Qualification phase - IK-EEA 2025-074 Procurement of a new Economy System

Bergen municipality shall procure a new financial system, delivered as a cloud service. The new system shall replace the current financial system (UNIT4 ERP, UBW Economy), which the municipality has used since 2003. The contract also includes operation/management, further development and user support. The new financial system shall cover the …

CPV: 72260000 Software-related services, 48000000 Software package and information systems, 48400000 Business transaction and personal business software package, 48440000 Financial analysis and accounting software package, 48443000 Accounting software package, 48451000 Enterprise resource planning software package, 48812000 Financial information systems, 72000000 IT services: consulting, software development, Internet and support, 72268000 Software supply services, 72400000 Internet services
Place of execution:
Qualification phase - IK-EEA 2025-074 Procurement of a new Economy System
Awarding body:
Bergen kommune - Innkjøp konsern
Award number:
2025/240411

1. Buyer

1.1 Buyer

Official name : Bergen kommune - Innkjøp konsern
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 : Qualification phase - IK-EEA 2025-074 Procurement of a new Economy System
Description : Bergen municipality shall procure a new financial system, delivered as a cloud service. The new system shall replace the current financial system (UNIT4 ERP, UBW Economy), which the municipality has used since 2003. The contract also includes operation/management, further development and user support. The new financial system shall cover the municipality ́s need for finance, accounts, incoming and outgoing invoices and project accounts. Areas that the financial system shall support are: Accounts, including registration and bookkeeping, remittance, asset management and duty management. Outgoing invoices, including invoicing, income management and follow-up of payment. Incoming invoices, including invoice receipt, invoice processing, invoice matching, processing deviations and following-up payments. Project accounts, including hourly registration, administration and follow-up of projects and the generation of the invoice basis. Performance management and reporting, as well as financial insight and control. Register and master data, such as, for example, the customer register, supplier register and site register. Integrations and exchange of data between different systems. A change of system involves a great opportunity for Bergen municipality to get an ICT system, which not only covers basic functionality for the financial area, but supports modern and efficient financial processes and that ensures the best possible utilisation of the resources. Tenderers shall offer services and systems/cloud services that cover the needs and requirements stated in the SSA-Cloud agreement with annexes and annexes. Bergen municipality would also like additional services such as consultancy services/consultancy services, training services beyond the need for establishing the service and options for expanded user support. The contracting authority for the procurement is Bergen municipality, c/o the City Council Department for Finance.
Procedure identifier : 0a0a4c3f-2982-40a6-a97e-bba41445742a
Internal identifier : 2025/240411
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 : Bergen municipality shall procure a new financial system, delivered as a cloud service. The new system shall replace the current financial system (UNIT4 ERP, UBW Economy), which the municipality has used since 2003. The contract also includes operation/management, further development and user support. The new financial system shall cover the municipality ́s need for finance, accounts, incoming and outgoing invoices and project accounts. Areas that the financial system shall support are: Accounts, including registration and bookkeeping, remittance, asset management and duty management. Outgoing invoices, including invoicing, income management and follow-up of payment. Incoming invoices, including invoice receipt, invoice processing, invoice matching, processing deviations and following-up payments. Project accounts, including hourly registration, administration and follow-up of projects and the generation of the invoice basis. Performance management and reporting, as well as financial insight and control. Register and master data, such as, for example, the customer register, supplier register and site register. Integrations and exchange of data between different systems. A change of system involves a great opportunity for Bergen municipality to get an ICT system, which not only covers basic functionality for the financial area, but supports modern and efficient financial processes and that ensures the best possible utilisation of the resources. Tenderers shall offer services and systems/cloud services that cover the needs and requirements stated in the SSA-Cloud agreement with annexes and annexes. Bergen municipality would also like additional services such as consultancy services/consultancy services, training services beyond the need for establishing the service and options for expanded user support. The contracting authority for the procurement is Bergen municipality, c/o the City Council Department for Finance.

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 ): 48400000 Business transaction and personal business software package
Additional classification ( cpv ): 48440000 Financial analysis and accounting software package
Additional classification ( cpv ): 48443000 Accounting software package
Additional classification ( cpv ): 48451000 Enterprise resource planning software package
Additional classification ( cpv ): 48812000 Financial information systems
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72268000 Software supply services
Additional classification ( cpv ): 72400000 Internet services

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - Part I and part III of the 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 : Qualification phase - IK-EEA 2025-074 Procurement of a new Economy System
Description : Bergen municipality shall procure a new financial system, delivered as a cloud service. The new system shall replace the current financial system (UNIT4 ERP, UBW Economy), which the municipality has used since 2003. The contract also includes operation/management, further development and user support. The new financial system shall cover the municipality ́s need for finance, accounts, incoming and outgoing invoices and project accounts. Areas that the financial system shall support are: Accounts, including registration and bookkeeping, remittance, asset management and duty management. Outgoing invoices, including invoicing, income management and follow-up of payment. Incoming invoices, including invoice receipt, invoice processing, invoice matching, processing deviations and following-up payments. Project accounts, including hourly registration, administration and follow-up of projects and the generation of the invoice basis. Performance management and reporting, as well as financial insight and control. Register and master data, such as, for example, the customer register, supplier register and site register. Integrations and exchange of data between different systems. A change of system involves a great opportunity for Bergen municipality to get an ICT system, which not only covers basic functionality for the financial area, but supports modern and efficient financial processes and that ensures the best possible utilisation of the resources. Tenderers shall offer services and systems/cloud services that cover the needs and requirements stated in the SSA-Cloud agreement with annexes and annexes. Bergen municipality would also like additional services such as consultancy services/consultancy services, training services beyond the need for establishing the service and options for expanded user support. The contracting authority for the procurement is Bergen municipality, c/o the City Council Department for Finance.
Internal identifier : 2025/240411

