Competition implementation tool/Contract management tool

The Kongsberg region, with accompanying organisations, shall procure a competition implementation tool (hereafter called KGV) and a contract follow-up tool (hereafter called KAV) for public procurements. We would like one system for both functions as it is not considered appropriate to have several systems for this. We have limited resources, …

CPV: 48000000 Software package and information systems, 48490000 Procurement software package
Deadline:
Aug. 15, 2025, 10 a.m.
Deadline type:
Submitting a bid
Place of execution:
Competition implementation tool/Contract management tool
Awarding body:
KONGSBERGREGIONENS KOMMUNALE OPPGAVEFELLESSKAP FOR TJENESTEUTVIK
Award number:
479

1. Buyer

1.1 Buyer

Official name : KONGSBERGREGIONENS KOMMUNALE OPPGAVEFELLESSKAP FOR TJENESTEUTVIK
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Competition implementation tool/Contract management tool
Description : The Kongsberg region, with accompanying organisations, shall procure a competition implementation tool (hereafter called KGV) and a contract follow-up tool (hereafter called KAV) for public procurements. We would like one system for both functions as it is not considered appropriate to have several systems for this. We have limited resources, and we have many users. Therefore, we need the most seamless system to ensure good continuity throughout the entire procurement and contract process. The Kongsberg region currently employs both Mercell MSS and Artifik as KGV. Mercell MSS has been in use since 2019, while Artifik has been a trial subscription in 2025. In 2024 we carried out 31 procurements, of which 17 parts I, 3 parts II and 11 part III. So far in 2025 we have carried out or started 16 procurements, of which 6 part I, 1 part II and 9 part III. Kongsbergregionen's central purchasing consultants shall have a general role in the procurement organisation, so we need these (2 persons), as well as procurement contacts in four of the municipalities (four persons per day) must have access to all of the organisations ́us licences to run announcements for one or several municipalities in the organisation. See the illustration in Annex 2. Requirement specifications for detailed explanation of distribution and roles. We need a flexible system that can transfer and/or change the license set up simply and quickly, as we are a procurement cooperation in development. Furthermore, each municipality must have the possibility of giving editing rights to internal resources. See detailed information on this in annex 2. Requirement specifications. KGV shall mainly be used for the publication of competitions and the possibility for tenderers to submit tenders electronically, as well as to use an overview of contracts as well as contract follow-up. The tool must be adapted to the procurement regulations so that competitions can be announced after all legal procedures, including mini-competitions. Tenderers must ensure that the system is maintained and updated in the event of legal changes, and that maintenance/updates are notified to the Kongsberg region. In the case of KAV, this must ensure a seamless transfer of the awarded contract to this part of the system. It shall be possible to keep an overview of the contract portfolio, options for setting up different notifications and the possibility to post contract follow-up activities (also manually). The system must have an option for electronic signing of signed contracts. The Kongsberg region uses Elements as its archive system and integration with the archive system must be possible (see the section on options in annex 2. Requirement specifications). The system shall, as mentioned, mainly benefit from the announcement of competitions and receipt of tenders, as well as an overview of contracts and agreement follow-up. The expectations as described above are minimum expectations, but if the system includes functions beyond this, the Kongsberg Region also wants access to these. Tenderers shall submit their best tender. We will use an SSA-L for this procurement. Tenderers are requested to submit a tender with this set-up: 1. Completed tender letter 2. Completed price form 3. Completed description of the offered solution, as requested in the requirement specification (can be answered in the requirement specification or as separate annexes). 4. Censured tenders (see annex 8 'sladding guidelines'). Attachment: 1. Tender letter - template 2. Requirement Specifications 3. Price Form 4. Data Processing Contract 5. Data processing agreement annex 6. SSA-L 7. SSA-L Annex 8. Guidelines for sladding
Procedure identifier : c915d900-e0d0-4b89-9ca6-f58d6ee8011e
Internal identifier : 479
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48490000 Procurement software package

2.1.2 Place of performance

Country subdivision (NUTS) : Buskerud ( NO085 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 3 500 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national law : 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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
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.
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
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 combating organised crime (EUT L 300 of 11.11.2008, p. 42).
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?
Breaching of obligations in the fields of environmental law : Is the tenderer aware of breaches of environmental provisions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
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).
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).
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).
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
Breaching of obligations in the fields of labour law : Is the tenderer aware of breaches of provisions on working conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
Misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Has the tenderer: a) given grossly incorrect information with the notification of the information required to verify that there is no basis for rejection, or of the qualification requirements being fulfilled, b) failed to provide such information, c) made reservations immediately to present the supporting documents requested by the contracting authority, or d) improperly affected 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 : Is the tenderer 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?
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.
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 in the fields of social law : Is the tenderer aware of breaches of provisions on social conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
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?
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
Breaching obligation relating to payment of taxes : Has the tenderer not fulfilled all of his tax and duty obligations in both the country where he is established and in the contracting authority's member state, if this is a different country than what he is established in?
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.
Offence concerning its professional conduct in the domain of defence procurement : 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, have been legally convicted of offences regarding professional behaviour in defence procurements?
Lack of reliability to exclude risks to the security of the country : Is the tenderer assessed to lack reliability that is necessary to exclude the risk of national security?
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.

