loading
  • NO-0473 Oslo
  • 10.10.2014
  • Ausschreibung
  • (ID 2-178476)

Building and information security


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 10.10.2014, 12:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Art der Leistung Studien, Gutachten
    Sprache Norwegisch
    Aufgabe
    The procurement shall cover the Norwegian Institute of Public Health's need for extra resources and competence to further develop a control system for security, as well as for the implementation of risk assessments and revisions.
    Leistungsumfang
    Physical security includes all technical security and building measures that are implemented to protect organisational values, as well as organisational and human measures connected to buildings, sites and property.
    Information security includes all conditions that affect securing information that is communicated or stored orally, on paper or electronically. The assignments can span from technical network problems to strategic analyses of processes and organisation units.
    The first assignment shall commence immediately after the contract is signed.
    We estimate that during the first contract year approx. 1 million will be spent on the first analysis. Future costs/use will depend on what is uncovered in the first analyses and future grants for projects/measures connected to security.
    The Norwegian Institute of Public Health is not bound by this estimate and it is subject to change.
    Estimated value excluding VAT:
    Range: between 1 000 000 and 5 000 000 NOK
    Adresse des Bauherren NO-0473 Oslo
    TED Dokumenten-Nr. 298453-2014

  • Anzeigentext Ausschreibung

    maximieren


    • Auftragsbekanntmachung

      Dienstleistungen
      Richtlinie 2004/18/EG

      Abschnitt I: Öffentlicher Auftraggeber

      I.1) Name, Adressen und Kontaktstelle(n)
      Nasjonalt folkehelseinstitutt
      983744516
      Marcus Thranesgate 6
      Zu Händen von: Babek Saifalsadaty
      0473
      Oslo
      NORWEGEN
      +47 21077000
      MjE2UlFSVVswVlhZHl5f

      Internet-Adresse(n):


      Adresse des Beschafferprofils: https://kgv.doffin.no/ctm/Supplier/CompanyInformation/Index/1063
      Elektronischer Zugang zu Informationen: https://kgv.doffin.no/ctm/Supplier/Documents/Folder/121239
      Weitere Auskünfte erteilen:
      die oben genannten Kontaktstellen

      Ausschreibungs- und ergänzende Unterlagen (einschließlich Unterlagen für den wettbewerblichen Dialog und ein dynamisches Beschaffungssystem) verschicken:
      die oben genannten Kontaktstellen

      Angebote oder Teilnahmeanträge sind zu richten an:
      die oben genannten Kontaktstellen

      Abschnitt II: Auftragsgegenstand

      II.1) Beschreibung

      II.1.6) Gemeinsames Vokabular für öffentliche Aufträge (CPV)
      79417000, 71317210, 79700000, 79710000, 90721000, 71000000, 79000000

      Beschreibung
      Sicherheitsberatung.
      Beratung im Bereich Gesundheit und Sicherheit.
      Dienstleistungen von Detekteien und Sicherheitsdiensten.
      Dienstleistungen von Sicherheitsdiensten.
      Dienstleistungen im Bereich Umweltsicherheit.
      Dienstleistungen von Architektur-, Konstruktions- und Ingenieurbüros und Prüfstellen.
      Dienstleistungen für Unternehmen: Recht, Marketing, Consulting, Einstellungen, Druck und Sicherheit.

      Abschnitt IV: Verfahren

      IV.3) Verwaltungsangaben

      IV.3.3) Bedingungen für den Erhalt von Ausschreibungs- und ergänzenden Unterlagen bzw. der Beschreibung

      IV.3.4) Schlusstermin für den Eingang der Angebote oder Teilnahmeanträge
      10.10.2014 - 12:00

      IV.3.6) Sprache(n), in der (denen) Angebote oder Teilnahmeanträge verfasst werden können
      Sonstige: Norwegian.




