Procurement of an accounting system

This competition is for the procurement of an ongoing service contract for the procurement of an accounting system for Sandnes kommune. The economy system shall cover wage, accounting, budget, procurement/e-trade and wage negotiations. The contracting authority needs a system that in a user friendly way covers the contracting authority ́s …

CPV: 72000000 Servicios TI: consultoría, desarrollo de software, Internet y apoyo, 48000000 Paquetes de software y sistemas de información, 48400000 Paquetes de software de transacciones comerciales y personales, 48441000 Paquetes de software de análisis financiero, 48443000 Paquetes de software de contabilidad, 48444000 Sistema de contabilidad, 48444100 Sistema de facturación, 48812000 Sistemas de información financiera, 72200000 Servicios de programación de software y de consultoría, 72250000 Servicios de sistemas y apoyo, 72253000 Servicios de unidad de asistencia y de apoyo, 72260000 Servicios relacionados con el software, 72268000 Servicios de suministro de software, 72310000 Servicios de tratamiento de datos
Lugar de ejecución:
Procurement of an accounting system
Organismo adjudicador:
Sandnes kommune
Número de premio:
25/05331

1. Buyer

1.1 Buyer

Official name : Sandnes kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Procurement of an accounting system
Description : This competition is for the procurement of an ongoing service contract for the procurement of an accounting system for Sandnes kommune. The economy system shall cover wage, accounting, budget, procurement/e-trade and wage negotiations. The contracting authority needs a system that in a user friendly way covers the contracting authority ́s need for a comprehensive financial system, with user friendly functionality that supports all the work processes within each discipline. At the same time, the contracting authority needs that the system in a good way safeguards the interaction between the different disciplines and the flow of data between the economy system and the contracting authority ́s presystems and national joint systems. It is important for the contracting authority to carry out a thorough mapping in connection with the implementation of the offered solution, in order to ensure that all data in the system, e.g. the contracting authority ́s superior basic data and basic data within the individual disciplines, is transferred and made available in the offered system. The contracting authority aims to transfer as much of the data as possible from the current system to the new financial system. See Annex 1 - Requirement Specifications for further information.
Procedure identifier : 44299458-deb7-40ad-9cb9-96f068a3cce5
Internal identifier : 25/05331
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
Justification for the accelerated procedure :
Main features of the procedure : The competition will be held as a negotiated procedure after a prior notice, cf. the procurement regulations § 13-1 (2). The procurement will be made in accordance with the Public Procurement Act dated 17 June 2016 no. 73 (LOA) and the Public Procurement Regulations (FOA) dated 19 February 2020 no. 974 parts I and part III, as well as provisions included in this tender documentation. This procedure is only allowed if one or several of the terms in PPR § 13-2 are fulfilled. In this case the use of the procedure is justified on the basis of §13-2 (c). The procured system is complex in terms of functionality and scope, and it shall be integrated and connected to a large number of other systems. This makes the nature of the procurement so complex that the contracting authority has a real need to negotiate with suppliers in order to avoid unnecessary risks and rejections. The contracting authority plans to hold negotiations with tenderers who submit tenders in the competition, but reserves the right, however, to choose not to do so if the tenders indicate that it is not necessary. The negotiations could apply to all sides of the tenders. Dialogue in the form of corrections/clarifications will be carried out if needed. Tenderers are therefore strongly encouraged to follow the instructions given in this tender documentation with annexes and possibly to question uncertainties through EU Supply to the contracting authority's gender neutral preferred.

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
Additional classification ( cpv ): 48400000 Business transaction and personal business software package
Additional classification ( cpv ): 48441000 Financial analysis software package
Additional classification ( cpv ): 48443000 Accounting software package
Additional classification ( cpv ): 48444000 Accounting system
Additional classification ( cpv ): 48444100 Billing system
Additional classification ( cpv ): 48812000 Financial information systems
Additional classification ( cpv ): 72200000 Software programming and consultancy services
Additional classification ( cpv ): 72250000 System and support services
Additional classification ( cpv ): 72253000 Helpdesk and support services
Additional classification ( cpv ): 72260000 Software-related services
Additional classification ( cpv ): 72268000 Software supply services
Additional classification ( cpv ): 72310000 Data-processing services

2.1.2 Place of performance

Postal address : Rådhusgata 1
Town : Sandnes
Postcode : 4306
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 24 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriftens §13-1 (2) - § 13-1.Allowed procurement procedures (1) The contracting authority can always use an open tender contest or restricted tender contest. (2) The contracting authority can use a negotiated procedure after a prior notice and a competitive dialogue only when the terms in § 13-2 are fulfilled.

