Qualification phase IK-EEA 051-2025 Competition implementation and contract administration tool

The procurement is for a tender implementation tool and contract administration tool, delivered as a service over the internet, and comprises establishment, including training, configuration, conversion, adaptation and integrations, and operations/management as well as user support. The contract will start when it is signed. Thereafter the contract period is 3 …

CPV: 48100000 Przemysłowe specyficzne pakiety oprogramowania, 48490000 Pakiety oprogramowania do zamówień, 72000000 Usługi informatyczne: konsultacyjne, opracowywania oprogramowania, internetowe i wsparcia, 72245000 Usługi analizy systemów kontraktowania oraz programowania, 72260000 Usługi w zakresie oprogramowania, 72268000 Usługi dostawy oprogramowania
Miejsce wykonania:
Qualification phase IK-EEA 051-2025 Competition implementation and contract administration tool
Miejsce udzielenia zamówienia:
Bergen kommune - Innkjøp konsern
Numer nagrody:
2025/162917

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

1.1 Buyer

Official name : Bergen Kirkelige Fellesråd
Legal type of the buyer : Public undertaking
Activity of the contracting authority : Recreation, culture and religion

1.1 Buyer

Official name : Havforskningsinstituttet
Legal type of the buyer : Central government authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Alver kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Askøy kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Bjørnafjorden kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Kvam herad
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Masfjorden kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Modalen kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Ullensvang kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Voss herad
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Øygarden 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 : Qualification phase IK-EEA 051-2025 Competition implementation and contract administration tool
Description : The procurement is for a tender implementation tool and contract administration tool, delivered as a service over the internet, and comprises establishment, including training, configuration, conversion, adaptation and integrations, and operations/management as well as user support. The contract will start when it is signed. Thereafter the contract period is 3 years from the delivery date. The agreement will then be renewed automatically for one year at a time, unless terminated. The maximum contract period is 10 years from the delivery date.  In addition to Bergen municipality, the following of Bergen municipality's collaboration partners are also contracting authorities: Bergen Church Council, The Institute of Marine Research Alver municipality Askøy municipality, Bjørnafjorden municipality Kvam herad Masfjorden municipality, Modalen municipality, Ullensvang municipality, Voss herad Øygarden municipality, each contracting authority signs its own contract and is responsible for establishing and following up the contract.
Procedure identifier : aa0fe39f-0286-45ed-aa69-510a5d645141
Internal identifier : 2025/162917
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 : The procurement is for a competition implementation tool and a contract administration tool delivered as a service over the internet. The procedure is a competition with negotiations in accordance with parts I and III of the regulations.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72268000 Software supply services
Additional classification ( cpv ): 48100000 Industry specific software package
Additional classification ( cpv ): 48490000 Procurement software package
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72245000 Contract systems analysis and programming services
Additional classification ( cpv ): 72260000 Software-related services

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 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 051-2025 Competition implementation and contract administration tool
Description : The procurement is for a tender implementation tool and contract administration tool, delivered as a service over the internet, and comprises establishment, including training, configuration, conversion, adaptation and integrations, and operations/management as well as user support. The contract will start when it is signed. Thereafter the contract period is 3 years from the delivery date. The agreement will then be renewed automatically for one year at a time, unless terminated. The maximum contract period is 10 years from the delivery date.  In addition to Bergen municipality, the following of Bergen municipality's collaboration partners are also contracting authorities: Bergen Church Council, The Institute of Marine Research Alver municipality Askøy municipality, Bjørnafjorden municipality Kvam herad Masfjorden municipality, Modalen municipality, Ullensvang municipality, Voss herad Øygarden municipality, each contracting authority signs its own contract and is responsible for establishing and following up the contract.
Internal identifier : 2025/162917

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72268000 Software supply services
Additional classification ( cpv ): 48100000 Industry specific software package
Additional classification ( cpv ): 48490000 Procurement software package
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72245000 Contract systems analysis and programming services
Additional classification ( cpv ): 72260000 Software-related services

5.1.2 Place of performance

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

5.1.3 Estimated duration

Start date : 18/12/2025
Duration end date : 01/10/2036

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
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes
Information about previous notices :
Identifier of the previous notice : 119735-2025

