Procurement - Presystem municipal property fees, 2025

The contracting authority would like to use this procurement to enter into a contract with a tenderer for a pre-system for municipal fees, property taxes and property fees. The foresystem shall be a total system and include systems/modules for handling the following invoice basis for municipal services: Water and sewage …

CPV: 79999200 Storitve izdajanja računov, 48000000 Programski paketi in informacijski sistemi, 48100000 Programski paket za posamezno industrijo, 48400000 Programski paket za poslovne transakcije in osebno poslovanje, 48440000 Programski paket za finančne analize in računovodstvo, 48441000 Programski paket za finančne analize, 48442000 Programski paket za finančne sisteme, 48443000 Programski paket za računovodstvo, 48444000 Računovodski sistem, 48444100 Sistem za izdajanje računov, 48445000 Programski paket za upravljanje odnosov s strankami, 48460000 Analitični, znanstveni, matematični programski paket ali programski paket za napovedovanje, 48800000 Informacijski sistemi in strežniki, 48810000 Informacijski sistemi, 79941000 Storitve pobiranja cestnin
Kraj izvršitve:
Procurement - Presystem municipal property fees, 2025
Organ za podeljevanje:
Ålesund kommune
Številka dodelitve:
25/2234

1. Buyer

1.1 Buyer

Official name : Ålesund 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 : Procurement - Presystem municipal property fees, 2025
Description : The contracting authority would like to use this procurement to enter into a contract with a tenderer for a pre-system for municipal fees, property taxes and property fees. The foresystem shall be a total system and include systems/modules for handling the following invoice basis for municipal services: Water and sewage fees with water meters. Water and sewage fees without water meters. Waste management fees from Attvin Sludge charge from Attvin Property tax Authority, annual fee inspection inspection authority (oil and fat traps and scattered emissions) Sweeping inspection fees
Procedure identifier : b87f1d41-4919-4147-9393-fa2f3211461a
Previous notice : b9b77da9-0482-4504-a789-24d8386b2a11-01
Internal identifier : 25/2234
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : Open tender contest

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79999200 Invoicing services
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48100000 Industry specific software package
Additional classification ( cpv ): 48400000 Business transaction and personal business software package
Additional classification ( cpv ): 48440000 Financial analysis and accounting software package
Additional classification ( cpv ): 48441000 Financial analysis software package
Additional classification ( cpv ): 48442000 Financial systems software package
Additional classification ( cpv ): 48443000 Accounting software package
Additional classification ( cpv ): 48444000 Accounting system
Additional classification ( cpv ): 48444100 Billing system
Additional classification ( cpv ): 48445000 Customer Relation Management software package
Additional classification ( cpv ): 48460000 Analytical, scientific, mathematical or forecasting software package
Additional classification ( cpv ): 48800000 Information systems and servers
Additional classification ( cpv ): 48810000 Information systems
Additional classification ( cpv ): 79941000 Toll-collection services

2.1.2 Place of performance

Anywhere
Additional information : Anywhere within the municipal borders of the participating municipalities: Ålesund municipality Haram Municipality

2.1.3 Value

Estimated value excluding VAT : 25 000 000 Norwegian krone

2.1.4 General information

Call for competition is terminated
Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Procurement - Presystem municipal property fees, 2025
Description : The contracting authority would like to use this procurement to enter into a contract with a tenderer for a pre-system for municipal fees, property taxes and property fees. The foresystem shall be a total system and include systems/modules for handling the following invoice basis for municipal services: Water and sewage fees with water meters. Water and sewage fees without water meters. Waste management fees from Attvin Sludge charge from Attvin Property tax Authority, annual fee inspection inspection authority (oil and fat traps and scattered emissions) Sweeping inspection fees
Internal identifier : 25/2234

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79999200 Invoicing services
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48100000 Industry specific software package
Additional classification ( cpv ): 48400000 Business transaction and personal business software package
Additional classification ( cpv ): 48440000 Financial analysis and accounting software package
Additional classification ( cpv ): 48441000 Financial analysis software package
Additional classification ( cpv ): 48442000 Financial systems software package
Additional classification ( cpv ): 48443000 Accounting software package
Additional classification ( cpv ): 48444000 Accounting system
Additional classification ( cpv ): 48444100 Billing system
Additional classification ( cpv ): 48445000 Customer Relation Management software package
Additional classification ( cpv ): 48460000 Analytical, scientific, mathematical or forecasting software package
Additional classification ( cpv ): 48800000 Information systems and servers
Additional classification ( cpv ): 48810000 Information systems
Additional classification ( cpv ): 79941000 Toll-collection services

5.1.2 Place of performance

Anywhere
Additional information : Anywhere within the municipal borders of the participating municipalities: Ålesund municipality Haram Municipality

5.1.3 Estimated duration

Duration : 3 Year

5.1.4 Renewal

Maximum renewals : 7
Other information about renewals : One year per extension (maximum duration of the contract is ten years). The contracting authority shall give the tenderer written notification of extension in a reasonable time before the current contract period expires. Such notification shall preferably be given at the latest approx. 2 months before the contract period expires, but can be given right up until the contract ́s end date. Both parties are obliged to notify that the contract expires if it is not extended.

5.1.5 Value

Estimated value excluding VAT : 25 000 000 Norwegian krone

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no

5.1.7 Strategic procurement

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Orientation: Tenderers shall fill in the attached price form in their cost calculations and submit it as an annex to the tender in Excel format. All fields in the attached price form marked with yellow shall be completed. Missing the price fields can cause difficulties in assessing the tender and the tender can then be rejected. All prices are in NOK, excluding VAT, including all direct or indirect expenses and duties that could be incurred in connection with the delivery. Order fees and invoice fees are to be seen as expenses. The prices shall include all costs for the customer who is included in this competition. Costs that the tenderer knows will be incurred, but that are not specifically stated in the tender, will be seen as included in the stated costs. Evaluation: When assessing the price, a hybrid model with break point 1 will be used. The attached template for the evaluation model is attached.  The tenderer ́s total points for this award criteria is weighted with the award criteria ́s weighting percentage.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 25
Criterion :
Type : Quality
Name : Quality
Description : Orientation: The award criteria Quality will be assessed on the basis of fulfilment of the A and B requirements in the requirement specification. The requirements are weighted as follows in the quality assessment: A requirement 70% B requirement 30% Evaluation: The tenderer ́s description of how the requirements are fulfilled will form the basis for the evaluation. The contracting authority will assess: To what degree the tenderer ́s system meets the set requirements (A and B requirements) both functionally and qualitatively. Functionality: How well the systems cover the need, including efficiency, flexibility and technical qualities. User friendliness: How simple and intuitive the systems will be for final users and executive officers. Detailed level and quality of the descriptions, including how concrete, precise and relevant the tenderer ́s account is. Documentation of how the proposed system meets the requirements, with any illustrations or examples. The best solution will be awarded the highest score (10 points). Other tenders will be ranked and awarded points relative to the best system. Missing descriptions, vague or general statements without a documented system, or a lack of fulfilment of requirements, can lead to a lower score.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Quality
Name : Use case
Description : Orientation:  The contracting authority would like tenderers to reply to the following use cases, preferably with a video describing the processes. 1. Creating a new property Scenario: The municipality receives notification of new property going into the fee system. Process: How to create a new agreement. How to send a one-time fee for water and sewage connection. How to register ongoing charges (water and sewage in accordance with bra). Evaluation: The system ́s ability to handle and streamline manual registration and automation from cadastral can be assessed here. 2. Installation of water meters Scenario: A customer has installed water meters. Process: Registration of water meters and water meter contact. Collection of mobile numbers from the contact register. Option to enter another mobile number. Evaluation: Assessed according to functionality and user friendliness connected to notification, data capture and registration, including communication and integration with the contact register and any SMS system. 3. Completion of area based fee Scenario: The customer shall go from area based fee to advance payment. Process: How to end the fee per BRA. How to post advance payments for water and sewage. Evaluation: The system ́s ability to support flexible invoicing structure and user support for alterations is assessed. 4. Address Changes Scenario: The contracting authority will be notified of a change of address. Process: How addresses are updated and maintained. Evaluation: Functionality for updating based on land register data and any automation will be weighted. 5. Home crossings Scenario: There is a change of owner on a property. Process: How the transition is registered and handled in the system. Evaluation: The system ́s ability to capture and process home transitions, as well as any history/logging will be assessed. 6. SMS sending Scenario: The municipality sends SMS to the customer. Process: How sms is sent. How messages are logged and documented. Evaluation: Assessed on user friendliness, logging and the system's integration with message systems such as SvarUT. 7. Letter writing and archive. Scenario: The executive officer sends letters from the system. Process: How letter writing is connected in different modules to the case system (e.g. Acos Websak Fokus). Evaluation: Emphasis will be placed on user friendliness and traceability, as well as integration and support for archiving.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 15
Criterion :
Type : Quality
Name : Implementation Plan
Description : Orientation:  The contracting authority would like tenderers to contribute to a successful migration from ISY ProAktiv and Cubit to the new system and ensure an efficient implementation based on experience and best practice. Tenderers shall submit a detailed implementation plan, with the following milestones and progress: 1. Implementation plan and milestones Tenderers shall submit a detailed implementation plan with the following milestones: Start-up and collaboration: Cooperation will start immediately after the contract has been signed and at the latest 15 May 2025. By 1 June 2025 the tenderer shall provide access to a test base with transferred data from ISY ProAktiv. Testing and data integration: Testing the import of test files: Sweeping fees, Attvin and test file for Visma. Parallel operations with ProActive until the new system is ready for production. Transition to a new system: The last invoicing in ProAktiv will be carried out for 3rd term (approx. 25 August 2025). The new system will be used from 1 September 2025 before invoicing the 4th term in October. Completion and startup: Implementation and testing shall be completed by 1 October 2025. Invoicing in the new system must be operative by 20 October 2025. 2. E-Learning: Describe available solutions for e-learning as a supplement or alternative to physical training. Evaluation: The evaluation of this criteria will be based on a procurement assessment of the quality of the tenderer ́s description of the implementation plan, start-up approach and training system.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10
Criterion :
Type : Quality
Name : Environment - immaterial climate footprint and environmental impact (justified below)
Description : The contracting authority uses the exclusionary provision in the PPR § 7-9 fifth section and does not weight climate and environmental considerations in accordance with the second section. The contract is assessed to have a climate footprint and an immaterial environmental impact, and this is justified below. Grounds: The object of the procurement is a cloud based ICT system that is offered as a service contract. The delivery will mainly occur digitally and does not include physical goods transport, production or demanding resources. All meetings are preferably held digitally, and any physical journeys will be very limited and regulated in accordance with the principle of the lowest possible environmental impact. Insignificant climate footprint and environmental impact are therefore expected as a result of this procurement. This is considered to be in accordance with current practices for procurements of pure cloud services and software without physical installation or extensive logistics.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 0

