General system support for control - stage 1 - qualification

The Norwegian Parliament needs to strengthen its ability for general management and follow-up of the business. This includes ensuring that managers at all levels have access to a modern and efficient management tool that provides the necessary support for planning, implementing and following up the company ́s goals and assignments. …

CPV: 48000000 Software package and information systems, 48400000 Business transaction and personal business software package, 48441000 Financial analysis software package, 48444000 Accounting system, 48462000 Mathematical or forecasting software package, 48482000 Business intelligence software package, 48900000 Miscellaneous software package and computer systems, 72000000 IT services: consulting, software development, Internet and support, 72200000 Software programming and consultancy services, 72220000 Systems and technical consultancy services, 72250000 System and support services
Place of execution:
General system support for control - stage 1 - qualification
Awarding body:
Stortinget
Award number:
2025/3369

1. Buyer

1.1 Buyer

Official name : Stortinget
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : General system support for control - stage 1 - qualification
Description : The Norwegian Parliament needs to strengthen its ability for general management and follow-up of the business. This includes ensuring that managers at all levels have access to a modern and efficient management tool that provides the necessary support for planning, implementing and following up the company ́s goals and assignments. Such a tool shall contribute to ensuring that the Norwegian Parliament fulfils its mandate and manages its resources in an efficient and transparent way. The objective of the procurement is to establish a management system that provides: General management The system shall contribute to connecting performance management, risk management and financial management, thus achieving a close link between strategic objectives, resource use and results Effective reporting The system shall ensure transparent and quality good reporting that provides insight into goal achievement, risk and financial status Support for managers at all levels The system shall be a tool that gives managers easy access Relevant management information, adapted to their role and responsibility, the procurement shall allow the Storting's administration to go from strategy to action in an efficient way, with the support of a comprehensive management system adapted to the business ́s needs. It is a vision for management and control in the Norwegian Parliament ́s administration that the time consumption and reporting burden for line managers shall be significantly reduced over time. Today managers are often referred to trade systems for the necessary information on status in their departments or sections. Such information shall, over time, be made available in another way, in a management system where managers are more fully presented to an expected status prepared by the central management unit, and are tasked with verifying/correcting this status instead of reporting information already in source systems/trade systems. We would like the market to show how such a vision in the management can be realised. The competition is a negotiated procedure, the first phase is a qualification and the second phase is a competition.
Procedure identifier : 48e931b1-090f-4b09-9b33-2533d324e38b
Internal identifier : 2025/3369
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 : General system for control

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48400000 Business transaction and personal business software package
Additional classification ( cpv ): 48441000 Financial analysis software package
Additional classification ( cpv ): 48444000 Accounting system
Additional classification ( cpv ): 48462000 Mathematical or forecasting software package
Additional classification ( cpv ): 48482000 Business intelligence software package
Additional classification ( cpv ): 48900000 Miscellaneous software package and computer systems
Additional classification ( cpv ): 72200000 Software programming and consultancy services
Additional classification ( cpv ): 72220000 Systems and technical consultancy services
Additional classification ( cpv ): 72250000 System and support services

2.1.2 Place of performance

Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - Negotiated procedure. The first phase is qualification and the second phase is a competition. All relevant documents are available in both phases.

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 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?

5. Lot

5.1 Lot technical ID : LOT-0000

Title : General system support for control - stage 1 - qualification
Description : The Norwegian Parliament needs to strengthen its ability for general management and follow-up of the business. This includes ensuring that managers at all levels have access to a modern and efficient management tool that provides the necessary support for planning, implementing and following up the company ́s goals and assignments. Such a tool shall contribute to ensuring that the Norwegian Parliament fulfils its mandate and manages its resources in an efficient and transparent way. The objective of the procurement is to establish a management system that provides: General management The system shall contribute to connecting performance management, risk management and financial management, thus achieving a close link between strategic objectives, resource use and results Effective reporting The system shall ensure transparent and quality good reporting that provides insight into goal achievement, risk and financial status Support for managers at all levels The system shall be a tool that gives managers easy access Relevant management information, adapted to their role and responsibility, the procurement shall allow the Storting's administration to go from strategy to action in an efficient way, with the support of a comprehensive management system adapted to the business ́s needs. It is a vision for management and control in the Norwegian Parliament ́s administration that the time consumption and reporting burden for line managers shall be significantly reduced over time. Today managers are often referred to trade systems for the necessary information on status in their departments or sections. Such information shall, over time, be made available in another way, in a management system where managers are more fully presented to an expected status prepared by the central management unit, and are tasked with verifying/correcting this status instead of reporting information already in source systems/trade systems. We would like the market to show how such a vision in the management can be realised. The competition is a negotiated procedure, the first phase is a qualification and the second phase is a competition.
Internal identifier : 2025/3369

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48400000 Business transaction and personal business software package
Additional classification ( cpv ): 48441000 Financial analysis software package
Additional classification ( cpv ): 48444000 Accounting system
Additional classification ( cpv ): 48462000 Mathematical or forecasting software package
Additional classification ( cpv ): 48482000 Business intelligence software package
Additional classification ( cpv ): 48900000 Miscellaneous software package and computer systems
Additional classification ( cpv ): 72200000 Software programming and consultancy services
Additional classification ( cpv ): 72220000 Systems and technical consultancy services
Additional classification ( cpv ): 72250000 System and support services

5.1.2 Place of performance

Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 19/10/2025
Duration end date : 01/10/2035

5.1.6 General information

Reserved participation : Participation is not reserved.
The names and professional qualifications of the staff assigned to perform the contract must be given : Not required
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
Information about previous notices :
Identifier of the previous notice : 108361-2025

5.1.7 Strategic procurement

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Maximum number of tenders passing : 5
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 Demand: Tenderers shall have sufficient economic and financial capacity to be able to fulfil the contract. Documentation: The contracting authority will obtain credit appraisal on its own initiative. The contract is subject to requesting the last annual accounts with relevant information.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Maximum number of tenders passing : 5
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 Demand: Tenderers shall have relevant experience from the delivery of systems for general system support for management as defined in the requirement specification Annex 1. Documentation: Short description of the most important relevant deliveries in the last three years, including information on the contract ́s value, duration, name of the contracting authority and a brief description of the assignment ́s content. Tenderers must demonstrate their presence and capacity in the market as defined in the requirement specifications Annex 1.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Maximum number of tenders passing : 5
Criterion : Certificates by independent bodies about quality assurance standards
Description : Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements? Minimum qualification requirements
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Maximum number of tenders passing : 5
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards? Minimum qualification requirements
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Maximum number of tenders passing : 5
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

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Address of the procurement documents : https://permalink.mercell.com/259868336.aspx
Ad hoc communication channel :
Name : Mercell

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Not allowed
Variants : Not allowed
Deadline for receipt of requests to participate : 18/08/2025 08:00 +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
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : SSA-L

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 : Oslo tingrett
Information about review deadlines : See the tender documentation and loa/FOA

8. Organisations

8.1 ORG-0001

Official name : Stortinget
Registration number : 971524960
Postal address : Karl Johans gate 22
Town : OSLO
Postcode : 0026
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Seksjon for innkjøp
Telephone : 23313050
Internet address : http://www.stortinget.no/
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Oslo tingrett
Registration number : 926725939
Town : Oslo
Postcode : 0026
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : 085ba17d-3b3f-4490-ba3b-9ec004283b68 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 26/06/2025 13:18 +00:00
Notice dispatch date (eSender) : 26/06/2025 13:30 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00419361-2025
OJ S issue number : 122/2025
Publication date : 30/06/2025