299720-2026 - Competition
Norway – Administration software package – The procurement of an ERP system for seven municipalities (2nd time notice)
OJ S 84/2026 30/04/2026
Contract or concession notice – standard regime
Supplies
1. Buyer
1.1.
Buyer
Official nameIKOMM AS
Emailpost@ikomm.no
Legal type of the buyerBody governed by public law
Activity of the contracting authorityGeneral public services
1.1.
Buyer
Official nameVestby kommune
Emailpost@vestby.kommune.no
Legal type of the buyerBody governed by public law, controlled by a local authority
Activity of the contracting authorityGeneral public services
1.1.
Buyer
Official nameFrogn kommune
Emailpost@frogn.kommune.no
Legal type of the buyerBody governed by public law, controlled by a local authority
Activity of the contracting authorityGeneral public services
1.1.
Buyer
Official nameÅs kommune
Emailpost@as.kommune.no
Legal type of the buyerBody governed by public law, controlled by a local authority
Activity of the contracting authorityGeneral public services
2. Procedure
2.1.
Procedure
TitleThe procurement of an ERP system for seven municipalities (2nd time notice)
DescriptionThe objective of the procurement is to enter into a contract for the procurement of an ERP (enterprise resource planning) system suitable for the municipal sector for a selection of municipalities (Lillehammer, Nesodden, Ås, Vestby, Frogn, Gausdal and Øyer). Further details on the procurement are in the attached documents.
Procedure identifier3e29a143-fc9f-4d85-9f57-90b76904bce1
Internal identifier5228
Type of procedureNegotiated with prior publication of a call for competition / competitive with negotiation
The procedure is acceleratedno
2.1.1.
Purpose
Main nature of the contractSupplies
Main classification (cpv): 48219300 Administration software package
Additional classification (cpv): 48000000 Software package and information systems, 48400000 Business transaction and personal business software package, 48443000 Accounting software package, 48490000 Procurement software package
2.1.2.
Place of performance
Country subdivision (NUTS)Innlandet (NO020)
CountryNorway
2.1.2.
Place of performance
Country subdivision (NUTS)Akershus (NO084)
CountryNorway
2.1.4.
General information
Legal basis
Directive 2014/24/EU
2.1.6.
Grounds for exclusion
Sources of grounds for exclusionNotice
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national lawIs 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.
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 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.
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.
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 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 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 combating organised crime (EUT L 300 of 11.11.2008, p. 42).
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?
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.
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).
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).
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).
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 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 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.
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 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.
Misrepresentation, withheld information, unable to provide required documents or obtained confidential information of this procedureHas 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 procedureIs 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 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?
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.
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 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.
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?
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 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 obligation relating to payment of taxesHas 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 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.
Offence concerning its professional conduct in the domain of defence procurementIs 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, have been legally convicted of offences regarding professional behaviour in defence procurements?
Lack of reliability to exclude risks to the security of the countryIs the tenderer assessed to lack reliability that is necessary to exclude the risk of national security?
Breaching of obligations set under purely national exclusion groundsThe 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.
LotLOT-0001
TitleThe procurement of an ERP system for seven municipalities (2nd time notice)
DescriptionThe objective of the procurement is to enter into a contract for the procurement of an ERP (enterprise resource planning) system suitable for the municipal sector for a selection of municipalities (Lillehammer, Nesodden, Ås, Vestby, Frogn, Gausdal and Øyer). Further details on the procurement are in the attached documents.
Internal identifier6833
5.1.1.
Purpose
Main nature of the contractSupplies
Main classification (cpv): 48219300 Administration software package
Additional classification (cpv): 48000000 Software package and information systems, 48400000 Business transaction and personal business software package, 48443000 Accounting software package, 48490000 Procurement software package
Options
Description of the optionsOther owner municipalities in Ikomm AS, both current and future, have an option to join on equivalent terms as signed contract. This is described in more detail in the attached documents.
5.1.2.
Place of performance
Country subdivision (NUTS)Innlandet (NO020)
CountryNorway
5.1.2.
Place of performance
Country subdivision (NUTS)Akershus (NO084)
CountryNorway
5.1.3.
Estimated duration
Start date29/10/2026
Other durationUnlimited
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 criteriaNotice
CriterionEnrolment in a trade register
Description of selection criterionTenderers 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: The contracting authority will obtain documentation via e-proof or the Brønnøysund Register Centre. 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.

CriterionReferences on specified deliveries
Description of selection criterionTenderers shall have relevant experience from comparable contracts. Comparable assignments means deliveries to the public, primarily municipalities and counties, or equivalent organisations, which are organised and comply with equivalent legislation within HR, finance and accounting as Norwegian municipalities. Comparable above does not mean that the tenderer must have delivered deliveries within the equivalent volume and scope as requested in this competition. Documentation requirements: Description of up to 3 of the tenderer's most relevant contracts in the course of the last 3 years. The description must include a statement of the customer, the assignment ́s value, date and reference person (name, telephone number and e-mail address). It is the tenderer ́s responsibility to document relevance through the description.
