Prequalification - Procurement of a new core bank

Husbanken is in the process of developing to replace the current system support for the management of loans and grants. This includes functionality related to customer administration, transaction management, loan administration and grant administration. The current system is technologically outdated and represents increasing risks connected to operation, security and compliance …

CPV: 72000000 Storitve informacijske tehnologije: svetovanje, razvoj programske opreme, internet in podpora, 48000000 Programski paketi in informacijski sistemi, 48100000 Programski paket za posamezno industrijo, 48442000 Programski paket za finančne sisteme, 72200000 Storitve programiranja programske opreme in svetovanja pri programski opremi, 72220000 Storitve sistemskega in tehničnega svetovanja
Kraj izvršitve:
Prequalification - Procurement of a new core bank
Organ za podeljevanje:
Husbanken
Številka dodelitve:
2025/42903

1. Buyer

1.1 Buyer

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

2. Procedure

2.1 Procedure

Title : Prequalification - Procurement of a new core bank
Description : Husbanken is in the process of developing to replace the current system support for the management of loans and grants. This includes functionality related to customer administration, transaction management, loan administration and grant administration. The current system is technologically outdated and represents increasing risks connected to operation, security and compliance of the rules. At the same time it is demanding to maintain the necessary competence, and the system provides limited possibilities for further digitalisation and efficiency. Husbanken needs functionality that goes beyond a standardised core bank system as a government financing body with a broad social assignment. In addition there is a need to be included in digital service chains in the public sector, so that the system supports both Husbanken's own role and the interaction with other public actors. The objective of the procurement is to establish a modern and flexible system that ensures safe and stable management of Husbanken ́s loan and subsidy portfolio. The system shall meet the current need, at the same time as it is equipped to handle future requirements for security, efficient operation and adaptations to new political guidelines. The procurement will be carried out as a competitive dialogue to ensure that Husbanken, together with the market, finds the best combination of standard functionality and necessary adaptations. Husbanken is seeking a strategic partner who can contribute to developing and administering the system over time and who shares the ambition of establishing a scalable and sustainable system. This is therefore not only a procurement of technology, but the start of a long-term cooperation. See the Requirement Description for further information on the contract's extent and content.
Procedure identifier : a575a7c1-52ea-4811-a182-12136066b090
Internal identifier : 2025/42903
Type of procedure : Competitive dialogue
Main features of the procedure : Husbanken is in the process of developing to replace the current system support for the management of loans and grants. This includes functionality related to customer administration, transaction management, loan administration and grant administration. The current system is technologically outdated and represents increasing risks connected to operation, security and compliance of the rules. At the same time it is demanding to maintain the necessary competence, and the system provides limited possibilities for further digitalisation and efficiency. Husbanken needs functionality that goes beyond a standardised core bank system as a government financing body with a broad social assignment. In addition there is a need to be included in digital service chains in the public sector, so that the system supports both Husbanken's own role and the interaction with other public actors. The objective of the procurement is to establish a modern and flexible system that ensures safe and stable management of Husbanken ́s loan and subsidy portfolio. The system shall meet the current need, at the same time as it is equipped to handle future requirements for security, efficient operation and adaptations to new political guidelines. The procurement will be carried out as a competitive dialogue to ensure that Husbanken, together with the market, finds the best combination of standard functionality and necessary adaptations. Husbanken is seeking a strategic partner who can contribute to developing and administering the system over time and who shares the ambition of establishing a scalable and sustainable system. This is therefore not only a procurement of technology, but the start of a long-term cooperation. See the Requirement Description for further information on the contract's extent and content.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48100000 Industry specific software package
Additional classification ( cpv ): 48442000 Financial systems software package
Additional classification ( cpv ): 72200000 Software programming and consultancy services
Additional classification ( cpv ): 72220000 Systems and technical consultancy services

2.1.2 Place of performance

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

2.1.3 Value

Estimated value excluding VAT : 200 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - 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 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 a new core bank
Description : Husbanken is in the process of developing to replace the current system support for the management of loans and grants. This includes functionality related to customer administration, transaction management, loan administration and grant administration. The current system is technologically outdated and represents increasing risks connected to operation, security and compliance of the rules. At the same time it is demanding to maintain the necessary competence, and the system provides limited possibilities for further digitalisation and efficiency. Husbanken needs functionality that goes beyond a standardised core bank system as a government financing body with a broad social assignment. In addition there is a need to be included in digital service chains in the public sector, so that the system supports both Husbanken's own role and the interaction with other public actors. The objective of the procurement is to establish a modern and flexible system that ensures safe and stable management of Husbanken ́s loan and subsidy portfolio. The system shall meet the current need, at the same time as it is equipped to handle future requirements for security, efficient operation and adaptations to new political guidelines. The procurement will be carried out as a competitive dialogue to ensure that Husbanken, together with the market, finds the best combination of standard functionality and necessary adaptations. Husbanken is seeking a strategic partner who can contribute to developing and administering the system over time and who shares the ambition of establishing a scalable and sustainable system. This is therefore not only a procurement of technology, but the start of a long-term cooperation. See the Requirement Description for further information on the contract's extent and content.
Internal identifier : 2025/42903