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 six months before the tender deadline.
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 : 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 credit rating must show that the tenderer is credit worthy without security. The tenderer is required to have a minimum rating C (moderate risk) in the credit company Creditsafe. Documentation: 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
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 experience with deliveries of competition implementation and contract administration tools. Documentation requirement: Experience shall be documented by stating a minimum of three (3) and a maximum of five (5) reference projects from the last three (3) years. All of the reference projects shall include deliveries of both a competition implementation tool and a contract administration tool. The references are to be added directly to Mercell as a response to this point. 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
Criterion : Technicians or technical bodies for quality control
Description : Tenderers can use the following technical personnel or technical units , particularly those who are responsible for quality control: For technical personnel or technical units that do not directly belong to the tenderer ́s business, but if the capacity the tenderer will use, cf. part II, section C, separate ESPD forms shall be supplemented. Minimum qualification requirements Tenderers are required to have sufficient technical resources and the capacity to carry out the assignment in accordance with the contracting authority ́s needs. Documentation: Tenderers shall enclose an overview of personnel with technical/professional competence that is relevant for the execution of this delivery. The overview shall include the person ́s professional qualifications, experience and how the person is intended to be used in the relevant delivery. All resources stated shall have sufficient capacity in the contract period to be able to be used as described.
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 : 100
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 : Quality
Description : The tenderer ́s response to the evaluation points in SSA-L Annex 1 the Contracting Authority ́s requirement specification.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 60
Criterion :
Type : Price
Name : Price
Description : Total price from SSA-L Annex 6 - Annex 1 Price Form.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
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/257105553.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 : 13/08/2025 12:00 +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 : Kristian Gromholt
Telephone : +47 05556
Roles of this organisation :
Buyer
Group leader

8.1 ORG-0002

Official name : Bergen Kirkelige Fellesråd
Registration number : 976994434
Town : Bergen
Postcode : 5017
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Telephone : 55593215
Roles of this organisation :
Buyer

8.1 ORG-0003

Official name : Havforskningsinstituttet
Registration number : 971349077
Town : Bergen
Postcode : 5817
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Telephone : 55238500
Roles of this organisation :
Buyer

8.1 ORG-0004

Official name : Alver kommune
Registration number : 920290922
Town : Isdalstø
Postcode : 5914
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Telephone : 56158000
Roles of this organisation :
Buyer

8.1 ORG-0005

Official name : Askøy kommune
Registration number : 964338442
Town : Kleppestø
Postcode : 5300
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Telephone : 56 158390
Roles of this organisation :
Buyer

8.1 ORG-0006

Official name : Bjørnafjorden kommune
Registration number : 844458312
Town : Eikelandsosen
Postcode : 5649
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Telephone : 56575000
Roles of this organisation :
Buyer

8.1 ORG-0007

Official name : Kvam herad
Registration number : 944233199
Town : Norheimsund
Postcode : 5600
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Telephone : 56553191
Roles of this organisation :
Buyer

8.1 ORG-0008

Official name : Masfjorden kommune
Registration number : 945627913
Town : Masfjordnes
Postcode : 5981
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Telephone : 56166291
Roles of this organisation :
Buyer

8.1 ORG-0009

Official name : Modalen kommune
Registration number : 964969302
Town : Modalen
Postcode : 5729
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Telephone : 56599005
Roles of this organisation :
Buyer

8.1 ORG-0010

Official name : Ullensvang kommune
Registration number : 920500633
Town : Odda
Postcode : 5750
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Telephone : 53654000
Roles of this organisation :
Buyer

8.1 ORG-0011

Official name : Voss herad
Registration number : 960510542
Town : Voss
Postcode : 5701
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Telephone : 56519400
Roles of this organisation :
Buyer

8.1 ORG-0012

Official name : Øygarden kommune
Registration number : 922530890
Town : Rong
Postcode : 5337
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Telephone : 55097348
Roles of this organisation :
Buyer

8.1 ORG-0013

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 : afd79270-8b9d-4498-a2f6-aa86e2447e7f - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 17/06/2025 14:26 +00:00
Notice dispatch date (eSender) : 17/06/2025 14:26 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00395700-2025
OJ S issue number : 116/2025
Publication date : 19/06/2025