Procurement of Identity and Access Management (IAM) for the municipalities of the Kongsberg region.

The objective of the procurement is to enter into a contract for a system for Identity Management (IDM) / Identity and Access Management (IAM). An IDM system shall be procured for all 9 municipalities and employees in the Kongsberg region. All the municipalities currently use the LCS (Life Cycle Server) …

CPV: 48000000 Programvara och informationssystem, 48600000 Programvara för databas och operativsystem, 48700000 Verktygsprogram, 48780000 Programvara för system, lagring och innehållshantering, 48810000 Informationssystem, 72000000 IT-tjänster: konsultverksamhet, programvaruutveckling, Internet och stöd
Sista ansökningsdag:
18 juni 2025 10:00
Typ av tidsfrist:
Inlämnande av anbud
Plats för avrättning:
Procurement of Identity and Access Management (IAM) for the municipalities of the Kongsberg region.
Plats för tilldelning:
NOTODDEN KOMMUNE
Tilldelningsnummer:
553

1. Buyer

1.1 Buyer

Official name : NOTODDEN 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 of Identity and Access Management (IAM) for the municipalities of the Kongsberg region.
Description : The objective of the procurement is to enter into a contract for a system for Identity Management (IDM) / Identity and Access Management (IAM).   An IDM system shall be procured for all 9 municipalities and employees in the Kongsberg region.  All the municipalities currently use the LCS (Life Cycle Server) system from DNI. We currently have two different versions in use, two of the municipalities are running a LCS cloud system and seven of the municipalities are running a LCS on-prem system. We would like to use this procurement to get a cloud based IDM system for all 9 municipalities.   The current IDM system uses the employee bases in the current on-prem HR systems as the master source. The implementation of a new IDM shall occur parallel to the introduction of a new HRM system in the region, Visma Enterprise Plus, which is planned to come on stream from August 2025.  See the requirement specifications for a comprehensive description of the delivery.   The contracting authority intends to enter into a contract with one tenderer. The contract is valid for 3 years. After this there is a mutual notice period of 1 year. The agreement must be terminated 3 months prior to the renewal of the next year.   The contract ́s value is estimated for four years, even if there is an ongoing contract. The contract ́s total value is estimated to NOK 2,300,000 excluding VAT for 4 years. The values must be seen as a non-binding estimate. The maximum total value of the contract for four years is NOK 4,000,000 excluding VAT.
Procedure identifier : e5cb71dd-b468-42c0-b2c3-c87e9fb3503b
Internal identifier : 553
Type of procedure : Open
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48810000 Information systems
Additional classification ( cpv ): 48780000 System, storage and content management software package
Additional classification ( cpv ): 48700000 Software package utilities
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 48600000 Database and operating software package

2.1.2 Place of performance

Country subdivision (NUTS) : Vestfold og Telemark ( NO091 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 2 300 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy under national law : 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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
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.
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
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 combating organised crime (EUT L 300 of 11.11.2008, p. 42).
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?
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.
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).
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).
Child labour and 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).
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
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.
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Has the tenderer: a) given grossly incorrect information with the notification of the information required to verify that there is no basis for rejection, or of the qualification requirements being fulfilled, b) failed to provide such information, c) made reservations immediately to present the supporting documents requested by the contracting authority, or d) improperly affected 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 : Is the tenderer 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?
Guilty of 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.
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 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.
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?
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
Payment of taxes : Has the tenderer not fulfilled all of his tax and duty obligations in both the country where he is established and in the contracting authority's member state, if this is a different country than what he is established in?
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.
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.

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Procurement of Identity and Access Management (IAM) for the municipalities of the Kongsberg region.
Description : The objective of the procurement is to enter into a contract for a system for Identity Management (IDM) / Identity and Access Management (IAM).   An IDM system shall be procured for all 9 municipalities and employees in the Kongsberg region.  All the municipalities currently use the LCS (Life Cycle Server) system from DNI. We currently have two different versions in use, two of the municipalities are running a LCS cloud system and seven of the municipalities are running a LCS on-prem system. We would like to use this procurement to get a cloud based IDM system for all 9 municipalities.   The current IDM system uses the employee bases in the current on-prem HR systems as the master source. The implementation of a new IDM shall occur parallel to the introduction of a new HRM system in the region, Visma Enterprise Plus, which is planned to come on stream from August 2025.  See the requirement specifications for a comprehensive description of the delivery.   The contracting authority intends to enter into a contract with one tenderer. The contract is valid for 3 years. After this there is a mutual notice period of 1 year. The agreement must be terminated 3 months prior to the renewal of the next year.   The contract ́s value is estimated for four years, even if there is an ongoing contract. The contract ́s total value is estimated to NOK 2,300,000 excluding VAT for 4 years. The values must be seen as a non-binding estimate. The maximum total value of the contract for four years is NOK 4,000,000 excluding VAT.
Internal identifier : 678