      Contract notice

      Services
      Directive 2004/18/EC

      Section I: Contracting authority

      I.1) Name, addresses and contact point(s)
      For the attention of: Telephone: E-mail: Nasjonalt folkehelseinstitutt 983744516 Marcus Thranesgate 6 Babek Saifalsadaty 0473Oslo NORWAY +47 21077000 MjE1U1JTVlwxV1laH19g

      Internet address(es):
      Address of the buyer profile: https://kgv.doffin.no/ctm/Supplier/CompanyInformation/Index/1063Electronic access to information: https://kgv.doffin.no/ctm/Supplier/Documents/Folder/121239Further information can be obtained from: The above mentioned contact point(s)
      Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
      Tenders or requests to participate must be sent to: The above mentioned contact point(s)
      I.2) Type of the contracting authority
      National or federal agency/office

      I.3) Main activity
      Health

      I.4) Contract award on behalf of other contracting authorities
      The contracting authority is purchasing on behalf of other contracting authorities: no

      Section II: Object of the contract

      II.1) Description

      II.1.1) Title attributed to the contract by the contracting authority:
      Building and information security.

      II.1.2) Type of contract and location of works, place of delivery or of performance
      Services
      Service category No 7: Computer and related services
      Main site or location of works, place of delivery or of performance: Oslo, Norway.
      NUTS code NO011

      II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
      The notice involves the establishment of a framework agreement

      II.1.4) Information on framework agreement
      Framework agreement with a single operator
      Duration of the framework agreementDuration in years: 1
      Estimated total value of purchases for the entire duration of the framework agreementEstimated value excluding VAT:
      Range: between 1 000 000 and 5 000 000 NOK
      Frequency and value of the contracts to be awarded: We estimate that during the first contract year approx. 1 million will be spent on the first analysis. Future costs/use will depend on what is uncovered in the first analyses and future grants for projects/measures connected to security.
      The Norwegian Institute of Public Health is not bound by this estimate and it is subject to change.

      II.1.5) Short description of the contract or purchase(s)
      The procurement shall cover the Norwegian Institute of Public Health's need for extra resources and competence to further develop a control system for security, as well as for the implementation of risk assessments and revisions.

      II.1.6) Common procurement vocabulary (CPV)
      79417000, 71317210, 79700000, 79710000, 90721000, 71000000, 79000000

      II.1.7) Information about Government Procurement Agreement (GPA)
      The contract is covered by the Government Procurement Agreement (GPA): yes

      II.1.8) Lots
      This contract is divided into lots: yes
      Tenders may be submitted for one or more lots

      II.1.9) Information about variants
      Variants will be accepted: no

      II.2) Quantity or scope of the contract

      II.2.1) Total quantity or scope:
      Physical security includes all technical security and building measures that are implemented to protect organisational values, as well as organisational and human measures connected to buildings, sites and property.
      Information security includes all conditions that affect securing information that is communicated or stored orally, on paper or electronically. The assignments can span from technical network problems to strategic analyses of processes and organisation units.
      The first assignment shall commence immediately after the contract is signed.
      We estimate that during the first contract year approx. 1 million will be spent on the first analysis. Future costs/use will depend on what is uncovered in the first analyses and future grants for projects/measures connected to security.
      The Norwegian Institute of Public Health is not bound by this estimate and it is subject to change.
      Estimated value excluding VAT:
      Range: between 1 000 000 and 5 000 000 NOK

      II.2.2) Information about options
      Options: yes
      Description of these options: The contracting authority has an option to extend the contract for up to 3 years. With an extension of 1 year at a time.
      The total possible contract length is 4 years.
      Options are to be taken up in writing before the contract period expires.
      The contract ends on the date the contract expires without prior notice.

      II.2.3) Information about renewals
      This contract is subject to renewal: yes
      Number of possible renewals: 3

      II.3) Duration of the contract or time limit for completion
      Information about lots

      Lot No: 1

      Lot title: Building security (physical security)

      1) Short description
      Physical security includes all technical security and building measures that are implemented to protect organisational values, as well as organisational and human measures connected to buildings, sites and property.

