Procurement of ERP systems for Møre og Romsdal and Nordland counties - negotiated procedure after a prior notice, two stages.

Møre og Romsdal and Nordland county invite tenderers to a competition for new Enterprise Resource Planning (ERP) systems. The procurement will be carried out as a joint competition, but separate tenders shall be submitted for each county. The tenders will be evaluated separately, and two independent contracts will be signed. …

CPV: 72212440 Услуги по разработване на софтуер за финансови анализи и счетоводство, 48440000 Софтуерни пакети за финансови анализи и счетоводство, 48451000 Софтуерни пакети за планиране на ресурсите в предприятието, 48812000 Системи за информация във финансовата област, 72212441 Услуги по разработване на софтуер за финансови анализи, 72212445 Услуги по разработване на софтуер за управление на връзките с клиентите, 72260000 Услуги, свързани със софтуерни продукти
Място на изпълнение:
Procurement of ERP systems for Møre og Romsdal and Nordland counties - negotiated procedure after a prior notice, two stages.
Издаващ орган:
Nordland fylkeskommune
Номер на наградата:
2025/19567

1. Buyer

1.1 Buyer

Official name : Nordland fylkeskommune
Legal type of the buyer : Regional authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Procurement of ERP systems for Møre og Romsdal and Nordland counties - negotiated procedure after a prior notice, two stages.
Description : Møre og Romsdal and Nordland county invite tenderers to a competition for new Enterprise Resource Planning (ERP) systems. The procurement will be carried out as a joint competition, but separate tenders shall be submitted for each county. The tenders will be evaluated separately, and two independent contracts will be signed. The procedure used is a negotiated procedure after a prior notice, cf. The Public Procurement Regulations (FOA) §§ 13-1, 13-2, 23-7 and 23-11. It is planned to invite 3-5 qualified tenderers to submit tender offers and participate in negotiations. If fewer than five are qualified, the competition will be held with the qualified. If more than five are qualified, the selection of tenderers to submit tenders will be made based on the selection criteria. The contracting authority reserves the right to award the contract on the basis of the first tender among those who are invited to submit a tender. The systems shall be cloud based and cover the areas of finance, accounting, purchasing, payroll and HR. Emphasis will be put on user friendliness, automation, good decision support and a high degree of security and compliance with the current rules. The implementation shall occur during 2026, with the aim of ordinary operation from and including the financial year 2027. The counties work closely together in the tender implementation and see options for synergies in implementation and training, but the systems shall be adapted to each individual county ́s needs.
Procedure identifier : 6e627d82-0c68-443d-8bf1-fc74332d5b0c
Internal identifier : 2025/19567
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Main features of the procedure : The systems shall be modern, cloud based ERP systems that shall be a central tool for management, streamlining and digital transformation in both organisations. The systems shall cover the entire spectrum of ERP functionality within finance, accounting, procurement, payroll and HR, and be built on a future orientated architecture that facilitates integration, automation and continuous development. We look for: A system that provides efficient and uniform work processes, with a high degree of automation and minimal manual handling. User friendliness and accessibility for all roles in the organisation, with intuitive interface, universal design and support for self-service. Flexible reporting and analysis that provides managers and decision makers with real time insight and that supports statutory reporting requirements (KOSTRA, SAF-T, ESG etc.). Security and compliance with applicable laws and regulations, including the GDPR, the Municipal Act and information security requirements (ISO 27001 or equivalent). Transparency and integration possibilities, with standardised APIs and support for FINT components, so that the system can interact with existing and future systems. Future orientated technology, with an option to use KI/AI functionality, automated processes and new digital services in the contract period. Scope and complexity: Both counties have extensive activities with several thousand employees, complex organisation structures and a large number of integrations with other systems. The system shall handle large amounts of data and high transaction volumes, with requirements for performance, stability and high availability. There is a need for functionality that supports both daily operation and strategic management, including budgeting, prognoses, resource planning and HR processes.Implementation and cooperation: The implementation shall be implemented in 2026, with the goal of full operation from 1 January 2027.Tenderers must be able to offer a structured and predictable implementation process, including migration of data, integration with other systems, training and tests. Emphasis will be put on the tenderer ́s ability to act as a strategic partner that contributes to profit realisation and continual improvement throughout the entire contract period. Options and further development: There will be options on functionality such as project management, warehouse management, competence and employee development, resource planning and learning modules. The system shall be able to be further developed in accordance with the county ́s needs and technological changes.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72212440 Financial analysis and accounting software development services
Additional classification ( cpv ): 48440000 Financial analysis and accounting software package
Additional classification ( cpv ): 48451000 Enterprise resource planning software package
Additional classification ( cpv ): 48812000 Financial information systems
Additional classification ( cpv ): 72212441 Financial analysis software development services
Additional classification ( cpv ): 72212445 Customer Relation Management software development services
Additional classification ( cpv ): 72260000 Software-related services