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy under national law : Is 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.
Bankruptcy : Is 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.
Corruption : Is 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 creditors : Is 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.
Participation in a criminal organisation : Is 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)
Agreements with other economic operators aimed at distorting competition : Has the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition?
Breaching of obligations in the fields of environmental law : Is 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 financing : Is 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).
Fraud : Is 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 other forms of trafficking in human beings : Is 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).
Insolvency : Is 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.
Breaching of obligations in the fields of labour law : Is 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 liquidator : 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.
Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Have 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?
Purely national exclusion grounds : According to ESPD part III: Rejection Reasons, Section D: "Other rejection reasons stipulated in the national legislation of the Contracting Authority's Member State" The Norwegian procurement rules go further than what follows the rejection reasons stated in the EU directive on public procurements and in the standard form for ESPD. Emphasis is put on the fact that all the rejection reasons in the procurement regulations § 24-2, including the purely national rejection reasons, apply in this competition. The following rejection reasons in the procurement regulations § 24-2 are purely national rejection reasons: § 24-2(2). This provision states that the contracting authority shall reject a tenderer when he is aware that the tenderer has been legally convicted or has accepted a wrought for the stated punishable conditions. The requirement that the contracting authority shall reject tenderers who have accepted a wreap for the stated punishable conditions is a distinctively Norwegian requirement. - §24-2(3) letter in. The rejection reason in the ESPD form only concerns serious errors in professional practice, whilst the Norwegian rejection reason also includes other serious errors that can lead to doubt about the tenderer's professional integrity.
Conflict of interest due to its participation in the procurement procedure : Are 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 procedure : Has 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?
Guilty of grave professional misconduct : Has 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 sanctions : Has 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 law : Is 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.
Payment of social security contributions : Have 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 suspended : 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.
Payment of taxes : Has 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?
Terrorist offences or offences linked to terrorist activities : Is 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.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Procurement of an accounting system
Description : This competition is for the procurement of an ongoing service contract for the procurement of an accounting system for Sandnes kommune. The economy system shall cover wage, accounting, budget, procurement/e-trade and wage negotiations. The contracting authority needs a system that in a user friendly way covers the contracting authority ́s need for a comprehensive financial system, with user friendly functionality that supports all the work processes within each discipline. At the same time, the contracting authority needs that the system in a good way safeguards the interaction between the different disciplines and the flow of data between the economy system and the contracting authority ́s presystems and national joint systems. It is important for the contracting authority to carry out a thorough mapping in connection with the implementation of the offered solution, in order to ensure that all data in the system, e.g. the contracting authority ́s superior basic data and basic data within the individual disciplines, is transferred and made available in the offered system. The contracting authority aims to transfer as much of the data as possible from the current system to the new financial system. See Annex 1 - Requirement Specifications for further information.
Internal identifier : 25/05331

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
Additional classification ( cpv ): 48400000 Business transaction and personal business software package
Additional classification ( cpv ): 48441000 Financial analysis software package
Additional classification ( cpv ): 48443000 Accounting software package
Additional classification ( cpv ): 48444000 Accounting system
Additional classification ( cpv ): 48444100 Billing system
Additional classification ( cpv ): 48812000 Financial information systems
Additional classification ( cpv ): 72200000 Software programming and consultancy services
Additional classification ( cpv ): 72250000 System and support services
Additional classification ( cpv ): 72253000 Helpdesk and support services
Additional classification ( cpv ): 72260000 Software-related services
Additional classification ( cpv ): 72268000 Software supply services
Additional classification ( cpv ): 72310000 Data-processing services
Options :
Description of the options : The competition contains three options for training: - Requirement 536 Option - Alternative 1 - Requirement 536 Option - Alternative 2 - Requirement 537 Option - Management Training As well as for requirement 580, where improvements to the integrations shall be offered as an option where the price is given in the price form.

5.1.2 Place of performance

Postal address : Rådhusgata 1
Town : Sandnes
Postcode : 4306
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Other duration : Unlimited

