299149-2026 - Competition
Norway – Banking services – Payment systems, qualification phase.
OJ S 84/2026 30/04/2026
Contract or concession notice – standard regime
Services
1. Buyer
1.1.
Buyer
Official nameNorsk Rikstoto
Emailerlend.kokaas@rikstoto.no
Legal type of the buyerEntity with special or exclusive rights
Activity of the contracting authorityGeneral public services
2. Procedure
2.1.
Procedure
TitlePayment systems, qualification phase.
DescriptionThe aim of the procurement is to further develop the current payment system and simplify the customer journey by safeguarding the customer ́s expectations of quick, secure and seamless execution of gaming activities. A contract shall be signed with a payment service provider, payment service provider (PSP), which also includes redeeming services.
Procedure identifier799dfb14-d0e9-4199-a0ae-047468fd6fda
Internal identifier26-007
Type of procedureNegotiated with prior publication of a call for competition / competitive with negotiation
The procedure is acceleratedno
Main features of the procedureThe aim of the procurement is to further develop the current payment system and simplify the customer journey by safeguarding the customer ́s expectations of quick, secure and seamless execution of gaming activities. A contract shall be signed with a payment service provider, payment service provider (PSP), which also includes redeeming services.
2.1.1.
Purpose
Main nature of the contractServices
Main classification (cpv): 66110000 Banking services
Additional classification (cpv): 66000000 Financial and insurance services
2.1.2.
Place of performance
Country subdivision (NUTS)Oslo (NO081)
CountryNorway
2.1.4.
General information
Legal basis
Directive 2014/24/EU
Anskaffelsesforskriften - See the competition documents
2.1.6.
Grounds for exclusion
Sources of grounds for exclusionNotice
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 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?
5. Lot
5.1.
LotLOT-0000
TitlePayment systems, qualification phase.
DescriptionThe aim of the procurement is to further develop the current payment system and simplify the customer journey by safeguarding the customer ́s expectations of quick, secure and seamless execution of gaming activities. A contract shall be signed with a payment service provider, payment service provider (PSP), which also includes redeeming services.
Internal identifier26-007
5.1.1.
Purpose
Main nature of the contractServices
Main classification (cpv): 66110000 Banking services
Additional classification (cpv): 66000000 Financial and insurance services
5.1.2.
Place of performance
Country subdivision (NUTS)Oslo (NO081)
CountryNorway
5.1.3.
Estimated duration
Duration48 Months
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)no
5.1.9.
Selection criteria
Sources of selection criteriaNotice
CriterionEnrolment in a trade register
Description of selection criterionTenderers 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.

CriterionReferences on specified services
Description of selection criterionOnly 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
Information about the second stage of a two-stage procedure
Minimum number of candidates to be invited for the second stage of the procedure3
The procedure will take place in successive stages. At each stage, some participants may be eliminated
The buyer reserves the right to award the contract on the basis of the initial tenders without any further negotiations
5.1.11.
Procurement documents
Languages in which the procurement documents are officially availableNorwegian
Address of the procurement documentshttps://permalink.mercell.com/282800113.aspx
5.1.12.
Terms of procurement
Terms of submission
Electronic submissionRequired
Address for submissionhttps://permalink.mercell.com/282800113.aspx
Languages in which tenders or requests to participate may be submittedNorwegian
Electronic catalogueNot allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
VariantsNot allowed
Deadline for receipt of requests to participate01/06/2026 10:00:00 (UTC+00:00) Western European Time, GMT
Terms of contract
The execution of the contract must be performed within the framework of sheltered employment programmesNo
Electronic invoicingRequired
Electronic ordering will be usedno
Electronic payment will be usedyes
5.1.15.
Techniques
Framework agreement
Framework agreement, without reopening of competition
Maximum number of participants1
Information about the dynamic purchasing system
No dynamic purchase system
5.1.16.
Further information, mediation and review
Review organisationOslo Tingrett
Information about review deadlines: See the tender documentation
8. Organisations
8.1.
ORG-0001
Official nameNorsk Rikstoto
Registration number956444586
Postal addressTrondheimsveien 273
TownOSLO
Postcode0589
Country subdivision (NUTS)Oslo (NO081)
CountryNorway
Contact pointStiftelsen Norsk Rikstoto
Emailerlend.kokaas@rikstoto.no
Telephone+47 22956100
Fax+47 22956161
Internet addresshttp://www.rikstoto.no
Roles of this organisation
Buyer
8.1.
ORG-0002
Official nameOslo Tingrett
Registration number926725939
TownOslo
Postcode0164
Country subdivision (NUTS)Oslo (NO081)
CountryNorway
Roles of this organisation
Review organisation
Notice information
Notice identifier/version18875d8a-94d1-417b-a752-d7ffd4e2d46d  -  01
Form typeCompetition
Notice typeContract or concession notice – standard regime
Notice subtype16
Notice dispatch date28/04/2026 14:25:50 (UTC+00:00) Western European Time, GMT
Notice dispatch date (eSender)29/04/2026 07:22:29 (UTC+00:00) Western European Time, GMT
Languages in which this notice is officially availableEnglish
Notice publication number299149-2026
OJ S issue number84/2026
Publication date30/04/2026