2.1.2 Place of performance

Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway

2.1.2 Place of performance

Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 10 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - §§ 13-1, 13-2, 23-7 and 23-11

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
Corruption : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a enforceable verdict has been convicted of corruption by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Corruption as defined in Article 3 of the Convention on Combating Corruption, Involving European Communities or European Union Member States (EUT C 195 of 25.6.1997, s. 1), and in Article 2, point 1, in the Council ́s framework decision 2003/568/RIA of 22 July 2003 on combating corruption in the private sector (EUT L 192 of 31.7.2003, p. 54). This rejection reason also includes corruption as defined in national law for the contracting authority or supplier.
Fraud : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted of fraud has been convicted of fraud by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Fraud included in Article 1 of the Convention on protection of the Financial Interests of the European Communities (EFT C 316 of 27.11.1995, p. 48).
Money laundering or terrorist financing : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of money laundering or financing terrorism by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Money laundering or financing terrorism As defined in Article 1 of the European Parliament and Council Directive 2005/60/EF of 26 October 2005 on preventive measures against the use of the financial system for money laundering and financing terrorism (EUT L 309 of 25.11.2005, p. 15).
Participation in a criminal organisation : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted verdict of participation in a criminal organisation by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Participation in a criminal organisation as defined in Article 2 of the Council ́s framework decision 2008/841/RIA of 24 October 2008 on control of organised crime (EUT L 300 of 11.11.2008, p. 42)
Terrorist offences or offences linked to terrorist activities : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body, or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of acts of terrorism or criminal acts connected to terrorist activities by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Acts of terrorism or criminal acts relating to terrorist activity as defined in Article 1 and 3 of the Council ́s framework decision 2002/475/RIA of 13 June 2002 on combating terrorism (EFT L 164, af 22.6.2002, p. 3). This rejection reason also includes incitement to, participation or attempts to commit such actions as included in Article 4 in the mentioned framework decision.
Child labour and including other forms of trafficking in human beings : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of child labour and other forms of human trafficking by a verdict handed down no more than five years ago, or a rejection period determined directly in the judgement that still applies? Child labour and other forms of human trafficking as defined in Article 2 of the European Parliament and council directive 2011/36/EU of 5. 1 April 2011 on the prevention and control of human trafficking and the protection of its victims and for compensation of the Council ́s framework decision 2002/629/RIA (EUT L 101 of 15.4.2011, p. 1).
Agreements with other economic operators aimed at distorting competition : Has the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition?
Grave professional misconduct : Has the tenderer committed serious errors in professional practice? If relevant, see the definitions in national law, the relevant notice or procurement documents.
Misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Have the tenderer:a) given grossly incorrect information when notifying the information required to verify that there is no basis for rejection, or of the qualification requirements being met,b) failed to provide such information,c) subject to immediately submitting the supporting documents requested by the Contracting Authority, ord) improperly affecting the Contracting Authority's decision process to acquire confidential information that could give this an unlawful advantage in connection with competition, or negligently has given misleading information that can have a significant influence on decisions on rejection, selection or award?
Conflict of interest due to its participation in the procurement procedure : Are tenderers aware of a conflict of interest as stated in national law, the relevant notice or procurement documents?
Direct or indirect involvement in the preparation of this procurement procedure : Has the tenderer or an entity associated with the supplier advised the contracting authority or in another way been involved in the planning of the competition?
Early termination, damages, or other comparable sanctions : Has the tenderer committed significant breaches of contract in connection with the fulfilment of a previous public contract, a previous contract with a public contracting authority or a previous concession contract, where the breach has led to the cancellation of the contract, compensation or other similar sanctions?
Breaching of obligations set under purely national exclusion grounds : The contracting authority shall state that in Norway there are national rejection reasons. These shall be described in the procurement documents. Tenderers must respond to whether they are in one or more of the situations described in the national rejection reasons. Will the purely national rejection reasons, as stated in the relevant notice or in the procurement documents, apply?
Breaching obligation relating to payment of social security contributions : Have tenderers failed to fulfil all their social security obligations in the country where they are established and in their member state, if this is a different country than what he is established in?
Breaching obligation relating to payment of taxes : Has the tenderer not fulfilled his tax and duty obligations in the country in which he is established, and in the contracting authority's member state, if this is a different country than what he is established in?
Business activities are suspended : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Bankruptcy : Is the tenderer in a bankruptcy situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Arrangement with creditors : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Insolvency : Is the tenderer in an insolvency situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Assets being administered by liquidator : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national law : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Procurement of ERP systems for Møre og Romsdal and Nordland counties - negotiated procedure after a prior notice, two stages.
Description : Møre og Romsdal and Nordland county invite tenderers to a competition for new Enterprise Resource Planning (ERP) systems. The procurement will be carried out as a joint competition, but separate tenders shall be submitted for each county. The tenders will be evaluated separately, and two independent contracts will be signed. The procedure used is a negotiated procedure after a prior notice, cf. The Public Procurement Regulations (FOA) §§ 13-1, 13-2, 23-7 and 23-11. It is planned to invite 3-5 qualified tenderers to submit tender offers and participate in negotiations. If fewer than five are qualified, the competition will be held with the qualified. If more than five are qualified, the selection of tenderers to submit tenders will be made based on the selection criteria. The contracting authority reserves the right to award the contract on the basis of the first tender among those who are invited to submit a tender. The systems shall be cloud based and cover the areas of finance, accounting, purchasing, payroll and HR. Emphasis will be put on user friendliness, automation, good decision support and a high degree of security and compliance with the current rules. The implementation shall occur during 2026, with the aim of ordinary operation from and including the financial year 2027. The counties work closely together in the tender implementation and see options for synergies in implementation and training, but the systems shall be adapted to each individual county ́s needs.
Internal identifier : 2025/19567

