Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)
Name and addresses916075855
Postboks 811
Sandvika
1306
Norway
Contact person: Line Holte Kvinge
Telephone: +47 67862969
E-mail: lkvinge@mil.no
NUTS code: NO
Internet address(es):
Main address: https://permalink.mercell.com/80493880.aspx
I.2)
Joint procurementI.3)
CommunicationKarihaugveien 89
Oslo
1086
Norway
E-mail: support@mercell.com
NUTS code: NO
Internet address(es):
Main address: https://permalink.mercell.com/80493880.aspx
I.4)
Type of the contracting authorityI.5)
Main activitySection II: Object
II.1)
Scope of the procurementII.1.1)
Title:Consultancy services for the Norwegian Armed Forces' secure ICT platforms
II.1.2)
Main CPV codeII.1.3)
Type of contractII.1.4)
Short description:FMA IKT-kapasiteter would like to use this procurement to establish a non-exclusive framework agreement for consultancy services with an independent company. The tenderer for consultancy services cannot, therefore, simultaneously be one of the sector's suppliers of technology, functionality, equipment or other services.
The Contracting Authority uses Mercell Sourcing Service. To express your interest and gain access to any documents, please click on the link below or copy and paste the link into your browser. [[https://permalink.mercell.com/80493880.aspx]]. Then follow the instructions on the web page.
II.1.5)
Estimated total valueII.1.6)
Information about lotsII.2)
DescriptionII.2.1)
Title:II.2.2)
Additional CPV code(s)II.2.3)
Place of performanceKolsås Base.
II.2.4)
Description of the procurement:The aim of procurement is to establish a framework agreement that covers FMA IKT-kapasiteter's total need for consultancy services for all secure ICT platforms, across security classification levels.
The contract length will be 2 + 1 + 1 years.
The contract will be entered into with FMA IKT-kapasiteter in order to cover its needs.
II.2.5)
Award criteriaII.2.6)
Estimated valueII.2.7)
Duration of the contract, framework agreement or dynamic purchasing systemThe length of the framework agreement will be 2 years, with options for an extension of the length of the assistance for 2 x 1 year.
II.2.9)
Information about the limits on the number of candidates to be invitedSee the selection criteria in the qualification documentation.
II.2.10)
Information about variantsII.2.11)
Information about optionsOnly two options for a contract extension for 1 + 1 year.
II.2.12)
Information about electronic cataloguesII.2.13)
Information about European Union fundsII.2.14)
Additional informationNote that there will be a staff holiday at the Contracting Authority in the period 15-25.2.2018 and that questions will, therefore, not be answered in this period.
Section III: Legal, economic, financial and technical information
III.1)
Conditions for participationIII.1.1)
Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registersSee the attached qualification documentation.
III.1.2)
Economic and financial standingIII.1.3)
Technical and professional abilityIII.1.5)
Information about reserved contractsIII.2)
Conditions related to the contractIII.2.1)
Information about a particular professionIII.2.2)
Contract performance conditions:III.2.3)
Information about staff responsible for the performance of the contractSection IV: Procedure
IV.1)
DescriptionIV.1.1)
Type of procedureIV.1.3)
Information about a framework agreement or a dynamic purchasing systemIV.1.4)
Information about reduction of the number of solutions or tenders during negotiation or dialogueIV.1.6)
Information about electronic auctionIV.1.8)
Information about the Government Procurement Agreement (GPA)IV.2)
Administrative informationIV.2.1)
Previous publication concerning this procedureIV.2.2)
Time limit for receipt of tenders or requests to participateIV.2.3)
Estimated date of dispatch of invitations to tender or to participate to selected candidatesIV.2.4)
Languages in which tenders or requests to participate may be submitted:IV.2.6)
Minimum time frame during which the tenderer must maintain the tenderIV.2.7)
Conditions for opening of tendersSection VI: Complementary information
VI.1)
Information about recurrenceVI.2)
Information about electronic workflowsVI.3)
Additional information:VI.4)
Procedures for reviewVI.4.1)
Review bodySandvika
Norway
VI.4.2)
Body responsible for mediation proceduresVI.4.3)
Review procedureVI.4.4)
Service from which information about the review procedure may be obtainedVI.5)
Date of dispatch of this notice: