308879-2026 - Competition
Norway – IT services: consulting, software development, Internet and support – Procurement of ERP-system
OJ S 87/2026 06/05/2026
Contract or concession notice – standard regime - Change notice
Services
1. Buyer
1.1.
Buyer
Official nameSigma2 AS
Emailhalvor.opaas@kpmg.no
Legal type of the buyerBody governed by public law
Activity of the contracting authorityEducation
2. Procedure
2.1.
Procedure
TitleProcurement of ERP-system
DescriptionProcurement of an ERP system for Sigma2 AS, including the accompanying services (both technical and economic). See further information on the contents of the procurement in the Procurement Rules, SSA-L with annexes and SSA-B simple.
Procedure identifier581ce6a9-2b9a-4082-a89a-a61bddde50f4
Previous notice104178-2026
Internal identifier26/00001-03
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 contractServices
Main classification (cpv): 72000000 IT services: consulting, software development, Internet and support
Additional classification (cpv): 48000000 Software package and information systems, 48400000 Business transaction and personal business software package, 48440000 Financial analysis and accounting software package, 48441000 Financial analysis software package, 48450000 Time accounting or human resources software package, 48482000 Business intelligence software package, 48490000 Procurement software package, 48800000 Information systems and servers, 48812000 Financial information systems, 72200000 Software programming and consultancy services, 72212000 Programming services of application software, 72212200 Networking, Internet and intranet software development services, 72212400 Business transaction and personal business software development services, 72212420 Facilities management software development services and software development services suite, 72212440 Financial analysis and accounting software development services, 72212441 Financial analysis software development services, 72212443 Accounting software development services, 72212445 Customer Relation Management software development services, 72212450 Time accounting or human resources software development services, 72212482 Business intelligence software development services, 72220000 Systems and technical consultancy services, 79000000 Business services: law, marketing, consulting, recruitment, printing and security, 79200000 Accounting, auditing and fiscal services, 79210000 Accounting and auditing services, 79211000 Accounting services, 79400000 Business and management consultancy and related services, 79410000 Business and management consultancy services, 79414000 Human resources management consultancy services, 79631000 Personnel and payroll services
2.1.2.
Place of performance
Anywhere in the European Economic Area
2.1.3.
Value
Estimated value excluding VAT9 600 000,00 NOK
2.1.4.
General information
Legal basis
Directive 2014/24/EU
2.1.6.
Grounds for exclusion
Sources of grounds for exclusionProcurement DocumentEuropean Single Procurement Document (ESPD)
5. Lot
5.1.
LotLOT-0000
TitleProcurement of ERP-system
DescriptionProcurement of an ERP system for Sigma2 AS, including the accompanying services (both technical and economic). See further information on the contents of the procurement in the Procurement Rules, SSA-L with annexes and SSA-B simple.
Internal identifier26/00001-03
5.1.1.
Purpose
Main nature of the contractServices
Main classification (cpv): 72000000 IT services: consulting, software development, Internet and support
Additional classification (cpv): 48000000 Software package and information systems, 48400000 Business transaction and personal business software package, 48440000 Financial analysis and accounting software package, 48441000 Financial analysis software package, 48450000 Time accounting or human resources software package, 48482000 Business intelligence software package, 48490000 Procurement software package, 48800000 Information systems and servers, 48812000 Financial information systems, 72200000 Software programming and consultancy services, 72212000 Programming services of application software, 72212200 Networking, Internet and intranet software development services, 72212400 Business transaction and personal business software development services, 72212420 Facilities management software development services and software development services suite, 72212440 Financial analysis and accounting software development services, 72212441 Financial analysis software development services, 72212443 Accounting software development services, 72212445 Customer Relation Management software development services, 72212450 Time accounting or human resources software development services, 72212482 Business intelligence software development services, 72220000 Systems and technical consultancy services, 79000000 Business services: law, marketing, consulting, recruitment, printing and security, 79200000 Accounting, auditing and fiscal services, 79210000 Accounting and auditing services, 79211000 Accounting services, 79400000 Business and management consultancy and related services, 79410000 Business and management consultancy services, 79414000 Human resources management consultancy services, 79631000 Personnel and payroll services
5.1.2.
Place of performance
Anywhere in the European Economic Area
5.1.3.
Estimated duration
Duration8 Years
5.1.4.
Renewal
Maximum renewals4
Other information about renewals4 x 1 year
5.1.5.
Value
Estimated value excluding VAT9 600 000,00 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)no
This procurement is also suitable for small and medium-sized enterprises (SMEs)yes
5.1.7.
Strategic procurement
Green Procurement CriteriaOther Green Public Procurement criteria
5.1.9.
Selection criteria
Sources of selection criteriaProcurement DocumentNotice
CriterionEnrolment in a trade register
Description of selection criterionTenderers shall be registered in a company register or a trade register in the country where the tenderer is established. DOCUMENTATION: Norwegian companies: Company Registration Certificate Foreign companies: Verification that the company is registered in a professional register in the state where the tenderer is established.

