DPS (DIO) scheme ICT consultants

The DPS scheme for ICT consultants shall ensure that the contracting authority always makes the most rational, economic and socially responsible procurements for its entities. The aim of the scheme is to cover the contracting authority ́s need for consultancy services that shall ensure a good spread in supplier competence …

CPV: 72000000 Služby informačných technológií: konzultácie, vývoj softvéru, internet a podpora, 72220000 Systémové a technické poradenstvo, 72222300 Služby informačných technológií, 72224000 Poradenstvo pri riadení projektov, 79400000 Poradenské služby v oblasti obchodu a riadenia a súvisiace služby (podnikateľské poradenstvo)
Termín:
30. november 2030 23:00
Typ termínu:
Predloženie ponuky
Miesto vykonania:
DPS (DIO) scheme ICT consultants
Udeľujúci orgán:
Anskaffelser i Akershus, Buskerud og Østfold KO
Číslo udelenia:
2021/49415

1. Buyer

1.1 Buyer

Official name : Anskaffelser i Akershus, Buskerud og Østfold KO
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : DPS (DIO) scheme ICT consultants
Description : The DPS scheme for ICT consultants shall ensure that the contracting authority always makes the most rational, economic and socially responsible procurements for its entities. The aim of the scheme is to cover the contracting authority ́s need for consultancy services that shall ensure a good spread in supplier competence and that the contracting authority can quickly ensure special competence that can solve demanding and/or new problems. The DPS scheme shall cover the contracting authority ́s need for competence that is not available in their own organisation, or where there is a need for independent external assignments. The DPS scheme can also be used if extra capacity and transfer of competence are needed.
Procedure identifier : 54b3e0f4-119a-4347-93a5-069abf889f48
Internal identifier : 2021/49415
Type of procedure : Open
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 ): 72220000 Systems and technical consultancy services
Additional classification ( cpv ): 72222300 Information technology services
Additional classification ( cpv ): 72224000 Project management consultancy services
Additional classification ( cpv ): 79400000 Business and management consultancy and related services

2.1.2 Place of performance

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

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Payment of taxes : Tenderers must submit a tax certificate and have their affairs in order.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : DPS (DIO) scheme ICT consultants
Description : The DPS scheme for ICT consultants shall ensure that the contracting authority always makes the most rational, economic and socially responsible procurements for its entities. The aim of the scheme is to cover the contracting authority ́s need for consultancy services that shall ensure a good spread in supplier competence and that the contracting authority can quickly ensure special competence that can solve demanding and/or new problems. The DPS scheme shall cover the contracting authority ́s need for competence that is not available in their own organisation, or where there is a need for independent external assignments. The DPS scheme can also be used if extra capacity and transfer of competence are needed.
Internal identifier : 2021/49415

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 ): 72220000 Systems and technical consultancy services
Additional classification ( cpv ): 72222300 Information technology services
Additional classification ( cpv ): 72224000 Project management consultancy services
Additional classification ( cpv ): 79400000 Business and management consultancy and related services

5.1.2 Place of performance

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

5.1.3 Estimated duration

Start date : 05/09/2021
Duration end date : 08/12/2030

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 : The tenderer must have sufficient economic and financial capacity to carry out the assignment/contract. Documentation requirement: The contracting authority will assess finances through the company and accounting information system Dun & Bradstreet. If the tenderer is not registered in Dun & Bradstreet, tenderers are requested to submit extracts from the company's last updated annual accounts and the auditor's report. Tenderers are requested to submit other information they believe is relevant. The contracting authority reserves the right to obtain supplementary information about the tenderer's finances.
Use of this criterion : Used
Criterion :
Type : Other
Name : Quality assurance standard and environmental management system.
Description : Tenderers shall have a good and well functioning quality assurance system. Documentation requirement: The tenderer ́s internal documentation on quality of their services, deviation management and continual improvement (quality handbook), as well as an account of the company ́s quality assurance system and quality management system. Alternatively the tenderer ́s valid certificate from quality management, for example ISO 9001. Tenderers shall have a good and well-functioning environmental management system. Documentation requirement: The tenderer ́s internal documentation on environmental policy/strategy/action plan/action list or procedure. Alternatively the tenderer ́s valid certificate from ISO14001, EMAS or Miljøfyrtårn.no.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Tax Certificate
Description : Tenderers shall have their tax and VAT payments in order. Documentation requirement: Norwegian tenderers shall submit a tax certificate for VAT and a tax certificate (RF-1316). The certificate shall not be older than 6 months from the tender deadline. Foreign tenderers must submit equivalent certificates from their own country that document that the company has its tax and duty payments in order. If the authorities in the relevant country do not issue such certificates, the tenderer must submit a declaration which confirms that all taxes and fees are paid. The declaration must be signed by the treasurer.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : The tenderer ́s registration, authorisation etc./ the tenderer ́s organisational and legal position.
Description : The tenderer shall be registered in a company register, professional register or a trade register in the member state in which the tenderer is established.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Technical and professional qualifications
Description : Tenderers shall have experience from a minimum of 2 equivalent assignments related to the competence area/competence areas requested in the competition terms, point 1.7.1-1.7.6. Documentation requirement: Applicants shall state, and briefly describe, the most important relevant deliveries in the last 3 years. The description must include a statement of the assignment ́s contracting authority with value and date. It is the applicant ́s responsibility to document relevance through the description that the tenderer shall have at his disposal that have competence and implementation ability connected to the required competence/competence areas, c.f. the competition terms, point 1.7.1-1.7.6. Documentation requirement: Tenderers shall give a description of their organisation, as well as how the organisation will be used to carry out the contract.
Use of this criterion : Used

5.1.11 Procurement documents

Address of the procurement documents : https://www.doffin.no/notices/2023-680500

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
Deadline for receipt of tenders : 30/11/2030 23:00 +00:00
Information about public opening :
Opening date : 30/11/2030 23:00 +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 : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
Dynamic purchasing system, only usable by buyers listed in this notice
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Buskerud tingrett

8. Organisations

8.1 ORG-0001

Official name : Anskaffelser i Akershus, Buskerud og Østfold KO
Registration number : 932593688
Department : Anskaffelser
Postal address : Hauges gate 89
Town : Drammen
Postcode : 3019
Country : Norway
Contact point : Marianne Brekke
Telephone : +47
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Buskerud tingrett
Registration number : 826 726 342
Postal address : Postboks 1066 Bragernes
Town : Drammen
Postcode : 3001
Country subdivision (NUTS) : Viken ( NO082 )
Country : Norway
Telephone : 32 21 16 00
Roles of this organisation :
Review organisation

10. Change

Version of the previous notice to be changed : 680500-2023
Main reason for change : Information updated
Description : The scheme was extended to December 2030.

11. Notice information

11.1 Notice information

Notice identifier/version : ec3d3b8b-8571-4518-b08a-3103e5d70c16 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 15/04/2025 07:39 +00:00
Notice dispatch date (eSender) : 15/04/2025 07:50 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00246955-2025
OJ S issue number : 75/2025
Publication date : 16/04/2025