Information about the second stage of a two-stage procedure
The buyer reserves the right to award the contract on the basis of the initial tenders without any further negotiations
5.1.10.
Award criteria
Criterion
TypePrice
DescriptionPrice
Category of award weight criterionWeight (percentage, exact)
Award criterion number25
Criterion
TypeQuality
DescriptionFunctionality and user friendliness
Category of award weight criterionWeight (percentage, exact)
Award criterion number45
Criterion
TypeQuality
DescriptionPlan for the establishment, conversion and training
Category of award weight criterionWeight (percentage, exact)
Award criterion number10
Criterion
TypeQuality
DescriptionSupport, service level and standardised compensation
Category of award weight criterionWeight (percentage, exact)
Award criterion number10
Criterion
TypeQuality
DescriptionPossibility room
Category of award weight criterionWeight (percentage, exact)
Award criterion number10
5.1.11.
Procurement documents
Access to certain procurement documents is restricted
Information about restricted documents is available athttps://app.artifik.no/procurements/5228
Ad hoc communication channel
Namee-Tendering
5.1.12.
Terms of procurement
Terms of submission
Electronic submissionRequired
Address for submissionhttps://app.artifik.no/procurements/5228
Languages in which tenders or requests to participate may be submittedEnglishNorwegian
Electronic catalogueNot allowed
Deadline for receipt of requests to participate29/05/2026 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
Conditions relating to the performance of the contractN/A
Electronic invoicingRequired
Electronic ordering will be usedyes
Electronic payment will be usedyes
Financial arrangementN/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 organisationGudbrandsdal tingrett
Organisation providing additional information about the procurement procedureIKOMM AS
Organisation providing more information on the review proceduresIKOMM AS
Organisation receiving requests to participateArtifik AS
8. Organisations
8.1.
ORG-0001
Official nameIKOMM AS
Registration number991335846
Postal addressFakkelgården, Vormstuguvegen 40
TownLILLEHAMMER
Postcode2624
Country subdivision (NUTS)Innlandet (NO020)
CountryNorway
Contact pointKarl Erik Steinbakk
Emailpost@ikomm.no
Telephone+47 61050605
Internet addresshttps://www.ikomm.no/
Buyer profilehttps://www.ikomm.no/
Roles of this organisation
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing more information on the review procedures
8.1.
ORG-0002
Official nameVestby kommune
Registration number943485437
Postal addressPostboks 144
TownVestby
Postcode1541
Country subdivision (NUTS)Akershus (NO084)
CountryNorway
Emailpost@vestby.kommune.no
Telephone+47
Internet addresshttps://www.vestby.kommune.no
Buyer profilehttps://www.vestby.kommune.no
Roles of this organisation
Buyer
8.1.
ORG-0003
Official nameFrogn kommune
Registration number963999089
Postal addressPostboks 10
TownDrøbak
Postcode1441
Country subdivision (NUTS)Akershus (NO084)
CountryNorway
Emailpost@frogn.kommune.no
Telephone+47
Internet addresshttps://www.frogn.kommune.no
Buyer profilehttps://www.frogn.kommune.no
Roles of this organisation
Buyer
8.1.
ORG-0004
Official nameÅs kommune
Registration number964948798
Postal addressPostboks 195
TownÅs
Postcode1431
Country subdivision (NUTS)Akershus (NO084)
CountryNorway
Emailpost@as.kommune.no
Telephone+47
Internet addresshttps://www.as.kommune.no
Buyer profilehttps://www.as.kommune.no
Roles of this organisation
Buyer
8.1.
ORG-0005
Official nameGudbrandsdal tingrett
Registration number935364833
Postal addressJul Pettersens gate 2
TownLillehammer
Postcode2615
Country subdivision (NUTS)Innlandet (NO020)
CountryNorway
Emailgudbrandsdal.tingrett@domstol.no
Telephone+47 61022900
Internet addresshttps://www.domstol.no/no/domstoler/tingrett/gudbrandsdal-tingrett/
Roles of this organisation
Review organisation
8.1.
ORG-0006
Official nameArtifik AS
Registration number925364967
Postal addressStortingsgata 12
TownOslo
Postcode0161
Country subdivision (NUTS)Oslo (NO081)
CountryNorway
Emailsupport@artifik.no
Internet addresshttps://artifik.no
Roles of this organisation
Procurement service provider
Organisation receiving requests to participate
Notice information
Notice identifier/versionb00a4995-4565-45fd-be7e-2cbef5141eb6  -  01
Form typeCompetition
Notice typeContract or concession notice – standard regime
Notice subtype16
Notice dispatch date28/04/2026 17:29:34 (UTC+00:00) Western European Time, GMT
Languages in which this notice is officially availableEnglish
Notice publication number299720-2026
OJ S issue number84/2026
Publication date30/04/2026