297912-2026 - Competition
Norway – Software package and information systems – Procurement of a recruitment system
OJ S 84/2026 30/04/2026
Contract or concession notice – standard regime
Supplies - Services
1. Buyer
1.1.
Buyer
Official nameRiksrevisjonen
Emailjgs@riksrevisjonen.no
Legal type of the buyerCentral government authority
Activity of the contracting authorityEconomic affairs
2. Procedure
2.1.
Procedure
TitleProcurement of a recruitment system
DescriptionRiksrevisjonen recruits approx. 30 positions per annum. In order to carry out professional recruitment processes, we depend on having a recruitment system for all phases of the recruitment process. It is a strategic goal for Riksrevisjonen to ensure competence and to recruit personnel with the necessary competence. In order to succeed, we are completely dependent on having an efficient and well-functioning recruitment system.
Procedure identifier82df8274-298d-4958-83b0-ec5bd001ed0f
Internal identifier2025/00805
Type of procedureOpen
The procedure is acceleratedno
Main features of the procedureThe procurement will be made in accordance with the Act from 17 June 2016 no. 73 on public procurements (the Procurement Act) and regulations 12 August 2016 no. 974 on public procurements (the procurement regulations) parts I and part III. The contract will be awarded in accordance with the open tender contest procedure, cf. the procurement regulations § 13-1(1).
2.1.1.
Purpose
Main nature of the contractSupplies
Additional nature of the contractServices
Main classification (cpv): 48000000 Software package and information systems
Additional classification (cpv): 72000000 IT services: consulting, software development, Internet and support, 72260000 Software-related services
2.1.2.
Place of performance
Anywhere in the European Economic Area
2.1.3.
Value
Estimated value excluding VAT2 000 000,00 NOK
2.1.4.
General information
Legal basis
Directive 2014/24/EU
2.1.6.
Grounds for exclusion
Sources of grounds for exclusionEuropean Single Procurement Document (ESPD)Procurement DocumentNotice
CorruptionIs 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.
FraudIs 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 financingIs 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 organisationIs 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 activitiesIs 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 beingsIs 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 lawIs 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 lawIs 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 lawIs 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 competitionHas the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition?
Grave professional misconductHas 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 or obtained confidential information of this procedureHave 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 procedureAre 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 procedureHas 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 sanctionsHas 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 obligation relating to payment of social security contributionsHave 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 taxesHas 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 suspendedSpecify 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.
BankruptcyIs 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 creditorsIs 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.
InsolvencyIs 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 liquidatorSpecify 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 lawIs 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.
LotLOT-0000
TitleProcurement of a recruitment system
DescriptionRiksrevisjonen recruits approx. 30 positions per annum. In order to carry out professional recruitment processes, we depend on having a recruitment system for all phases of the recruitment process. It is a strategic goal for Riksrevisjonen to ensure competence and to recruit personnel with the necessary competence. In order to succeed, we are completely dependent on having an efficient and well-functioning recruitment system.
Internal identifier2025/00805
5.1.1.
Purpose
Main nature of the contractSupplies
Additional nature of the contractServices
Main classification (cpv): 48000000 Software package and information systems
Additional classification (cpv): 72000000 IT services: consulting, software development, Internet and support, 72260000 Software-related services
Options
Description of the optionsRiksrevisjonen has an option for integrations and expansions (modules, functions) connected to the system.
5.1.2.
Place of performance
Anywhere in the European Economic Area
5.1.3.
Estimated duration
Other durationUnlimited
5.1.5.
Value
Estimated value excluding VAT2 000 000,00 NOK
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
Sources of selection criteriaProcurement Document
5.1.10.
Award criteria
Criterion
TypeQuality
NameQuality
DescriptionQuality of system, other requirements and security and privacy.
Category of award weight criterionWeight (percentage, exact)
Award criterion number40
Criterion
TypePrice
NamePrice
DescriptionEstimated total price over 4 years.
Category of award weight criterionWeight (percentage, exact)
Award criterion number30
Criterion
TypeQuality
NameEnvironment
DescriptionAssessing the requirements of the environment
Category of award weight criterionWeight (percentage, exact)
Award criterion number30
5.1.11.
Procurement documents
Languages in which the procurement documents are officially availableNorwegian
Deadline for requesting additional information26/05/2026 12:00:00 (UTC+00:00) Western European Time, GMT
Address of the procurement documentshttps://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=454495&TID=200415248&B=
5.1.12.
Terms of procurement
Terms of submission
Electronic submissionRequired
Address for submissionhttps://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=454495&TID=200415248&B=
Languages in which tenders or requests to participate may be submittedNorwegian
Electronic catalogueAllowed
VariantsNot allowed
Tenderers may submit more than one tenderAllowed
Deadline for receipt of tenders02/06/2026 10:00:00 (UTC+00:00) Western European Time, GMT
Duration during which the tender must remain valid120 Days
Terms of contract
The execution of the contract must be performed within the framework of sheltered employment programmesNo
A non-disclosure agreement is requiredno
Electronic invoicingRequired
Electronic ordering will be usedno
Electronic payment will be usedyes
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 organisationOslo tingrett
Organisation providing more information on the review proceduresOslo tingrett
Organisation receiving requests to participateRiksrevisjonen
Organisation processing tendersRiksrevisjonen
8. Organisations
8.1.
ORG-0001
Official nameRiksrevisjonen
Registration number974760843
Postal addressStorgata 16
TownOSLO
Postcode0184
Country subdivision (NUTS)Oslo (NO081)
CountryNorway
Contact pointJon Gisle Sæther
Emailjgs@riksrevisjonen.no
Telephone+47 22241176
Internet addresshttps://www.riksrevisjonen.no/
Buyer profilehttps://eu.eu-supply.com/ctm/company/companyinformation/index/338830
Roles of this organisation
Buyer
Organisation receiving requests to participate
Organisation processing tenders
8.1.
ORG-0002
Official nameOslo tingrett
Registration number926 725 939
Postal addressC.J.Hambros plass 4,
Townoslo
Postcode0164
Country subdivision (NUTS)Oslo (NO081)
CountryNorway
Emailoslo.tingrett@domstol.no
Telephone+47 22035200
Roles of this organisation
Review organisation
Organisation providing more information on the review procedures
Notice information
Notice identifier/version11ec5483-6cfa-4cf6-b170-292c5ec825e3  -  01
Form typeCompetition
Notice typeContract or concession notice – standard regime
Notice subtype16
Notice dispatch date29/04/2026 10:08:12 (UTC+00:00) Western European Time, GMT
Notice dispatch date (eSender)29/04/2026 10:30:47 (UTC+00:00) Western European Time, GMT
Languages in which this notice is officially availableEnglish
Notice publication number297912-2026
OJ S issue number84/2026
Publication date30/04/2026