Prequalification - Procurement of an IAM system (stage 1).

The contracting authority shall procure an Identity and Access Management system (IAM system) for the municipality and associated entities. The system shall be the municipality ́s central tool for administering digital identities and accesses in a secure and efficient way. The system shall give the municipality complete control over who …

CPV: 48000000 Software package and information systems, 48100000 Industry specific software package, 48730000 Security software package, 48732000 Data security software package, 48780000 System, storage and content management software package, 72260000 Software-related services, 72261000 Software support services, 72263000 Software implementation services, 72268000 Software supply services
Place of execution:
Prequalification - Procurement of an IAM system (stage 1).
Awarding body:
Ringerike Kommune
Award number:
2025/22543

1. Buyer

1.1 Buyer

Official name : Ringerike Kommune
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 : Prequalification - Procurement of an IAM system (stage 1).
Description : The contracting authority shall procure an Identity and Access Management system (IAM system) for the municipality and associated entities. The system shall be the municipality ́s central tool for administering digital identities and accesses in a secure and efficient way. The system shall give the municipality complete control over who has access to which systems and data and ensures that the correct persons have the right access at the correct time. This includes all users - from employees, pupils and elected representatives to temporary users who, for example, hired in. The system shall have automated user administration, connected directly to the municipality ́s ERP system, so that accesses are created and removed automatically when hiring and resigning. Through role-based access management, each user gets only the accesses necessary to carry out their work assignments.  Furthermore, the system shall ensure compliance with privacy requirements and public regulations through logging, reporting and control mechanisms. The system must be robust, scaleable and suitable for the public sector ́s particular requirements.
Procedure identifier : cc814237-29d8-47b1-93e6-4885644754ad
Internal identifier : 2025/22543
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : See the contracting authority ́s KGV for further information.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72260000 Software-related services
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48100000 Industry specific software package
Additional classification ( cpv ): 48730000 Security software package
Additional classification ( cpv ): 48732000 Data security software package
Additional classification ( cpv ): 48780000 System, storage and content management software package
Additional classification ( cpv ): 72261000 Software support services
Additional classification ( cpv ): 72263000 Software implementation services
Additional classification ( cpv ): 72268000 Software supply services

2.1.2 Place of performance

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

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - Negotiated procedure for the procurement of IAM - system

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 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?

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Prequalification - Procurement of an IAM system (stage 1).
Description : The contracting authority shall procure an Identity and Access Management system (IAM system) for the municipality and associated entities. The system shall be the municipality ́s central tool for administering digital identities and accesses in a secure and efficient way. The system shall give the municipality complete control over who has access to which systems and data and ensures that the correct persons have the right access at the correct time. This includes all users - from employees, pupils and elected representatives to temporary users who, for example, hired in. The system shall have automated user administration, connected directly to the municipality ́s ERP system, so that accesses are created and removed automatically when hiring and resigning. Through role-based access management, each user gets only the accesses necessary to carry out their work assignments.  Furthermore, the system shall ensure compliance with privacy requirements and public regulations through logging, reporting and control mechanisms. The system must be robust, scaleable and suitable for the public sector ́s particular requirements.
Internal identifier : 2025/22543

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72260000 Software-related services
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48100000 Industry specific software package
Additional classification ( cpv ): 48730000 Security software package
Additional classification ( cpv ): 48732000 Data security software package
Additional classification ( cpv ): 48780000 System, storage and content management software package
Additional classification ( cpv ): 72261000 Software support services
Additional classification ( cpv ): 72263000 Software implementation services
Additional classification ( cpv ): 72268000 Software supply services
Options :
Description of the options : See the tender documents

5.1.2 Place of performance

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

5.1.3 Estimated duration

Start date : 30/09/2025
Duration end date : 01/10/2035

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 : Legally registered company Requirement: Tenderers shall be a legally registered company, registered in a company register, professional register or a commerce register in the country where the tenderer is established. Documentation requirement: Norwegian tenderers: Company Registration Certificate. Foreign tenderers: Proof that the company is registered in a trade or business register as prescribed by the law of the country where the tenderer is established.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Financial ratio
Description : Credit rating Qualification requirement: Tenderers must have sufficient economic and financial capacity to fulfil the contract. Documentation requirement: Credit rating carried out by a certified credit institution. The assessment shall be based on the last annual accounts, and it must not be older than 3 months. A credit rating equivalent to low risk will satisfy the requirement. If the tenderer has a justifiable reason (e.g. a recently started company) for not submitting the documentation required by the Contracting Authority, he can document his economic and financial capacity with any other document that the Contracting Authority deems suitable.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Other economic or financial requirements
Description : Tax Certificate Qualification requirement: Tenderers shall have their tax, payroll tax and VAT payments in order. Documentation requirement: Tax certificate. The certificate must not be more than six months old. In the event of arrears, an approved repayment plan must also be enclosed from the Norwegian Tax Administration.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : References on specified deliveries
Description : Relevant experience Requirement: Tenderers shall have relevant experience from equivalent deliveries of an IAM system. Documentation requirement: Description of equivalent deliveries in the last three years. The description must include a statement of the contract ́s value, date and recipient (name, telephone number and e-mail address). It is the tenderer ́s responsibility to document relevance through the description. Tenderers can document their experience by referring to competence of the personnel he has at his disposal and can use this assignment, even if the experience has been worked up while the personnel have served another service provider.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
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 : 3
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