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 ): 48400000 Business transaction and personal business software package
Additional classification ( cpv ): 48440000 Financial analysis and accounting software package
Additional classification ( cpv ): 48443000 Accounting software package
Additional classification ( cpv ): 48451000 Enterprise resource planning software package
Additional classification ( cpv ): 48812000 Financial information systems
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72268000 Software supply services
Additional classification ( cpv ): 72400000 Internet services

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 07/07/2026
Duration end date : 08/07/2031

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 : 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. Minimum qualification requirements Tenderers shall be a legally registered company. Documentation: Documentation: Documentation must not be enclosed for tenderers registered in the Norwegian Register of Units. The contracting authority will check the registration by using the organisation number stated in the tenderer ́s Mercell profile. Tenderers who are not registered in the above register must present a certificate or confirmation (equivalent company registration certificate) for registration in a trade or business register as prescribed by the law of the country where the tenderer is established. Such a certificate shall not be issued more than 6 months prior to the deadline for requests to participate.
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 The tenderer has sufficient economic and financial capacity to fulfil the contract. The required financial capacity will be assessed in relation to the contract ́s value, benefits, risk and duration. All the received and any obtained information will form the basis for an overall assessment of whether the qualification requirement is fulfilled. Documentation requirement: The contracting authority will check a credit rating carried out by the credit company Creditsafe. Tenderers do not need to enclose their credit rating. Newly established tenderers can submit a bank statement as proof of credit worthiness. Foreign companies: The contracting authority will check the tenderer ́s financial situation from Creditsafe ( https://www.creditsafe.com ). If the tenderer is not registered in Creditsafe ́s registers, the company ́s last two auditor approved annual accounts shall be submitted upon request. If information in the above sources is not correct or supplementary information is needed to highlight the company's economic and financial situation, this can be provided.
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 Tenderers shall have good and relevant experience. The experience shall include deliveries of equivalent complexity as the delivery requested in this competition. All references must be from relevant assignments and include the establishment and operation/management of the cloud service (SaaS). Relevant experience shall be documented by stating a minimum of three (3) and maximum five (5) reference projects from the period 2020-2025. This means that there are assignments that cover the establishment and management within the years 2020-2025. The references must i.a. include a description of the extent, the delivery ́s time period and a general description of the deliveries. If sub-suppliers are used in the delivery, the name of the sub-supplier and a description of which deliveries the sub-supplier has carried out, as well as the division of responsibility between the tenderer and sub-suppliers shall be clearly stated. This qualification requirement will be used for the selection of tenderers for the tender phase in the competition. The decisive factor will be the reference projects ́ relevance and similarity to the contracting authority ́s described need. It is the tenderer ́s responsibility to describe the reference assignments ́ relevance to the competition. Documentation requirement: Tenderers shall fill in the "Annex Qualification Requirement - Experience" in accordance with the instructions for filling in, which are in the document. The completed version of the document "Annex Qualification Requirement - Experience" is to be uploaded in Mercell as a response to this qualification requirement. If more than five reference projects are given, only the first five will be assessed.
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

5.1.10 Award criteria

Criterion :
Type : Quality
Name : Functional support and user friendliness
Description : .
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Price
Name : Price
Description : .
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Technical Quality
Description : .
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10
Criterion :
Type : Quality
Name : Quality in the establishment
Description : .
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 8
Criterion :
Type : Quality
Name : Quality of management
Description : .
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 2

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Address of the procurement documents : https://permalink.mercell.com/261120702.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 : 13/11/2025 11:00 +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 : yes
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 : Hordaland tingrett rettstad Bergen
Information about review deadlines : The waiting period is minimum 10 days.

8. Organisations

8.1 ORG-0001

Official name : Bergen kommune - Innkjøp konsern
Registration number : 964338531
Department : Innkjøp konsern
Postal address : Postboks 7700
Town : BERGEN
Postcode : 5020
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Contact point : Maj-Britt Brobakke
Telephone : +47 05556
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Hordaland tingrett rettstad Bergen
Registration number : 926723367
Town : Bergen
Postcode : 5004
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : 875e4a43-5a1c-4991-a336-29d23ae406bb - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 10/10/2025 06:43 +00:00
Notice dispatch date (eSender) : 10/10/2025 06:52 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00668763-2025
OJ S issue number : 196/2025
Publication date : 13/10/2025