      2) Common procurement vocabulary (CPV)
      79417000, 71317210, 79700000, 79710000, 90721000, 71000000, 79000000

      3) Quantity or scope
      Estimated value excluding VAT:
      Range: between 1 000 000 and 5 000 000 NOK

      4) Indication about different date for duration of contract or starting/completion

      5) Additional information about lots
      We estimate that during the first contract year approx. 1 million will be spent on the first analysis. Future costs/use will depend on what is uncovered in the first analyses and future grants for projects/measures connected to security.
      The Norwegian Institute of Public Health is not bound by this estimate and it is subject to change.

      Lot No: 2

      Lot title: Information security

      1) Short description
      Information security includes all conditions that affect securing information that is communicated or stored orally, on paper or electronically. The assignments can span from technical network problems to strategic analyses of processes and organisation units.

      2) Common procurement vocabulary (CPV)
      79417000, 71317210, 79700000, 79710000, 90721000, 71000000, 79000000

      3) Quantity or scope
      Estimated value excluding VAT:
      Range: between 1 000 000 and 5 000 000 NOK

      4) Indication about different date for duration of contract or starting/completion

      5) Additional information about lots
      We estimate that during the first contract year approx. 1 million will be spent on the first analysis. Future costs/use will depend on what is uncovered in the first analyses and future grants for projects/measures connected to security.
      The Norwegian Institute of Public Health is not bound by this estimate and it is subject to change.

      Section III: Legal, economic, financial and technical information

      III.1) Conditions relating to the contract

      III.1.1) Deposits and guarantees required:

      III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:

      III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

      III.1.4) Other particular conditions
      The performance of the contract is subject to particular conditions: no

      III.2) Conditions for participation

      III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
      Information and formalities necessary for evaluating if the requirements are met: Requirement: Service providers shall have their tax, payroll tax and VAT payments in order. Tax and VAT certificates shall be presented. The tax certificates shall not be older than 6 months calculated form the tender deadline.
      Documentation: VAT certificate, tax certificate.
      Foreign service providers must submit equivalent certificates from their own country that show that they have an arrangement for the payment of taxes and duties. If the authorities in the relevant country do not issue such certificates, the service provider should submit a declaration which states that all taxes and duties have been paid. The declaration shall be approved and signed by the service provider's Financial Director/ person responsible for Finance.
      Requirement: Service providers shall have HSE conditions in order.
      Documentation: HSE self-declaration.
      Requirement: The service provider shall be a legally established company.
      Documentation: Certificate of registration
      Foreign tenderers: Confirmation that the tenderer is registered in a trade register or company register in accordance with the law in the country where the tenderer is established.

      III.2.2) Economic and financial ability
      Information and formalities necessary for evaluating if the requirements are met: Requirement: The tenderer shall have sufficient financial strength to be able to fulfil the contract.
      Minimum level(s) of standards possibly required: Documentation: The service provider's annual accounts including notes with the Board and auditor's reports from the last 2 years.
      If the annual accounts for the last year are not finished before the tender deadline expires for this competition, the preliminary annual accounts shall be also be attached.
      The Contracting Authority reserves the right to carry out a credit assessment itself. Financial strength is evaluated in relation to turnover, operating profit margin, solidity and liquidity.
      The above mentioned information shall also be provided for any parent company.

