Procurement - Network equipment, server and storage equipment, 2025 (2)

The objective of the agreement is to meet the customer's need for network and server products. The framework agreement is divided into two sub-contracts: Sub-contract network products, relevant products will be WLAN controllers, access points, switches, routers and computer cabinet equipment. Sub-contract server and storage products, relevant products can be …

CPV: 30000000 Máquinas, equipamento e material de escritório e de informática, excepto mobiliário e pacotes de programas (software), 30200000 Equipamento e material informático, 30230000 Equipamento informático, 30233000 Dispositivos de armazenagem e leitura de conteúdos digitais, 30233100 Unidades de memória, 30233140 Dispositivos de memória de acesso directo (DASD), 30233180 Dispositivos de memória para memória-flash, 30234000 Suportes de memória, 30234500 Meios de armazenamento de memória, 30236000 Equipamento informático diverso, 30237000 Partes, acessórios e fornecimentos para computadores, 30237100 Partes de computadores, 30237110 Interfaces de rede, 30237130 Placas para computadores, 30237135 Cartões para interfaces de redes, 32400000 Redes, 32420000 Equipamento de rede, 32423000 Nós de rede, 48000000 Pacotes de software e sistemas de informação, 48800000 Sistemas de informação e servidores, 48820000 Servidores, 48821000 Servidores de rede, 48822000 Servidores informáticos, 48823000 Servidores de ficheiro, 48824000 Servidores de impressora, 48825000 Servidores Web
Local de execução:
Procurement - Network equipment, server and storage equipment, 2025 (2)
Local de premiação:
Ålesund kommune
Número do prémio:
24/13428

1. Buyer

1.1 Buyer

Official name : Ålesund 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 : Procurement - Network equipment, server and storage equipment, 2025 (2)
Description : The objective of the agreement is to meet the customer's need for network and server products. The framework agreement is divided into two sub-contracts: Sub-contract network products, relevant products will be WLAN controllers, access points, switches, routers and computer cabinet equipment. Sub-contract server and storage products, relevant products can be rack servers, hyper converged systems and storage.
Procedure identifier : e1878cf9-b09f-474c-b7f7-dd94d65f724e
Previous notice : 91027f67-b912-4a21-95bc-df598d440c38-01
Internal identifier : 24/13428
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : Open tender contest

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 30000000 Office and computing machinery, equipment and supplies except furniture and software packages
Additional classification ( cpv ): 30200000 Computer equipment and supplies
Additional classification ( cpv ): 30230000 Computer-related equipment
Additional classification ( cpv ): 30233000 Media storage and reader devices
Additional classification ( cpv ): 30233100 Computer storage units
Additional classification ( cpv ): 30233140 Direct-access storage devices (DASD)
Additional classification ( cpv ): 30233180 Flash memory storage devices
Additional classification ( cpv ): 30234000 Storage media
Additional classification ( cpv ): 30234500 Memory storage media
Additional classification ( cpv ): 30236000 Miscellaneous computer equipment
Additional classification ( cpv ): 30237000 Parts, accessories and supplies for computers
Additional classification ( cpv ): 30237100 Parts of computers
Additional classification ( cpv ): 30237110 Network interfaces
Additional classification ( cpv ): 30237130 Computer cards
Additional classification ( cpv ): 30237135 Network interfaces cards
Additional classification ( cpv ): 32400000 Networks
Additional classification ( cpv ): 32420000 Network equipment
Additional classification ( cpv ): 32423000 Network hubs
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48800000 Information systems and servers
Additional classification ( cpv ): 48820000 Servers
Additional classification ( cpv ): 48821000 Network servers
Additional classification ( cpv ): 48822000 Computer servers
Additional classification ( cpv ): 48823000 File servers
Additional classification ( cpv ): 48824000 Printer servers
Additional classification ( cpv ): 48825000 Web servers

2.1.2 Place of performance

Anywhere
Additional information : Anywhere within the participating municipalities' borders.

2.1.3 Value

Estimated value excluding VAT : 60 000 000 Norwegian krone
Maximum value of the framework agreement : 60 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Procurement - Network equipment, server and storage equipment, 2025 (2)
Description : The objective of the agreement is to meet the customer's need for network and server products. The framework agreement is divided into two sub-contracts: Sub-contract network products, relevant products will be WLAN controllers, access points, switches, routers and computer cabinet equipment. Sub-contract server and storage products, relevant products can be rack servers, hyper converged systems and storage.
Internal identifier : 24/13428

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 30000000 Office and computing machinery, equipment and supplies except furniture and software packages
Additional classification ( cpv ): 30200000 Computer equipment and supplies
Additional classification ( cpv ): 30230000 Computer-related equipment
Additional classification ( cpv ): 30233000 Media storage and reader devices
Additional classification ( cpv ): 30233100 Computer storage units
Additional classification ( cpv ): 30233140 Direct-access storage devices (DASD)
Additional classification ( cpv ): 30233180 Flash memory storage devices
Additional classification ( cpv ): 30234000 Storage media
Additional classification ( cpv ): 30234500 Memory storage media
Additional classification ( cpv ): 30236000 Miscellaneous computer equipment
Additional classification ( cpv ): 30237000 Parts, accessories and supplies for computers
Additional classification ( cpv ): 30237100 Parts of computers
Additional classification ( cpv ): 30237110 Network interfaces
Additional classification ( cpv ): 30237130 Computer cards
Additional classification ( cpv ): 30237135 Network interfaces cards
Additional classification ( cpv ): 32400000 Networks
Additional classification ( cpv ): 32420000 Network equipment
Additional classification ( cpv ): 32423000 Network hubs
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48800000 Information systems and servers
Additional classification ( cpv ): 48820000 Servers
Additional classification ( cpv ): 48821000 Network servers
Additional classification ( cpv ): 48822000 Computer servers
Additional classification ( cpv ): 48823000 File servers
Additional classification ( cpv ): 48824000 Printer servers
Additional classification ( cpv ): 48825000 Web servers

5.1.2 Place of performance

Anywhere
Additional information : Anywhere within the participating municipalities' borders.

