Competition - Contract for license partnerships - Microsoft licences etc.

The Procurement Cooperation in Hadeland invites tenderers to a competition for a contract for licence consultancy services, hire, purchase, maintenance, supplementing of licences and software. We would like a tenderer who can be our partner to handle everything within this area for Lunner and Gran municipalities. The Procurement Cooperation in …

CPV: 72000000 Usługi informatyczne: konsultacyjne, opracowywania oprogramowania, internetowe i wsparcia, 48000000 Pakiety oprogramowania i systemy informatyczne, 72212218 Usługi opracowywania oprogramowania zarządzającego licencjami
Termin:
21 maja 2025 06:00
Rodzaj terminu:
Złożenie oferty
Miejsce wykonania:
Competition - Contract for license partnerships - Microsoft licences etc.
Miejsce udzielenia zamówienia:
Gran Kommune
Numer nagrody:
25/00857

1. Buyer

1.1 Buyer

Official name : Gran Kommune
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Competition - Contract for license partnerships - Microsoft licences etc.
Description : The Procurement Cooperation in Hadeland invites tenderers to a competition for a contract for licence consultancy services, hire, purchase, maintenance, supplementing of licences and software. We would like a tenderer who can be our partner to handle everything within this area for Lunner and Gran municipalities.
Procedure identifier : d3d2d5e6-706b-40fe-9bb0-e47372449683
Internal identifier : 25/00857
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The objective of the procurement is to enter into a contract with a tenderer who can be the Contracting Authority's licence partner within Microsoft's licence portfolio. The municipality needs to enter into a contract for the hire/procurement of licences and assistance with their administration. The municipality also has a need for consultancy/consultancy services connected to the administration of the licence administration. Tenderers shall be able to assist the municipality with: advice and optimisation and revisions as a part of this contract. Tenderers must, through their methods and advice, assist in ensuring that the contracting authority is properly licensed at all times. In order to form the basis for developing a good cooperation and the best solutions for the contracting authority, the tenderer must be proactive to have a large degree of availability to the contracting authority. All communication with the contracting authority shall be in Norwegian.

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 ): 48000000 Software package and information systems
Additional classification ( cpv ): 72212218 License management software development services

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.2 Place of performance

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

2.1.2 Place of performance

Country subdivision (NUTS) : Viken ( NO082 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 4 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften -

2.1.6 Grounds for exclusion

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.
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)
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).
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?
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 : Competition - Contract for license partnerships - Microsoft licences etc.
Description : The Procurement Cooperation in Hadeland invites tenderers to a competition for a contract for licence consultancy services, hire, purchase, maintenance, supplementing of licences and software. We would like a tenderer who can be our partner to handle everything within this area for Lunner and Gran municipalities.
Internal identifier : 25/00857

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 ): 48000000 Software package and information systems
Additional classification ( cpv ): 72212218 License management software development services

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.2 Place of performance

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

5.1.2 Place of performance

Country subdivision (NUTS) : Viken ( NO082 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 15/06/2025
Duration end date : 16/06/2035

5.1.5 Value

Estimated value excluding VAT : 4 000 000 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

