Tools for competition implementation and contract follow-up (KGV and KAV) - 2023-1028 qualification stage 1 (1).

The Norwegian Parliament's administration, including the section for procurements and administrative systems, shall procure a system for competition and contract follow-up. The objective of this procurement is to ensure tools that support the processes and that contribute to having contracts that cover the Norwegian Parliament's need for goods and services …

CPV: 48000000 Software package and information systems, 48490000 Procurement software package, 72212490 Procurement software development services, 79418000 Procurement consultancy services
Place of execution:
Tools for competition implementation and contract follow-up (KGV and KAV) - 2023-1028 qualification stage 1 (1).
Awarding body:
Stortinget
Award number:
2023/1028

1. Buyer

1.1 Buyer

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

1.1 Buyer

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

1.1 Buyer

Official name : Norges nasjonal institutt for menneskerettigheter
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

1.1 Buyer

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

1.1 Buyer

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

1.1 Buyer

Official name : Stortingets ombudsnemnd for Forsvaret
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

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 : Tools for competition implementation and contract follow-up (KGV and KAV) - 2023-1028 qualification stage 1 (1).
Description : The Norwegian Parliament's administration, including the section for procurements and administrative systems, shall procure a system for competition and contract follow-up. The objective of this procurement is to ensure tools that support the processes and that contribute to having contracts that cover the Norwegian Parliament's need for goods and services in a strategic, cost efficient and quality-wise manner in accordance with the procurement regulations. Furthermore, we ensure that the procurement, contract follow-up and ordering process is carried out in an efficient and professionally good manner that provides a good user experience internally and towards the supplier market.
Procedure identifier : dac9d822-be2d-4533-98a9-4b9e890a171d
Internal identifier : 2023/1028
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 : Negotiated procedure. The first phase is a qualification and the second phase is a competition. All relevant documents are available in both phases.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79418000 Procurement consultancy services
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48490000 Procurement software package
Additional classification ( cpv ): 72212490 Procurement software development services

2.1.2 Place of performance

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

2.1.3 Value

Estimated value excluding VAT : 6 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - Negotiations can be made in accordance with PPR § 13-2 and "Terms for the use of negotiated procedure after a prior notice and competitive dialogue".

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?
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?
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.
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.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Tools for competition implementation and contract follow-up (KGV and KAV) - 2023-1028 qualification stage 1 (1).
Description : The Norwegian Parliament's administration, including the section for procurements and administrative systems, shall procure a system for competition and contract follow-up. The objective of this procurement is to ensure tools that support the processes and that contribute to having contracts that cover the Norwegian Parliament's need for goods and services in a strategic, cost efficient and quality-wise manner in accordance with the procurement regulations. Furthermore, we ensure that the procurement, contract follow-up and ordering process is carried out in an efficient and professionally good manner that provides a good user experience internally and towards the supplier market.
Internal identifier : 2023/1028

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79418000 Procurement consultancy services
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48490000 Procurement software package
Additional classification ( cpv ): 72212490 Procurement software development services

5.1.2 Place of performance

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

5.1.3 Estimated duration

Start date : 02/11/2025
Duration end date : 03/11/2033

5.1.5 Value

Estimated value excluding VAT : 6 000 000 Norwegian krone

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
This procurement is also suitable for small and medium-sized enterprises (SMEs) : 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.
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 Tenderers must have sufficient economic and financial capacity to be able to fulfil the contract.
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 relevant experience from the delivery of KGV and KAV. See further information in the qualification documentation.
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 : Measures for ensuring quality
Description : The tenderer utilises the following technical facilities and quality assurance measures and the tenderer ́s survey and research facility is as follows: Minimum qualification requirements Tenderers shall have a management system for information security that fulfils the requirements in ISO 27001 or equivalent. See further information in the qualification documentation.
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 : 15
The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Licence costs etc. as stated in the price form.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Quality
Description : The tender that best covers the needs described in annex 1. Emphasis is put on the fact that the tool contributes to a seamless, digital and efficient process for competition and contract follow-up, with emphasis on good user experience and technical interaction between systems. It should be easy to do right. - Fulfilment of quality requirements stated as A* requirements (evaluation requirement) and ought-requirements in annex 1.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 70
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/258958049.aspx
Ad hoc communication channel :
Name : Mercell

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 25/08/2025
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 : Allowed
Deadline for receipt of requests to participate : 07/08/2025 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
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

Mediation organisation : Oslo Tingrett -
Review organisation : Oslo Tingrett -
Information about review deadlines : See the tender documentation and loa/foa
Organisation providing more information on the review procedures : Oslo Tingrett -

8. Organisations

8.1 ORG-0001

Official name : Oslo Tingrett
Registration number : 926 725 939
Town : Oslo
Postcode : 0026
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures
Mediation organisation

8.1 ORG-0002

Official name : Stortinget
Registration number : Stortinget
Department : Stortinget
Town : Oslo
Postcode : 0164
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : 23313050
Roles of this organisation :
Buyer
Group leader

8.1 ORG-0003

Official name : Sivilombudet
Registration number : 974761270
Department : Stortinget
Town : Oslo
Postcode : 0101
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : 22 82 85 00
Roles of this organisation :
Buyer

8.1 ORG-0004

Official name : Norges nasjonal institutt for menneskerettigheter
Registration number : 914 781 175
Town : Oslo
Postcode : 0103
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : 23316970
Roles of this organisation :
Buyer

8.1 ORG-0005

Official name : Riksrevisjonen
Registration number : 974 760 843
Town : Oslo
Postcode : 0130
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : 22 24 10 00
Roles of this organisation :
Buyer

8.1 ORG-0006

Official name : EOS-utvalget
Registration number : 982110777
Town : oslo
Postcode : 0101
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : 21 62 39 30
Roles of this organisation :
Buyer

8.1 ORG-0007

Official name : Stortingets ombudsnemnd for Forsvaret
Registration number : 971 527 439
Town : Oslo
Postcode : 0159
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : 23 35 64 70
Roles of this organisation :
Buyer

8.1 ORG-0008

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 anskaffelser og administrative systemer
Telephone : 23 31 30 50
Internet address : http://www.stortinget.no/
Roles of this organisation :
Buyer
Notice information
Notice identifier/version : cf887d59-f883-4f9e-9d5a-13211e8a7f15 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 13/06/2025 11:44 +00:00
Notice dispatch date (eSender) : 13/06/2025 11:57 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00385494-2025
OJ S issue number : 113/2025
Publication date : 16/06/2025