
Postcode : 7080
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Contact point : Janne Slåli
Telephone : 95199370
Internet address : http://trvgruppen.no
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Trøndelag tingrett
Registration number : 926722794
Postal address : Postboks 2317 Torgarden
Town : Munkegata 20
Postcode : 7004
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Telephone : 73542400
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : 5e3738fd-28bb-4f05-a5f3-b3cf8c9eaaab - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 13/05/2025 07:05 +00:00
Notice dispatch date (eSender) : 13/05/2025 07:17 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00309128-2025
OJ S issue number : 92/2025
Publication date : 14/05/2025