Criterion :
Type : Economic and financial standing
Name : 'Total' annual 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:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average annual turnover
Description : The tenderer ́s average annual turnover for the number of years requested in the notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : "Specific annual turnover"
Description : Are the tenderer's ("specific") annual turnover within the area that the contract applies to and specified in the notice or in the procurement documents for the number of accounting years requested is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average set-up
Description : Is the tenderer's average annual turnover within the area requested by the contract and specified in the notice or in the procurement documents for the number of financial years requested:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : The tenderer's establishment date
Description : If the information about the turnover (combined or specific) is not available for the entire requested period, please state the date the company was established, or the tenderers started their business:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Financial key figures
Description : For financial key figures stated in the notice or in the procurement documents, the tenderer declares that the actual value(s) of the requested key figures are as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Liability insurance
Description : The insured amount in the tenderer ́s liability insurance is the following:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Other economic and 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:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Creditworthiness
Description : Tenderers shall have sufficient economic and financial capacity to be able to fulfil the contract. Creditworthiness with no requirement for collateral will be sufficient to meet the requirement. Credit rating based on the most recent financial figures. The rating shall be carried out by a credit rating company with licence to conduct this service. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Tax Certificate
Description : The tenderer's tax affairs shall be in order in relation to taxes and duties. Tenderers shall enclose a tax certificate that is not older than six months. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for 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?
Use of this criterion : Not used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for environmental management 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?
Use of this criterion : Not used
Criterion :
Type : Other
Name : Quality assurance system
Description : Tenderers shall, through their quality assurance system, ensure sufficient side-man control and internal documentation sharing at the tenderer, so that the tenderer can quickly replace case officers with, for example, absence. Tenderers are requested to document that this is in the quality assurance system. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Other
Name : Self-declaration of ethical requirements
Description : Tenderers who have pleaded guilty to serious breaches of ethical requirements in the industry may be rejected from the competition, according to the public procurement regulations. The self-declaration concerns the organisation number that the tender offer is submitted with, and it is the organisation number with which we may enter into a framework agreement. Tenderers are asked to equivalently confirm that they will not use sub-suppliers to fulfil significant parts of the contract, which are aware of serious breaches of ethical requirements in the branch. Tenderers hereby confirm that they do not know that this business has committed serious breaches of ethical requirements in the branch in the last three years. This includes, but is not limited to, breaches of working environment rules, pollution laws and criminal penalties. Furthermore, they confirm that they have not been involved in any form of attempt at bribery, corruption, offers of undue advantages to officials, fraud or money laundering. We are also not aware that any of our employees have committed serious breaches of ethical requirements in the industry as mentioned above. We further confirm that we are not aware that any of our sub-suppliers who shall carry out a significant part of the work connected to this contract have committed such serious breaches of ethical requirements in the branch as mentioned above. We are aware that an incorrect declaration of knowledge of such conditions can form the basis for rejection of tenders, and in accordance with circumstances also be punishable. Tenderers are requested to confirm that they cover these ethical requirements. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Other
Name : Self-declaration of ethical requirements
Description : Tenderers who have pleaded guilty to serious breaches of ethical requirements in the industry may be rejected from the competition, according to the public procurement regulations. The self-declaration concerns the organisation number that the tender offer is submitted with, and it is the organisation number with which we may enter into a framework agreement. Tenderers are asked to equivalently confirm that they will not use sub-suppliers to fulfil significant parts of the contract, which are aware of serious breaches of ethical requirements in the branch. Tenderers hereby confirm that they do not know that this business has committed serious breaches of ethical requirements in the branch in the last three years. This includes, but is not limited to, breaches of working environment rules, pollution laws and criminal penalties. Furthermore, they confirm that they have not been involved in any form of attempt at bribery, corruption, offers of undue advantages to officials, fraud or money laundering. We are also not aware that any of our employees have committed serious breaches of ethical requirements in the industry as mentioned above. We further confirm that we are not aware that any of our sub-suppliers who shall carry out a significant part of the work connected to this contract have committed such serious breaches of ethical requirements in the branch as mentioned above. We are aware that an incorrect declaration of knowledge of such conditions can form the basis for rejection of tenders, and in accordance with circumstances also be punishable. Tenderers are requested to confirm that they cover these ethical requirements. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register
Description : Tenderers are registered in a professional 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.
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register or company 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. The tenderer shall be registered in the Brønnøysund Register Centre. Proof of this shall be enclosed here.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : In the case of service contracts: Authorisations from a particular organisation required
Description : Is a specific authorisation required from a particular organisation to provide the service in the tenderer's home country? The tenderer must be certified by Microsoft. Tenderers shall have partner status as Microsoft LSP and CSP. The tenderer shall present proof of this.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : In the case of service contracts: Membership in a particular organisation is required
Description : Is it necessary to have a particular membership in a particular organisation in order to provide the service in the tenderer ́s home country?
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Services only
Description : Only for services: In the reference period, the tenderer has carried out the following important goods deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three years to be taken into consideration. The tenderer shall have knowledge of municipal activities, variation in competence, needs and functional requirements. Tenderers shall enclose references to at least three municipal contracting authorities for equivalent assignments in the last five years. The reference must include the name, telephone number. and e-mail address of a gender neutral preferred in the relevant municipality.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Technical personnel or technical units
Description : Tenderers can use the following technical personnel or technical units , particularly those who are responsible for quality control: For technical personnel or technical units that do not directly belong to the tenderer ́s business, but if the capacity the tenderer will use, cf. part II, section C, separate ESPD forms shall be supplemented.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Technical facilities and quality assurance measures
Description : The tenderer utilises the following technical facilities and quality assurance measures and the tenderer ́s survey and research facility is as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Investigation and research facilities
Description : The tenderer ́s survey and research facilitates are as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Management and tracing of the supply chain
Description : The tenderer will be able to use the following management of the supply chain and tracing systems for the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Control Permission
Description : For goods or services that are complicated, or that in exceptional cases shall be used for a particular purpose: Will the tenderer allow checks of the tenderer's production capacity or technical capacity and, where necessary, of the survey and research facilities that the tenderer has at its disposal and of quality control measures? The inspections shall be undertaken by the contracting authority or the contracting authority can leave it to a competent public body in the country where the tenderer is established.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Education and professional qualifications
Description : The following education and professional qualifications are possessed by the tenderer and/or (depending on the requirements set in the notice or in the procurement documents) of the leading employees:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Environmental management measures
Description : Tenderers can employ the following environmental management measures in connection with the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Number of employees in the management
Description : The tenderer ́s number of employees in the management during the last three years was as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Average workforce
Description : The tenderer's average annual workforce in the last three years has been as follows: Minimum qualification requirements The tenderer is asked to state the average workforce in the last three years that he has at his disposal for the execution of this assignment.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Tools, materials and technical equipment.
Description : Tenderers can use the following tools, material and technical equipment to carry out the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Portion of the contract to sub-suppliers.
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.
Use of this criterion : Not used

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 13/05/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/248713936.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
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 : 21/05/2025 06:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 21/05/2025 06:00 +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
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Vestre Innlandet Tingrett

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 : Vestre Innlandet Tingrett
Registration number : 926723758
Town : Gjøvik
Country : Norway
Telephone : 61 02 02 00
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : e8378cb2-b91c-42d8-8808-d0a5445e2eb2 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 22/04/2025 10:13 +00:00
Notice dispatch date (eSender) : 22/04/2025 11:57 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00260445-2025
OJ S issue number : 79/2025
Publication date : 23/04/2025