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 : Møre og Romsdal tingrett
Information about review deadlines : The waiting period in accordance with the Public Procurement Regulations (FOA) in this procurement is set at 10.07.2025, 12:00 the contract will be signed subsequently. Questions about the procurement/appeals can be sent to Ålesund kommune, c/o The Group Procurement Stian Nesset Busæt stian.nesset.busaet@alesund.kommune.no telephone no.: 926 13 869. Postal address: Ålesund kommune c/o Konserninnkjøp, Postboks 1521, 6025 Ålesund.
Organisation providing more information on the review procedures : Møre og Romsdal tingrett
Organisation whose budget is used to pay for the contract : Ålesund kommune
Organisation executing the payment : Ålesund kommune
Organisation signing the contract : Ålesund kommune

6. Results

Value of all contracts awarded in this notice : 25 000 000 Norwegian krone

6.1 Result lot ldentifier : LOT-0000

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : Norkart AS
Tender :
Tender identifier : Norkart
Identifier of lot or group of lots : LOT-0000
Value of the tender : 6 446 000 Norwegian krone
Subcontracting : No
Contract information :
Identifier of the contract : - Norkart AS
Title : General del-Norkart AS
Date on which the winner was chosen : 30/06/2025
Date of the conclusion of the contract : 11/07/2025
Organisation signing the contract : Ålesund kommune

6.1.3 Non-winning tenderers :

Tenderer :
Official name : Gemini Water AS

6.1.4 Statistical information

Summary of the review requests the buyer received :
Number of complainants : 0
Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 2

8. Organisations

8.1 ORG-0001

Official name : Ålesund kommune
Registration number : 929911709
Department : Innkjøp
Postal address : Keiser Wilhelms gate 11
Town : Ålesund
Postcode : 6003
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Contact point : Stian Busæt
Telephone : +4770162000
Roles of this organisation :
Buyer
Organisation signing the contract
Organisation whose budget is used to pay for the contract
Organisation executing the payment

8.1 ORG-0002

Official name : Møre og Romsdal tingrett
Registration number : 926 723 200
Postal address : Postboks 1354
Town : Ålesund
Postcode : 6001
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Telephone : 70 33 47 00
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures

8.1 ORG-0003

Official name : Norkart AS
Size of the economic operator : Medium
Registration number : 934161181
Department : Salg
Postal address : Hoffsveien 4
Town : Oslo
Postcode : 0275
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Contact point : Yousaf Mohammad
Telephone : 67551400
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0000

8.1 ORG-0004

Official name : Gemini Water AS
Size of the economic operator : Small
Registration number : 834836262
Department : Försäljning
Postal address : Holtermanns veg 7
Town : Trondheim
Postcode : 7030
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Contact point : Arnstein Holthe
Telephone : 73804510
Roles of this organisation :
Tenderer

Notice information

Notice identifier/version : cf5f51e1-fc77-4cce-b855-11b39c3fb69c - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 04/08/2025 09:31 +00:00
Notice dispatch date (eSender) : 04/08/2025 09:43 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00511875-2025
OJ S issue number : 148/2025
Publication date : 05/08/2025