5.1.10 Award criteria

Criterion :
Type : Quality
Name : Usability
Description : The system shall be intuitive and user friendly for all users, including teachers, students, managers and administrative personnel. The user interface must support efficient self-service and user controlled processes, such as password management for pupils and the administration of student users of teachers. We are also considering systems that can offer flexible access management and simple administration for managers, especially as regards personnel administrative assignments, such as handling temporary staff. In general, the functionality must be adapted to the needs of the different user groups and contribute to a seamless work day. Note that the administration interface and overview for IT operational personnel will weigh heavily in evaluating this criteria. The evaluation of this criteria will be based on the tenderer ́s presentation of the offered system, as well as information that is in the contract's Annex 2.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 15
Criterion :
Type : Quality
Name : Flexibility and development possibilities
Description : The contracting authority would like a system that is flexible and can be adapted to future needs. Under this criteria we will therefore assess whether the offered system supports changes in user groups, organisation and integrations with new systems. The contracting authority will assess whether the system can easily be scaled, adapted to changes and support further development through integration with new applications and cloud systems. Emphasis will also be put on whether the system supports API integrations and other technologies that enable adaptation and future expansion. Tenders will be evaluated based on the information stated in the contract's Annex 2.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10
Criterion :
Type : Quality
Name : Fulfilment of the contracting authority ́s needs
Description : The contracting authority will assess to what degree the system fulfils the needs and requirements described in the contract Annex 1, based on the tenderer ́s described solution in Annex 2 of the agreement. The following key functions must be described as part of Annex 2: User administration for teachers: The solution should offer functionality or apps that give teachers easy access to manage student users and roles. Self-service password management: For students, the system shall include a self-service app that enables password recovery without the need for IT support. HRM functionality for managers: Managers shall be able to administer temporary staff and related personnel functions in the IAM system, including giving accesses before employees are registered in the payroll system, as well as accesses and roles for short-term employees. Automated user processes: The system must cover the entire user life cycle, including onboarding (user creation), ongoing updates of user information across systems, leave process functions and offboarding at end. Administration of updated user lists: The IAM system shall be able to keep lists and user data updated in all relevant systems. Distribution groups: Features for updating and maintaining distribution groups by e-mail based on roles and organisational affiliation. Integrations: Describe how the system is set up to integrate with, for example, Tidomat API (see the attached API documentation) and the DATABASES MSSQL and MYSQL. Tenderers ought to respond in detail to all the requirements and needs stated in Annex 1. The response to this criteria shall be stated in the contract's Annex 2.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 25
Criterion :
Type : Quality
Name : Plan for establishment and offered resources
Description : The contracting authority will evaluate the tenderer ́s plan for the establishment of the service described by the tenderer in Annex 3. Tenderers shall also enclose a summary of the resource persons who are planned as key persons for the implementation. The summary (mini-CV) shall document the following: relevant higher education (formal competence), relevant experience within the requested area (remember the number of years or period), relevant courses and certifications within the requested area, as well as an estimate of the given time spent. The name and any age/birth year of the person, but not addresses, telephone numbers, marital status, leisure interests or other information that does not naturally fit into the three stated categories of information above, shall be given.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 15
Criterion :
Type : Quality
Name : Service level and standardised compensations
Description : The tenderer ́s provided service guarantee and standardised compensations related to running time and assistance, cf. Annex 4 will be evaluated under this criteria.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10
Criterion :
Type : Price
Name : Price
Description : The evaluation is based on the completed price form, Annex 2 - price form. All prices are to be given excluding VAT, but including all other fees and costs (e.g. invoicing fees, freight, attendance etc.). For consultancy hours not included in the tender, the government ́s rates for travel can be invoiced in addition.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 25
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

Languages in which the procurement documents are officially available : Norwegian
Address of the procurement documents : https://permalink.mercell.com/258602120.aspx

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
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 requests to participate : 18/07/2025 13:00 +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 : Ringerike og Hallingdal tingrett -
Information about review deadlines : See the national rules
Organisation receiving requests to participate : Ringerike Kommune -

8. Organisations

8.1 ORG-0001

Official name : Ringerike Kommune
Registration number : 940100925
Postal address : Osloveien 1 Rådhuset
Town : HØNEFOSS
Postcode : 3511
Country subdivision (NUTS) : Buskerud ( NO085 )
Country : Norway
Contact point : Silje Skansen Elfving
Telephone : +47 32117400
Roles of this organisation :
Buyer
Organisation receiving requests to participate

8.1 ORG-0002

Official name : Ringerike og Hallingdal tingrett
Registration number : 935365147
Postal address : Postboks 143
Town : Hønefoss
Postcode : 3502
Country subdivision (NUTS) : Buskerud ( NO085 )
Country : Norway
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : 390864d4-233e-4860-b0ff-3aeab2554982 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 17/06/2025 05:29 +00:00
Notice dispatch date (eSender) : 17/06/2025 05:57 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00393611-2025
OJ S issue number : 115/2025
Publication date : 18/06/2025