Norvegija – Programinės įrangos paketai ir informacinės sistemos – Kvalifikacijos etapas - Pagrindų susitarimas dėl pagrindinės programinės įrangos licencijų ir programinės įrangos priežiūros su papildomomis paslaugomis.
Norvegija – Programinės įrangos paketai ir informacinės sistemos – Kvalifikacijos etapas - Pagrindų susitarimas dėl pagrindinės programinės įrangos licencijų ir programinės įrangos priežiūros su papildomomis paslaugomis.
I dalis: Perkančioji organizacija
I.1) Pavadinimas ir adresai:
Oficialus
pavadinimas: Bærum kommune
Adresas: Postboks 700
Miestas: SANDVIKA
Pašto
kodas: 1304
Šalis: Norvegija
Asmuo
ryšiams:
El-paštas: tor.stokke@baerum.kommune.no
Interneto adresas (-ai):
Pagrindinis adresas: http://www.baerum.kommune.no/
II dalis: Objektas
II.1.1) Pavadinimas:
Qualification phase - Framework agreement for basic software licences and software maintenance with the accompanying services.
Nuorodos numeris: 2024/10515
II.1.2) Pagrindinis BVPŽ kodas:
48000000
Programinės įrangos paketai ir informacinės sistemos
II.1.3) Sutarties tipas:
Kita
II.1.4) Trumpas aprašymas:
This procurement is for a framework agreement for the procurement of licences and software maintenance and consultancy services for the licence portfolio for Bærum municipality. The contract shall cover Bærum municipality ́s need for software licences, software maintenance, support and consultancy services, as well as accompanying services. The delivery can also include contract signing, negotiations and any negotiations with software manufacturers and general customer consulting in connection with the licence portfolio and software versions in accordance with the contract. The procurement is a service procurement that includes the procurement of software licences and software maintenance, support and advisory services for the licence portfolio as well as various assistance services. The services do not require extensive travel activities and the tenderer will only occasionally need to be physically present in the contracting authority ́s premises. The main service is software in the form of licences that do not require physical delivery (only electronically). This procurement is, in accordance with DFØ Climate Supervisor, assessed to have a climate footprint and an environmental impact that is immaterial. A direct climate footprint as a result of the procurement is therefore expected to be of a modest character. The requested consultancy and assistance in this competition is provided by human resources, who have a very low environmental impact. However, if a consideration takes the software manufacturers chains, we see that climate footprint and environmental impact may arise. Tenderers ́ influence in this procurement over this energy consumption and the possible environmental impact is, however, very limited, and makes it aimless for the contracting authority to emphasise or set requirements for the above mentioned in this procurement. The performance of this procurement is considered to be a procurement that, in its nature, has a climate footprint and an environmental impact that is immaterial. To ensure climate and environmental considerations when transporting consultants as needed for physical presence in the customer ́s premises, the contract requires zero emission vehicles or public transport for this transport. If there are more than 5 tenderers who fulfil the minimum qualification requirements in point 3.2 - 3.5 in the tender documentation, the Contracting Authority will rank the tenderers based on their degree of fulfilment in points 3.5, Requirement 4 and 5. Only 3-5 tenderers will be able to participate in stage 2 - Competition phase/phase 2. Qualification of the 3-5 tenderers who will be able to participate in the competition will be determined on the following criteria with weighting in brackets: * Requirement 4: Implementation ability (50%) * Requirement 5: Experience (50%)The contracting authority requests that all tenderers who wish to participate and qualify for the competition in the Qualification phase. enclose documentation for fulfilment of the qualification requirements simultaneously with the ESPD form. See point 3.6 in the tender documentation. Clarifications: * There is an error in the Forms form in Mercell that only allows the contracting authority to specify a minimum of Candidates for number 5. The correct number of candidates for the prequalification phase is three (3) to five (5). See the tender documentation point 2.2 and point 2.3 for further information. The contracting authority will enter into contract with one (1) tenderer, see the tender documentation point 1.1.* The contracting authority also emphasises that a market dialogue has previously been held, see the notice-id 2025-105401.
II.2) Aprašymas:
II.2.1) Kitas (-i) šio pirkimo BVPŽ kodas (-ai):
48000000 Programinės įrangos paketai ir informacinės sistemos