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48810000 Information systems
Additional classification ( cpv ): 48780000 System, storage and content management software package
Additional classification ( cpv ): 48700000 Software package utilities
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 48600000 Database and operating software package

5.1.3 Estimated duration

Start date : 01/08/2025
Other duration : Unlimited

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.9 Selection criteria

Criterion :
Type : Suitability to pursue the professional activity
Name : The tenderer ́s registration, authorisations, etc.
Description : Tenderers shall be registered in a company register, professional register or registered in a commerce register in the country where the tenderer is established.  Documentation requirements: Norwegian companies: Company Registration Certificate  Foreign companies: Verification that the tenderer is registered in a company register, professional register or a commerce register in the country where the tenderer is established.
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : The tenderer's economic and financial capacity
Description : Tenderers must have sufficient economic and financial capacity to be able to fulfil the contract. Documentation requirements: Credit rating based on the most recent financial figures. The rating shall be carried out by a credit rating company with licence to conduct this service.  A credit assessment/rating shall confirm that the tenderer has a minimum of credit worthiness of A, in accordance with the AAA rating system at Bisnode or equivalent.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : The tenderer ́s technical and professional qualifications.
Description : Tenderers shall have experience from comparable contracts.  Documentation requirements: A short description of the tenderer's experience from comparable contracts. Tenderers shall have a minimum of 3 years experience from comparable contracts.
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Price
Name :
Description : Price/ Cost
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name :
Description : Quality
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 70
Criterion :
Type : Quality
Name :
Description : The contracting authority considers that this procurement is of such a nature that climate footprint and environmental impact will be marginal. The procurement is for the delivery of an IAM system, which involves the use of a cloud based system for identity management and access management. The nature of the procurement is therefore a cloud service, which involves access to computing resources that are available through the internet. Other elements such as meetings and the use of consultancy services at the chosen tenderer are considered to fall outside the nature of the procurement and shall therefore not be followed. Based on this assessment, we use the exclusionary provision in the public procurement regulations § 7-9 fifth paragraph and do not set requirements or criteria for climate and environmental considerations in this procurement.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 0
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

Access to certain procurement documents is restricted
Information about restricted documents is available at : https://app.artifik.no/procurements/553
Ad hoc communication channel :
Name : e-Tendering

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English, Norwegian
Electronic catalogue : Not allowed
Deadline for receipt of tenders : 18/06/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : N/A
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : N/A

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 : Telemark tingrett -
Organisation providing additional information about the procurement procedure : NOTODDEN KOMMUNE -
Organisation receiving requests to participate : Artifik AS -

8. Organisations

8.1 ORG-0001

Official name : NOTODDEN KOMMUNE
Registration number : 938583986
Postal address : Teatergata 3
Town : NOTODDEN
Postcode : 3674
Country subdivision (NUTS) : Vestfold og Telemark ( NO091 )
Country : Norway
Contact point : Andrine Kvamme Bergsland
Telephone : +47 35015000
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure

8.1 ORG-0002

Official name : Telemark tingrett
Registration number : 926723545
Postal address : Postboks 2624
Town : Skien
Postcode : 3702
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : +47 35692000
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Artifik AS
Registration number : 925364967
Postal address : Stortingsgata 12
Town : Oslo
Postcode : 0161
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : +47 46630107
Internet address : https://artifik.no
Roles of this organisation :
Procurement service provider
Organisation receiving requests to participate
Notice information
Notice identifier/version : 26baf3ff-7620-4bb6-b414-f54651a12083 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 19/05/2025 13:14 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00328138-2025
OJ S issue number : 97/2025
Publication date : 21/05/2025