1. Buyer
1.1.
Buyer
Official name: Sigma2 AS
Legal type of the buyer: Body governed by public law
Activity of the contracting authority: Education
2. Procedure
2.1.
Procedure
Title: Procurement of ERP-system
Description: Procurement 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 identifier: 581ce6a9-2b9a-4082-a89a-a61bddde50f4
Previous notice: 104178-2026
Internal identifier: 26/00001-03
Type of procedure: Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated: no
2.1.1.
Purpose
Main nature of the contract: Services
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 VAT: 9 600 000,00 NOK
2.1.4.
General information
Legal basis:
Directive 2014/24/EU
2.1.6.
Grounds for exclusion
Sources of grounds for exclusion: Procurement Document, European Single Procurement Document (ESPD)
5. Lot
5.1.
Lot: LOT-0000
Title: Procurement of ERP-system
Description: Procurement 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 identifier: 26/00001-03
5.1.1.
Purpose
Main nature of the contract: Services
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
Duration: 8 Years
5.1.4.
Renewal
Maximum renewals: 4
Other information about renewals: 4 x 1 year
5.1.5.
Value
Estimated value excluding VAT: 9 600 000,00 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 Criteria: Other Green Public Procurement criteria
5.1.9.
Selection criteria
Sources of selection criteria: Procurement Document, Notice
Criterion: Enrolment in a trade register
Description of selection criterion: Tenderers 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.
Criterion: Financial ratio
Description of selection criterion: Tenderers 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.
Criterion: References on specified services
Description of selection criterion: Tenderers 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
Criterion: Relevant educational and professional qualifications
Description of selection criterion: Tenderers 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.
Criterion: Environmental management measures
Description of selection criterion: Tenderers 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.
Criterion: Measures for ensuring quality
Description of selection criterion: The 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.
Criterion: Security of information
Description of selection criterion: Tenderers 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.
Criterion: Certificates by quality control institutes
Description of selection criterion: N/A
Criterion: Certificates by independent bodies about quality assurance standards
Description of selection criterion: N/A
Criterion: Certificates by independent bodies about environmental management systems or standards
Description of selection criterion: N/A
Information about the second stage of a two-stage procedure:
Minimum number of candidates to be invited for the second stage of the procedure: 3
Maximum number of candidates to be invited for the second stage of the procedure: 3
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:
Type: Price
Name: Price
Description: Price
Category of award weight criterion: Weight (percentage, exact)
Award criterion number: 30
Criterion:
Type: Quality
Name: Quality
Description: Quality
Category of award weight criterion: Weight (percentage, exact)
Award criterion number: 70
5.1.11.
Procurement documents
Deadline for requesting additional information: 14/05/2026 22:00:00 (UTC+00:00) Western European Time, GMT
5.1.12.
Terms of procurement
Terms of submission:
Electronic submission: Required
Languages in which tenders or requests to participate may be submitted: Norwegian
Electronic catalogue: Not allowed
Variants: Not allowed
Tenderers may submit more than one tender: Not allowed
Deadline for receipt of requests to participate: 26/05/2026 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 information: Cf. the Public Procurement Regulations § 23-5
Terms of contract:
The execution of the contract must be performed within the framework of sheltered employment programmes: No
A non-disclosure agreement is required: no
Electronic invoicing: Required
Electronic ordering will be used: yes
Electronic payment will be used: yes
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: Trøndelag 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 performed: Trøndelag tingrett
Organisation providing additional information about the procurement procedure: Sigma2 AS
Organisation providing offline access to the procurement documents: Sigma2 AS
Organisation receiving requests to participate: Sigma2 AS
Organisation processing tenders: Sigma2 AS
8. Organisations
8.1.
ORG-0001
Official name: Sigma2 AS
Registration number: 814864332
Department: Upphandlingen
Postal address: Abels gate 5
Town: Trondheim
Postcode: 7030
Country subdivision (NUTS): Trøndelag/Trööndelage (NO060)
Country: Norway
Contact point: Halvor Wang Opaas
Telephone: 40601776
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 name: Trøndelag tingrett
Registration number: 926 722 794
Postal address: Postboks 2317 Torgarden
Town: Trondheim
Postcode: 7004
Country subdivision (NUTS): Trøndelag/Trööndelage (NO060)
Country: Norway
Telephone: 73 54 24 00
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
10.1.
Change
Section identifier: LOT-0000
Notice identifier/version: ff91664d-6a35-446f-9876-f9675865f111 - 01
Form type: Competition
Notice type: Contract or concession notice – standard regime
Notice subtype: 16
Notice dispatch date: 05/05/2026 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 available: English
Notice publication number: 308879-2026
OJ S issue number: 87/2026
Publication date: 06/05/2026