5.1.3 Estimated duration

Duration : 2 Year

5.1.4 Renewal

Maximum renewals : 2
The buyer reserves the right for additional purchases from the contractor, as described here : Maximum 2 extensions of 1 year.

5.1.5 Value

Estimated value excluding VAT : 60 000 000 Norwegian krone
Maximum value of the framework agreement : 60 000 000 Norwegian krone

5.1.6 General information

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

5.1.10 Award criteria

Criterion :
Type : Cost
Name : Price
Description : Weighting: The award criteria is weighted 70%. Orientation: In the cost calculation, the tenderer shall fill in the attached price form and submit it as an annex to the tender in Excel format. All fields in the attached price form marked with yellow shall be completed. Missing the price fields can cause difficulties in assessing the tender and the tender can then be rejected. All prices are in NOK, excluding VAT, including all direct or indirect expenses and duties that could be incurred in connection with the delivery. Order fees and invoice fees are to be seen as expenses. The prices shall include all costs for the customer who is included in this competition. Costs that the tenderer knows will be incurred, but that are not specifically stated in the tender, will be seen as included in the stated costs. Definition of cost price: If the supplier manufactures the item himself, the cost price is what it costs to produce the item. Then costs such as the purchase of raw materials and costs that apply to the production itself, such as electricity, labour and so on, will be included in the cost price. If the item is purchased externally, then it is the tenderer's purchase price plus freight etc. (in to the supplier), minus any discounts/bonuses, which make up the item's cost price. Can also be referred to as intake food. Cost price shall be collected from the following date: Wednesday 30 April NB! Tenderers are not allowed to offer goods with a negative mark-up percentage in the competition. The offered crackdown shall be equal or smaller throughout the entire contract period.
Weight (percentage, exact) : 70
Criterion :
Type : Quality
Name : Quality
Description : Weighting: The award criteria is weighted 30%. Orientation: Tenderers shall fill in the annex "Requirement Specifications" for the lot(s) for which they submit a tender. Evaluation: This award criteria will be assessed based on the tenderer ́s description of the award criteria. A total procurement assessment of the described system will be carried out during the evaluation.
Weight (percentage, exact) : 30
Criterion :
Type : Quality
Name : Environment
Description : The contracting authority uses the exclusion provisions in PPR § 7-9 fourth paragraph, and has replaced the award criteria in accordance with the second link with climate and environmental requirements in the requirement specification. It is considered clear that this gives a better climate and environmental effect, and this is justified below. The procurement of network, server and storage equipment is mainly aimed at ensuring stable, secure and future orientated infrastructure for municipal services. IT equipment has a significant environmental impact through material use, production processes, energy consumption and handling at the end of its lifetime. However, the industry is characterised by rapid technological developments, making it more appropriate to set specific environmental requirements in the requirement specifications rather than using climate and environment as the award criterion. The market for network, server and storage equipment is dominated by major international actors who already have comprehensive sustainability strategies. The requirement specification ensures that tenderers must fulfil the following environmental requirements: Environmental management system: Tenderers shall document that they have implemented an environmental management system certified in accordance with ISO 14001 or equivalent. Reporting environmental footprint: Tenderers shall regularly report environmental footprints for delivered products, including energy consumption and climate gas emissions. Choice of materials and recyclability: The products shall as far as possible be made from recyclable materials, designed for easy disassembly and recycling. Environmental labelling of IT equipment: Products that are delivered shall be environmentally labelled, for example with the Swan Ecolabel, EU Ecolabel (Blomsten), The Blue Angel or equivalent. Energy efficiency: The products shall fulfil energy efficiency standards such as Energy-star or equivalent for energy efficient operation, where relevant. By setting these requirements as absolute in the requirement specifications, it is ensured that all tenderers fulfil high standards for climate and environmental considerations. This gives a more direct and predictable environmental gain compared to using climate and environment as an award criteria with emphasis in the evaluation. The contracting authority estimates that these measures will have a clearly better environmental effect than weighting the climate and environment with 30% in the evaluation, as all the offered products must meet the requirements independent of price and point calculations. At the same time, the requirements reflect market practice, where most serious actors already work systematically on environmental measures.
Weight (percentage, exact) : 0
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.15 Techniques

Framework agreement :
Framework agreement, with reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Møre og Romsdal tingrett

6. Results

6.1 Result lot ldentifier : LOT-0000

No winner was chosen and the competition is closed.
The reason why a winner was not chosen : Other

8. Organisations

8.1 ORG-0001

Official name : Ålesund kommune
Registration number : 929911709
Department : Innkjøp
Postal address : Keiser Wilhelms gate 11
Town : Ålesund
Postcode : 6003
Country : Norway
Contact point : Stian Busæt
Telephone : +4770162000
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Møre og Romsdal tingrett
Registration number : 926 723 200
Postal address : Postboks 1354
Town : Ålesund
Postcode : 6001
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Telephone : 70 33 47 00
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : 8697a2d0-3e9a-4703-ac2f-d4055dd1606c - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 14/04/2025 11:18 +00:00
Notice dispatch date (eSender) : 14/04/2025 11:20 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00244037-2025
OJ S issue number : 74/2025
Publication date : 15/04/2025