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Competition implementation tool/Contract management tool
Description : The Kongsberg region, with accompanying organisations, shall procure a competition implementation tool (hereafter called KGV) and a contract follow-up tool (hereafter called KAV) for public procurements. We would like one system for both functions as it is not considered appropriate to have several systems for this. We have limited resources, and we have many users. Therefore, we need the most seamless system to ensure good continuity throughout the entire procurement and contract process. The Kongsberg region currently employs both Mercell MSS and Artifik as KGV. Mercell MSS has been in use since 2019, while Artifik has been a trial subscription in 2025. In 2024 we carried out 31 procurements, of which 17 parts I, 3 parts II and 11 part III. So far in 2025 we have carried out or started 16 procurements, of which 6 part I, 1 part II and 9 part III. Kongsbergregionen's central purchasing consultants shall have a general role in the procurement organisation, so we need these (2 persons), as well as procurement contacts in four of the municipalities (four persons per day) must have access to all of the organisations ́us licences to run announcements for one or several municipalities in the organisation. See the illustration in Annex 2. Requirement specifications for detailed explanation of distribution and roles. We need a flexible system that can transfer and/or change the license set up simply and quickly, as we are a procurement cooperation in development. Furthermore, each municipality must have the possibility of giving editing rights to internal resources. See detailed information on this in annex 2. Requirement specifications. KGV shall mainly be used for the publication of competitions and the possibility for tenderers to submit tenders electronically, as well as to use an overview of contracts as well as contract follow-up. The tool must be adapted to the procurement regulations so that competitions can be announced after all legal procedures, including mini-competitions. Tenderers must ensure that the system is maintained and updated in the event of legal changes, and that maintenance/updates are notified to the Kongsberg region. In the case of KAV, this must ensure a seamless transfer of the awarded contract to this part of the system. It shall be possible to keep an overview of the contract portfolio, options for setting up different notifications and the possibility to post contract follow-up activities (also manually). The system must have an option for electronic signing of signed contracts. The Kongsberg region uses Elements as its archive system and integration with the archive system must be possible (see the section on options in annex 2. Requirement specifications). The system shall, as mentioned, mainly benefit from the announcement of competitions and receipt of tenders, as well as an overview of contracts and agreement follow-up. The expectations as described above are minimum expectations, but if the system includes functions beyond this, the Kongsberg Region also wants access to these. Tenderers shall submit their best tender. We will use an SSA-L for this procurement. Tenderers are requested to submit a tender with this set-up: 1. Completed tender letter 2. Completed price form 3. Completed description of the offered solution, as requested in the requirement specification (can be answered in the requirement specification or as separate annexes). 4. Censured tenders (see annex 8 'sladding guidelines'). Attachment: 1. Tender letter - template 2. Requirement Specifications 3. Price Form 4. Data Processing Contract 5. Data processing agreement annex 6. SSA-L 7. SSA-L Annex 8. Guidelines for sladding
Internal identifier : 569

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48490000 Procurement software package
Options :
Description of the options : We would like an option for integration with archive (Elements) to be priced and enclosed with the tender. The option can be taken up by the municipalities that would like to use the function.

5.1.2 Place of performance

Country subdivision (NUTS) : Buskerud ( NO085 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 01/12/2025
Other duration : Unlimited

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 : Notice
Criterion : Enrolment in a trade register
Description : Company Registration Certificate, maximum 1 year old. Documentation requirements: Company Registration Certificate, maximum 1 year old.
Criterion : Other economic or financial requirements
Description : Tax Certificate, not older than 6 months. Documentation requirements: Tax Certificate, not older than 6 months.

5.1.10 Award criteria

Criterion :
Type : Price
Name :
Description : Price form
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Quality
Name :
Description : Completed description as stated in section 6 in the requirement specifications.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Quality
Name :
Description : This procurement is considered to have an immaterial impact on climate and environment, cf. the Regulations §7-9, fifth paragraph. The justification for this is that the procurement concerns the procurement of a computer system where the contracting authority has been cut off from affecting the climate and environmental impact, as the requirements and criteria that are directed at these elements will not have sufficient connection to the delivery. Cf. DFØ ́s environment supervisor.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 0
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Access to certain procurement documents is restricted
Information about restricted documents is available at : https://app.artifik.no/procurements/479
Ad hoc communication channel :
Name : e-Tendering

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English, Norwegian
Electronic catalogue : Not allowed
Deadline for receipt of tenders : 15/08/2025 10:00 +00:00
Deadline until which the tender must remain valid : 108 Day
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : N/A
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : N/A

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 : Buskerud tingrett -
Organisation providing additional information about the procurement procedure : KONGSBERGREGIONENS KOMMUNALE OPPGAVEFELLESSKAP FOR TJENESTEUTVIK -
Organisation providing more information on the review procedures : KONGSBERGREGIONENS KOMMUNALE OPPGAVEFELLESSKAP FOR TJENESTEUTVIK -
Organisation receiving requests to participate : Artifik AS -

8. Organisations

8.1 ORG-0001

Official name : KONGSBERGREGIONENS KOMMUNALE OPPGAVEFELLESSKAP FOR TJENESTEUTVIK
Registration number : 995969653
Postal address : Dyrmyrgata 38
Town : KONGSBERG
Postcode : 3616
Country subdivision (NUTS) : Buskerud ( NO085 )
Country : Norway
Contact point : Hanne Kathrine Waade
Telephone : +47 46505180
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Buskerud tingrett
Registration number : 826726342
Postal address : Postboks 1066 Bragernes
Town : Drammen
Postcode : 3001
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : +47 32211600
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Artifik AS
Registration number : 925364967
Postal address : Stortingsgata 12
Town : Oslo
Postcode : 0161
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : +47 46630107
Internet address : https://artifik.no
Roles of this organisation :
Procurement service provider
Organisation receiving requests to participate
Notice information
Notice identifier/version : 19931e0d-26bf-473c-bfce-03adeff7dfc0 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 20/06/2025 11:05 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00402132-2025
OJ S issue number : 118/2025
Publication date : 24/06/2025