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48100000 Industry specific software package
Additional classification ( cpv ): 48442000 Financial systems software package
Additional classification ( cpv ): 72200000 Software programming and consultancy services
Additional classification ( cpv ): 72220000 Systems and technical consultancy services

5.1.2 Place of performance

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

5.1.3 Estimated duration

Start date : 31/08/2026
Duration end date : 31/08/2036

5.1.5 Value

Estimated value excluding VAT : 200 000 000 Norwegian krone

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
Information about previous notices :
Identifier of the previous notice : 278261-2025
Identifier of the previous notice : 564438-2025

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.
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 : Economic and financial position requirements Requirement: The tenderer shall have sufficient financial strength to be able to fulfil the contract. Documentation: The tenderer's Annual Financial Statements including notes with the Board's and auditor's reports from 2022, 2023 and 2024. In addition tenderers are asked to present a credit rating, not older than three months from the deadline for submitting a request for participation in the competition, from a certified credit rating company. The Contracting Authority reserves the right to carry out a credit assessment itself. The financial strength will be assessed on the tenderer's turnover, liquidity, solidity and debt ratio.
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 : Requirements for technical and professional qualifications: Implementation ability Requirement: The tenderer shall have the necessary implementation ability to fulfil the contract. Documentation: A short and concise description shall be given of the organisation, including: A description of the tenderer's average workforce and the number of employees in the management in the last three years. An account of the company ́s core competence related to the scope of the delivery. A description of how much of the contract the tenderer is considering putting away to sub-supplier(s). A description of how the tenderer is organised for the execution of this contract. A description of the tools, materials and technical equipment that the tenderer has at its disposal for fulfilment of the contract. Tenderers shall document fulfilment by filling in the attached template for the tenderer's implementation ability; See Annex 5: The tenderer's implementation ability.
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 : Requirements for technical and professional qualifications: Deliveries Requirement: Tenderers shall have experience from relevant and comparable deliveries. Comparable means: Delivery and implementation of a core bank system in equivalent public or private entities. Documentation: Description of the tenderer's 3 most relevant and comparable contracts from the last five years. Tenderers shall document fulfilment by filling in the attached template for reference descriptions; See Annex 6: Reference Descriptions. If a tenderer has signed certificates from previous assignments available, they are to be enclosed.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Measures for ensuring quality
Description : Quality assurance Requirement: Tenderers shall have a documented and implemented satisfactory quality assurance system/management system. Documentation: A brief description of the tenderer's quality assurance/management system. The description must, however, be so detailed that the Contracting Authority can undertake an independent assessment of whether the tenderer's quality assurance/management system can be considered well-functioning for this contract. If a tenderer is certified in accordance with ISO 9001 or equivalent certification, it is sufficient to enclose a copy of a valid certificate or equivalent certifications.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Measures for ensuring quality
Description : Control system Requirement: Tenderers shall have a documented and implemented management system for information security. The management system shall cover all organisation units and processes included in the delivery. Documentation: A brief description of the tenderer's information security management system. The description must, however, be so detailed that the Contracting Authority can undertake an independent assessment of whether the tenderer's management system for information security can be seen as well functioning for this contract. If a tenderer is certified in accordance with ISO 27001 or equivalent certification, it is sufficient to enclose a copy of a valid certificate or equivalent certifications.
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 : Selection criteria: The tenderer must have the necessary implementation ability to fulfil the contract. Tenderers shall have experience from relevant and comparable deliveries.
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 6
Maximum number of candidates to be invited for the second stage of the procedure : 9
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 : Technical and functional system
Criterion :
Type : Quality
Name : Assignment comprehension
Criterion :
Type : Cost
Name : Total Cost

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Address of the procurement documents : https://permalink.mercell.com/265901189.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
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 03/11/2025 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 : 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 : Buskerud tingrett
Information about review deadlines : Information on the appeals process and deadlines can be obtained from the Appeals Board for public procurements (KOFA) and at Buskerud Court.

8. Organisations

8.1 ORG-0001

Official name : Husbanken
Registration number : 942114184
Postal address : Postboks 1404
Town : BODØ
Postcode : 8002
Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway
Contact point : Harald Sørbu
Telephone : +47 22961600
Internet address : http://www.husbanken.no
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Buskerud tingrett
Registration number : 826726342
Town : Drammen
Postcode : 3019
Country subdivision (NUTS) : Buskerud ( NO085 )
Country : Norway
Telephone : 32211600
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : e2691290-ac6d-413b-807f-4b2b85659797 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 24/09/2025 09:01 +00:00
Notice dispatch date (eSender) : 24/09/2025 09:18 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00626804-2025
OJ S issue number : 184/2025
Publication date : 25/09/2025