CriterionFinancial ratio
Description of selection criterionTenderers must have sufficient economic and financial capacity to be able to fulfil the contractual obligations. Sufficient economic and financial capacity means that the tenderer fulfils the following requirements: • Credit worthy without security. DOCUMENTATION: The contracting authority will assess the tenderer's fulfilment of the qualification requirement based on the following documentation: • Credit rating equivalent to A or better, measured on Soliditet's (Bisnode) scale - or equivalent score from another reputable rating company. The contracting authority reserves the right to obtain a credit rating in order to confirm fulfilment of the requirement.

CriterionReferences on specified services
Description of selection criterionTenderers shall have good experience from similar deliveries, including delivery and implementation of a cloud based Erp system (SaaS). In addition tenderers shall have good experience with the delivery of the services requested in the assistance contract (SSA-B). Tenderers shall have carried out a minimum of 3 comparable deliveries in the last 3-5 years. DOCUMENTATION: Reference list with a short description of the deliveries, including, among other things, the customer, scope, date and time. If the ERP references to the tenderer do not also involve the services requested in the assistance contract, separate references must be provided for these services. Complete annex 3 - form for replying to experience.
The criteria will be used to select the candidates to be invited for the second stage of the procedure

CriterionRelevant educational and professional qualifications
Description of selection criterionTenderers shall have sufficient professional competence and the capacity to fulfil the contract. DOCUMENTATION: Description of the professional environment and personnel that will be used to carry out the contract. Hereunder the tenderer shall, preferably in a table format, state the number of employees within the different relevant professional environments that the tenderer has at its disposal for the execution of this delivery (the ERP service and the tileggs services) with brief information on experience level and competence. CVs are not requested here. Tenderers are requested to use a separate document/template to document fulfilment of the requirement.

CriterionEnvironmental management measures
Description of selection criterionTenderers shall have implemented environmental management measures in their activities that cover the delivery. DOCUMENTATION: A general description of the tenderer's environmental management measures. If the tenderer is certified in accordance with ISO 14001, EMAS or Miljøfyrtårn or equivalent, it is sufficient to enclose a copy of a valid certificate.

CriterionMeasures for ensuring quality
Description of selection criterionThe tenderer shall have a quality assurance system that covers the delivery. DOCUMENTATION: A description of the tenderer's quality assurance methods. If a tenderer is certified in accordance with ISO 9001 or equivalent quality assurance certifications, it is sufficient to enclose a copy of a valid certificate.

CriterionSecurity of information
Description of selection criterionTenderers shall have a documented management system for information security that covers the delivery. The system must demonstrate how the tenderer safeguards relevant security considerations. The system shall as a minimum include: 1. An IT security policy 2. Overview of the most important IT security risks for the entity. 3. Overview of the company's IT security requirements for sub-suppliers. 4. Description of the IT security work ́s organisation and division of responsibility. 5. Description of the company's stand-by to handle situations at risk for or where THERE have been IT security breaches. 6. Description of the resources necessary to establish, implement, maintain and continually improve the management system for IT security. DOCUMENTATION: A description of the company's risk and information security management system, which shows that the system includes the mentioned points in the requirement. If a tenderer is certified in accordance with ISO27001 or any equivalent standards, it will be sufficient to present a copy of a valid certificate.