5.1.5 Value

Estimated value excluding VAT : 24 000 000 Norwegian krone

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

Criterion :
Type : Economic and financial standing
Name : The tenderer's economic and financial capacity
Description : Requirement: Tenderers shall have sufficient economic and financial capacity to fulfil the contract. Tenderers must achieve a minimum rating of creditworthy. Documentation: Norwegian companies: As documentation, the contracting authority will obtain the credit assessment Commercial Delphi Score from Experian. Tenderers must achieve a minimum rating of "Credit worthy", i.e. tenderers must be in risk class 5 or higher on experians scale. Tenderers are required to have known registered information about the company and agree by submitting the tender for the information to be collected and used as a basis for assessing the tenderer's financial conditions. When submitting their tender offer, the tenderer can enclose a credit rating from a certified credit rating company showing that the tenderer fulfils the requirement. The credit rating shall be based on the last available accounting system and it shall be carried out by a company with licence to carry out credit information activities. If a tenderer has a justifiable reason for not submitting the documentation required by the contracting authority, he can document his economic and financial capacity by presenting any other document that the Contracting Authority deems appropriate. Foreign companies: Tenderers are requested to enclose a credit rating from a certified credit rating company that shows that the tenderer fulfils the requirement. The credit rating shall be based on the last available accounting system and it shall be carried out by a company with licence to carry out credit information activities.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Tax Certificate
Description : Requirement: Tenderers must not have significant tax and VAT arrears, or an approved repayment plan must be in existence. Documentation: Norwegian companies: Tax and VAT certificate, not older than six months. The certificate can be ordered and downloaded from Altinn. If this is not possible, it can be ordered from the tax collector or the Norwegian Tax Administration. Foreign companies: Certificate issued by the relevant authority in the tenderer's home country that confirms that the tenderer has fulfilled his tax and duty obligations in accordance with the legal provisions in the country where the tenderer is established. The certificate must not be more than six months old.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : The organisational and legal position of the tenderer.
Description : Requirement: Tenderers shall be registered in a company register, professional register or a commerce register in the country where the tenderer is established. 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.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : The tenderer ́s technical and professional qualifications.
Description : Requirement: Tenderers shall have experience from delivering a Norwegian language cloud based finance system that as a minimum covers the trades wage, budget and accounts of a Norwegian municipality with more than 20,000 inhabitants. The delivery of an ERP system that covers the minimum content for the finance system mentioned in this requirement for a municipality with more than 20,000 inhabitants will also be accepted. Documentation: Tenderers are requested to enclose a list of the most important relevant assignments in the last five years. The list shall consist of up to three assignments. The description must include a statement of the assignment ́s content, value, date and recipient (name, telephone number and e-mail address). It is the tenderer ́s responsibility to document relevance through the description.
Use of this criterion : Used
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 :
Type : Cost
Name : Cost
Description : The contracting authority will give each tenderer a score between 0-10. For the cost award criterion, the lowest offered price will give the highest number of points, and the remaining tenders will be given points relatively based on the lowest sum. The points per supplier will then be multiplied by the award criteria weighting, which results in the final score per supplier for the award criteria. Documentation: Completed Annex 2 - Price Form.
Weight (points, exact) : 25
Criterion :
Type : Quality
Name : Quality - Functionality, user friendliness and solution proposals.
Description : The contracting authority will give each tenderer a score between 0-10, based on what is considered the best response to each individual assessment requirement for the subject areas listed under this award criteria. The assessment covers the requirements under "User managed functionality" and not the requirements included in "System functionality". The contracting authority will make a comprehensive judgemental assessment of each part of the individual assessment requirements, where the functionality, user friendliness and solution proposal will be seen based on the content of each chapter. Underweight is used in this procurement. See the tender documentation point 6.2 for further information. Documentation: Response to the contracting authority ́s annex 1 - Requirement Specifications, for assessment requirements under the chapter 'User controlled functionality'.
Weight (points, exact) : 60
Criterion :
Type : Quality
Name : Quality - Technical assistance and terms of delivery
Description : The contracting authority will give each tenderer a score between 0-10 based on what is considered the best response to each individual assessment requirement in the chapters stated in this award criteria. The contracting authority will make a comprehensive judgement of how the tenderer ́s response fulfils the need described in the individual assessment requirements. Documentation: The tenderer ́s response to the contracting authority ́s annex 1 - Requirement Specification, of the assessment requirement under the chapter "Migration and Implementation" and "integrations".
Weight (points, exact) : 15
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 14/05/2025
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 : 13/05/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : 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
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Sør-Rogaland Tingrett

8. Organisations

8.1 ORG-0001

Official name : Sandnes kommune
Registration number : 964965137
Postal address : Rådhusgata 1
Town : Sandnes
Postcode : 4306
Country : Norway
Contact point : Bård Krane Alander
Telephone : +47 40900860
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Sør-Rogaland Tingrett
Registration number : 926723448
Town : Sandnes
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Telephone : 52004600
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : e15d6cdb-0098-4137-8277-f4941751ecde - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 07/04/2025 13:12 +00:00
Notice dispatch date (eSender) : 07/04/2025 13:32 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00228140-2025
OJ S issue number : 70/2025
Publication date : 09/04/2025