Publications Office of the EU
Service and maintenance of Cisco network equipment HMN - EU tenders
DisplayCustomHeader
Procurement Detail Actions Portlet
OP Portal - Procurement - Details

Service and maintenance of Cisco network equipment HMN

  • Published
    28/11/2024
  • Deadline
    03/01/2025
  • Opening of tenders
    03/01/2025
  • Today
    15/07/2025
Status
Submission closed
Type of contract
Services
Subject for Renewal
No
Buyer
SYKEHUSINNKJØP HF
Place of performance
NUTS code: Multiple place of performance
Location of buyer
NUTS code: NO074 Troms og Finnmark/Romsa ja Finnmárku/Tromssa ja Finmarkku
Business sector (Main CPV)
72315100 Data network support services
Total estimated contract value (excluding VAT)
Not available
Total final contract value (excluding VAT)
Not available
Tender reference number
2024/1215
Description

The objective of the procurement is to establish a new contract for maintenance and support for Cisco network equipment. Hemit HF, hereafter known as the Customer, its existing contract expires in winter 2025 and a new contract is needed for support and maintenance of Cisco Network Equipment. Support maintenance means, among other things, access to updated software for the equipment, as well as spare parts and replacement of them. The contract includes completion procurements of licences and maintenance of equipment stated in Annex 7 Annex 1.

Submission Method
Electronic via:
https://permalink.mercell.com/243872297.aspx
Tenders may be submitted
Electronic submission: required
https://permalink.mercell.com/243872297.aspx
Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
Not available
Conditions for opening tenders (date)
03/01/2025 12:00
Award method
Criterion:
Type: quality
Description: The evaluation requirements in the requirement specifications will be fulfilled. The contracting authority ́s professionals will assess based on information given in the tender in the requirements marked with B. Requirement 25 is weighted higher than requirements 22, 23 and 24. The contracting authority will give points on the basis of an evaluation model where the best tender offer under each award criterion will get 10 points. Other tenders will get points according to a relative difference from the best tender. The customer ́s professionals will assess the responses based on the information given in the tender.
Weight (percentage, exact): 20
Criterion:
Type: price
Description: Price is weighted 80% of the award criteria and evaluated in accordance with the relative method. Tenders with the lowest total price will be awarded points score 10. The contracting authority reserves the right to choose a different evaluation method if the received tenders have an hourly rate of NOK 0,- OR approx. NOK 0.- NOK/is a price difference of more than 100%, as the original planned evaluation method is not technically feasible or will not give a correct picture of relevant differences between the tenders. The requirement is to be documented by a completed SSA-V annex 7 Total price and price terms and tenderers shall state the price for: • Licence costs (35 %) • HW maintenance and support (35 %) • The tenderer ́s list price for complementary procurements of licences and maintenance of equipment (20 %) • Establishment cost (5 %) • Hourly rates consultants (5 %) Ongoing costs will be calculated for the duration of the agreement. No other costs shall apply to the Customer in connection with the implementation and execution of the contract than those stated by the tenderer in the completed SSA-V annex 7 Total Price and Price Terms.
Weight (percentage, exact): 80
Criterion:
Type: quality
Description: It is considered in this procurement that the use of minimum requirements in the requirement specifications and/or in the contract will give a clearly better climate and environmental effect than that achieved by weighting the climate and environment by 30%. The effect achieved by setting minimum requirements is better target achievement of environmental requirements, by demanding how much of the transport shall be carried out with zero emission vehicles. By requiring documented environmental management as part of the minimum requirements, tenderers are to invest in durable environmental systems such as ISO 14001 or EMAS, which ensure long-term environmental responsibility and improvement. This can give a more systematic and uniform approach to the environmental work. Determining such minimum requirements will, according to the contracting authority ́s assessment, give a clearly greater environmental effect by ensuring that the winning tenderer ́s services/products fulfil the environmental requirements set, which is not secured by weighting equivalent requirements by 30%.
Weight (percentage, exact): 0
Estimated value
Not available
Final contracted value
Not available
Award of contract
Not available
Prior information
Contract
Award
Footnote - legal notice

This content published on this page is meant purely as an additional service and has no legal effect. The Union's institutions do not assume any liability for its contents. The official versions of the relevant tendering notices are those published in the Supplement of Official Journal of the European Union and available in TED. Those official texts are directly accessible through the links embedded in this page. For more information please see Public Procurement Explainability and Liability notice.