CriterionCertificates by quality control institutes
Description of selection criterionN/A

CriterionCertificates by independent bodies about quality assurance standards
Description of selection criterionN/A

CriterionCertificates by independent bodies about environmental management systems or standards
Description of selection criterionN/A
Information about the second stage of a two-stage procedure
Minimum number of candidates to be invited for the second stage of the procedure3
Maximum 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
5.1.10.
Award criteria
Criterion
TypePrice
NamePrice
DescriptionPrice
Category of award weight criterionWeight (percentage, exact)
Award criterion number30
Criterion
TypeQuality
NameQuality
DescriptionQuality
Category of award weight criterionWeight (percentage, exact)
Award criterion number70
5.1.11.
Procurement documents
Deadline for requesting additional information14/05/2026 22:00:00 (UTC+00:00) Western European Time, GMT
Address of the procurement documentshttps://tendsign.com/doc.aspx?MeFormsNoticeId=89116
5.1.12.
Terms of procurement
Terms of submission
Electronic submissionRequired
Address for submissionhttps://tendsign.com/doc.aspx?MeFormsNoticeId=89116&GoTo=Tender
Languages in which tenders or requests to participate may be submittedNorwegian
Electronic catalogueNot allowed
VariantsNot allowed
Tenderers may submit more than one tenderNot allowed
Deadline for receipt of requests to participate26/05/2026 10:00:58 (UTC+00:00) Western European Time, GMT
Information that can be supplemented after the submission deadline
At the discretion of the buyer, some missing tenderer-related documents may be submitted later.
Additional informationCf. the Public Procurement Regulations § 23-5
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 usedyes
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 organisationTrøndelag tingrett
Information about review deadlines: In accordance with the law and regulations on public procurements. The request for a temporary injunction to review rejection or rejection of the qualification enquiry is 15 days cf. the Public Procurement Regulations § 20-7.
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performedTrøndelag tingrett
Organisation providing additional information about the procurement procedureSigma2 AS
Organisation providing offline access to the procurement documentsSigma2 AS
Organisation receiving requests to participateSigma2 AS
Organisation processing tendersSigma2 AS
8. Organisations
8.1.
ORG-0001
Official nameSigma2 AS
Registration number814864332
DepartmentUpphandlingen
Postal addressAbels gate 5
TownTrondheim
Postcode7030
Country subdivision (NUTS)Trøndelag/Trööndelage (NO060)
CountryNorway
Contact pointHalvor Wang Opaas
Emailhalvor.opaas@kpmg.no
Telephone40601776
Roles of this organisation
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders
8.1.
ORG-0002
Official nameTrøndelag tingrett
Registration number926 722 794
Postal addressPostboks 2317 Torgarden
TownTrondheim
Postcode7004
Country subdivision (NUTS)Trøndelag/Trööndelage (NO060)
CountryNorway
Emailtrondelag.tingrett@domstol.no
Telephone73 54 24 00
Internet addresshttps://www.domstol.no/no/domstoler/tingrett/trondelag-tingrett/
Roles of this organisation
Review organisation
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed
10. Change
Version of the previous notice to be changedc8e0808f-522b-4839-8927-1dc1a8b6df47-01
Main reason for changeBuyer correction
DescriptionThe qualification deadline has been amended to 26.05.2026
10.1.
Change
Section identifierLOT-0000
Notice information
Notice identifier/versionff91664d-6a35-446f-9876-f9675865f111  -  01
Form typeCompetition
Notice typeContract or concession notice – standard regime
Notice subtype16
Notice dispatch date05/05/2026 11:58:51 (UTC+00:00) Western European Time, GMT
Notice dispatch date (eSender)05/05/2026 11:58:52 (UTC+00:00) Western European Time, GMT
Languages in which this notice is officially availableEnglish
Notice publication number308879-2026
OJ S issue number87/2026
Publication date06/05/2026