Development of iLottery Games

LEIA intends to enter into non-exclusive framework agreement with one or several professional partners to deliver studio capacity for game development. Scope of ProcurementLEIA intends to enter into non-exclusive framework agreement with one or several professional partners to deliver studio capacity for game development. The framework agreements will apply for …

CPV: 72000000 IT services: consulting, software development, Internet and support, 72220000 Systems and technical consultancy services, 72230000 Custom software development services, 92300000 Entertainment services, 92350000 Gambling and betting services, 92351000 Gambling services
Deadline:
Aug. 5, 2025, 10 a.m.
Deadline type:
Submitting a bid
Place of execution:
Development of iLottery Games
Awarding body:
LOTTERIES ENTERTAINMENT INNOVATION ALLIANCE AS
Award number:
LEIA 25-16

1. Buyer

1.1 Buyer

Official name : LOTTERIES ENTERTAINMENT INNOVATION ALLIANCE AS
Legal type of the buyer : International organisation
Activity of the contracting authority : Economic affairs

2. Procedure

2.1 Procedure

Title : Development of iLottery Games
Description : LEIA intends to enter into non-exclusive framework agreement with one or several professional partners to deliver studio capacity for game development. Scope of ProcurementLEIA intends to enter into non-exclusive framework agreement with one or several professional partners to deliver studio capacity for game development. The framework agreements will apply for 2 years from the time the contract is signed with an option for extension for another 1+1 year. It is expected that the bidders when submitting offers accept the attached contract terms. Any deviations to the contract shall be stated in the offer letter. Size of ProcurementLEIA estimate that purchasing services for a contract period of 2+1+1 years is in the range of 0.5-5 million Euros. The max purchase value will be 8m for the contract period.
Procedure identifier : d0383dc7-0ab9-4ff0-9261-214d6b6518ab
Internal identifier : LEIA 25-16
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 : Services
Main classification ( cpv ): 92351000 Gambling services
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72220000 Systems and technical consultancy services
Additional classification ( cpv ): 72230000 Custom software development services
Additional classification ( cpv ): 92300000 Entertainment services
Additional classification ( cpv ): 92350000 Gambling and betting services

2.1.2 Place of performance

Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 5 000 000 Euro
Maximum value of the framework agreement : 8 000 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - This procurement will be carried out in accordance with the Public Procurement Act of 17 June 2016 (LOA) and the public procurement regulations dated 12 August 2016 no. 974 (FOA). These regulations are based on the EEA directives for public procurements. This procurement is estimated to be above the EEA threshold and will therefore follow the regulations in he Public Procurement Regulations.

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).
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.
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.
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.
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 : Development of iLottery Games
Description : LEIA intends to enter into non-exclusive framework agreement with one or several professional partners to deliver studio capacity for game development. Scope of ProcurementLEIA intends to enter into non-exclusive framework agreement with one or several professional partners to deliver studio capacity for game development. The framework agreements will apply for 2 years from the time the contract is signed with an option for extension for another 1+1 year. It is expected that the bidders when submitting offers accept the attached contract terms. Any deviations to the contract shall be stated in the offer letter. Size of ProcurementLEIA estimate that purchasing services for a contract period of 2+1+1 years is in the range of 0.5-5 million Euros. The max purchase value will be 8m for the contract period.
Internal identifier : LEIA 25-16

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 92351000 Gambling services
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72220000 Systems and technical consultancy services
Additional classification ( cpv ): 72230000 Custom software development services
Additional classification ( cpv ): 92300000 Entertainment services
Additional classification ( cpv ): 92350000 Gambling and betting services

5.1.2 Place of performance

Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 5 000 000 Euro
Maximum value of the framework agreement : 8 000 000 Euro

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) : yes

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that: Minimum qualification requirements
Criterion : References on specified services
Description : Only for services: In the reference period, the tenderer has carried out the following important goods deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three years to be taken into consideration. Minimum qualification requirements

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Deadline for requesting additional information : 15/07/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/259130503.aspx

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 05/08/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 05/08/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : yes
Additional information about the non-disclosure agreement : See appendix 7A
Electronic invoicing : Allowed
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 4
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : LOTTERIES ENTERTAINMENT INNOVATION ALLIANCE AS -
Information about review deadlines : This procurement will be carried out in accordance with the Public Procurement Act of 17 June 2016 (LOA) and the public procurement regulations dated 12 August 2016 no. 974 (FOA). These regulations are based on the EEA directives for public procurements. This procurement is estimated to be above the EEA threshold and will therefore follow the regulations in parts I and part III of the Public Procurement Regulations. There will not be negotiations in this competition. Tenderers are encouraged to submit their best tenders, as they will not be able to revise it after the submission deadline. Furthermore, attention is referred to as tenders that include significant deviations from the tender documents shall be rejected, in accordance with the Public Procurement Regulations § 24-8 (1) b. The contracting authority can reject tenders that include deviations from the tender documents, uncertainties etc. that are not considered immaterial, in accordance with the Public Procurement Regulations § 24-8 (2) a. Tenderers are encouraged to familiarise themselves with the regulations regarding rejection of tenders in the Public Procurement Regulations.
Organisation providing additional information about the procurement procedure : LOTTERIES ENTERTAINMENT INNOVATION ALLIANCE AS -
Organisation providing offline access to the procurement documents : LOTTERIES ENTERTAINMENT INNOVATION ALLIANCE AS -

8. Organisations

8.1 ORG-0001

Official name : LOTTERIES ENTERTAINMENT INNOVATION ALLIANCE AS
Registration number : 921756763
Postal address : Måsåbekkvegen 20
Town : HAMAR
Postcode : 2315
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Contact point : Morten Eriksen
Telephone : +4795289044
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents

8.1 ORG-0002

Official name : LOTTERIES ENTERTAINMENT INNOVATION ALLIANCE AS
Registration number : 921756763
Postal address : Måsåbekkvegen 20
Town : Hamar
Postcode : 2315
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Contact point : Morten Eriksen
Telephone : +4795289044
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : 9921c63a-67fe-4463-b42f-3d2721ea4fe5 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 18/06/2025 12:01 +00:00
Notice dispatch date (eSender) : 18/06/2025 12:04 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00398814-2025
OJ S issue number : 116/2025
Publication date : 19/06/2025