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72212440 Financial analysis and accounting software development services
Additional classification ( cpv ): 48440000 Financial analysis and accounting software package
Additional classification ( cpv ): 48451000 Enterprise resource planning software package
Additional classification ( cpv ): 48812000 Financial information systems
Additional classification ( cpv ): 72212441 Financial analysis software development services
Additional classification ( cpv ): 72212445 Customer Relation Management software development services
Additional classification ( cpv ): 72260000 Software-related services

5.1.2 Place of performance

Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 10 000 000 Norwegian krone

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) : no

5.1.9 Selection criteria

Sources of selection criteria : Procurement Document
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 3
Maximum number of candidates to be invited for the second stage of the procedure : 5
The procedure will take place in successive stages. At each stage, some participants may be eliminated
The buyer reserves the right to award the contract on the basis of the initial tenders without any further negotiations

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Address of the procurement documents : https://permalink.mercell.com/264034881.aspx

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 10/10/2025
Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Not allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Deadline for receipt of requests to participate : 06/10/2025 10:00 +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 :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Salten og Lofoten tingrett
Information about review deadlines : See the tender documents
Organisation providing more information on the review procedures : Nordland fylkeskommune
Organisation receiving requests to participate : Nordland fylkeskommune
Organisation processing tenders : Nordland fylkeskommune

8. Organisations

8.1 ORG-0001

Official name : Nordland fylkeskommune
Registration number : 964982953
Postal address : Prinsensgate 100
Town : BODØ
Postcode : 8048
Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway
Contact point : Hans Jørgen Kibsgaard
Telephone : +47 75650000
Fax : +47 75650801
Internet address : http://www.nfk.no
Roles of this organisation :
Buyer
Organisation receiving requests to participate
Organisation processing tenders
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Salten og Lofoten tingrett
Registration number : 826723122
Town : Bodø
Postcode : 8001
Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : 628267a8-7765-4d08-bc41-ff94fb0264de - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 03/09/2025 07:01 +00:00
Notice dispatch date (eSender) : 03/09/2025 07:28 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00578302-2025
OJ S issue number : 169/2025
Publication date : 04/09/2025