      III.2.3) Technical capacity
      Information and formalities necessary for evaluating if the requirements are met:
      1. Requirement: The service provider must have an adequate ability to fulfil the contract.
      Including good expertise and experience from equivalent contracts Service providers must have provided at least 3 equivalent services (including work with person sensitive material) within the health sector.
      2. Requirement: The service provider shall have good capacity
      3. Requirement: The service provider shall have a good and relevant quality assurance system for this type of delivery.
      Minimum level(s) of standards possibly required:
      1. Documentation: has been implemented in the last 3 years and as a minimum it shall include:
      o Brief description of the delivery.
      (for information security the documentation must state that the service provider has indepth knowledge on the Health Register Acts, the Personal Data Act, Norm for information security in the health sector and NS-ISO 27001.
      For physical security the documentation must state that the service provider has indepth knowledge on the NS 5830 series on protection against and handling intended unwanted events).
      o Date of execution.
      o Scope of delivery in monetary amount.
      o Name, and telephone number for the reference person at the contracting authority.
      The Contracting Authority must have the possibility to contact the contact persons who are listed.
      Individual CVs are not requested under this qualification requirement.
      2. Documentation: Own company:
      A short, overall description of the company shall be given, including:
      An account of the company's business concept and core competencies related to the scope of the delivery.
      - An overview of the company's history, organisation and ownership, as well as a description of the current company including the number of consultants with sufficient competence and experience to fulfil the contract.
      The tender provider may choose to rely on other companies' capacity to meet the technical and professional qualification requirements.
      Collaborative partners/sub suppliers:
      With any collaborative constellations and use of sub suppliers, the service provider shall attach the following:
      - Name, address and organisation number (company registration) for the sub suppliers.
      - If the service provider is relying on subcontractors to meet one or more of the qualification requirements, adequate documentation should be provided to enable the subcontractors to prove that the requirement has been met.
      Liability declaration, partnership agreement or equivalent form of documentation which shows that the service provider actually prevails over the necessary resources of the listed sub-suppliers.
      3. Documentation: A concise description of the overall quality assurance system that the service provider will arrange in carrying out this contract.
      Certificate for the company's quality system/management system issued by independent bodies which certify that the service provider fulfils certain quality assurance standards, for example ISO 9001:2002
      Instead of attestation, other verifiable quality control systems are acceptable where relevant procedures, certificates and deviation, improvement etc. are documented.

      III.2.4) Information about reserved contracts

      III.3) Conditions specific to services contracts

      III.3.1) Information about a particular profession
      Execution of the service is reserved to a particular profession: no

      III.3.2) Staff responsible for the execution of the service
      Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

      Section IV: Procedure

      IV.1) Type of procedure

      IV.1.1) Type of procedure
      Open

      IV.1.2) Limitations on the number of operators who will be invited to tender or to participate

      IV.1.3) Reduction of the number of operators during the negotiation or dialogue

      IV.2) Award criteria

      IV.2.1) Award criteria
      The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

      IV.2.2) Information about electronic auction
      An electronic auction will be used: no

      IV.3) Administrative information

      IV.3.1) File reference number attributed by the contracting authority:
      14/1436

      IV.3.2) Previous publication(s) concerning the same contract
      no

      IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document
      Payable documents: no

      IV.3.4) Time limit for receipt of tenders or requests to participate
      10.10.2014 - 12:00

      IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates

      IV.3.6) Language(s) in which tenders or requests to participate may be drawn up
      Other: Norwegian.

      IV.3.7) Minimum time frame during which the tenderer must maintain the tender
      in days: 090 (from the date stated for receipt of tender)

      IV.3.8) Conditions for opening of tenders
      Persons authorised to be present at the opening of tenders: no

      Section VI: Complementary information

      VI.1) Information about recurrence
      This is a recurrent procurement: no

      VI.2) Information about European Union funds
      The contract is related to a project and/or programme financed by European Union funds: no

      VI.3) Additional information

      VI.4) Procedures for appeal

      VI.4.1) Body responsible for appeal procedures

      VI.4.2) Lodging of appeals

      VI.4.3) Service from which information about the lodging of appeals may be obtained

      VI.5) Date of dispatch of this notice:
      30.8.2014

    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 02.09.2014
Zuletzt aktualisiert 02.09.2014
Wettbewerbs-ID 2-178476 Status Kostenpflichtig
Seitenaufrufe 45