Framework agreement for investigation and audit services.

The objective of the procurement is to enter into a framework agreement for legal and other consultancy/assistance within investigation and audit services. The objective of the procurement is to enter into a framework agreement for legal and other consultancy/assistance within investigation and audit services.

CPV: 79200000 Dienstleistungen im Bereich Rechnungslegung und -prüfung sowie Steuerwesen, 79210000 Rechnungslegung und -prüfung, 79700000 Dienstleistungen von Detekteien und Sicherheitsdiensten, 79720000 Ermittlungsdienste
Frist:
6. März 2025 11:00
Art der Frist:
Angebotsabgabe
Ausführungsort:
Framework agreement for investigation and audit services.
Vergabestelle:
Statens vegvesen
Vergabenummer:
24/118157

1. Buyer

1.1 Buyer

Official name : Statens vegvesen
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Framework agreement for investigation and audit services.
Description : The objective of the procurement is to enter into a framework agreement for legal and other consultancy/assistance within investigation and audit services.
Procedure identifier : 60185d43-436a-4898-aea3-3333bb90693f
Internal identifier : 24/118157
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79700000 Investigation and security services
Additional classification ( cpv ): 79200000 Accounting, auditing and fiscal services
Additional classification ( cpv ): 79210000 Accounting and auditing services
Additional classification ( cpv ): 79720000 Investigation services

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 60 000 000 Norwegian krone
Maximum value of the framework agreement : 60 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU

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 : Approved procedures for staffing conditions Does 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, approved procedures for some of the punishable conditions mentioned above, j.f. the Procurement Regulations § 24-2, (2) paragraph, a-f? Serious errors that cause doubt about his professional integrity Has the tenderer otherwise committed serious errors that cause doubt about his professional integrity, cf.f. the procurement regulations § 24-2, (3) letter in?
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 : Framework agreement for investigation and audit services.
Description : The objective of the procurement is to enter into a framework agreement for legal and other consultancy/assistance within investigation and audit services.
Internal identifier : 24/118157

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79700000 Investigation and security services
Additional classification ( cpv ): 79200000 Accounting, auditing and fiscal services
Additional classification ( cpv ): 79210000 Accounting and auditing services
Additional classification ( cpv ): 79720000 Investigation services
Options :
Description of the options : Option to extend the contract for 1+1 year, so that the total possible contract length is 4 years.

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 24 Month

5.1.4 Renewal

Maximum renewals : 2

5.1.5 Value

Estimated value excluding VAT : 60 000 000 Norwegian krone
Maximum value of the framework agreement : 60 000 000 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 : Requirements of the tenderer's economic and financial capacity.
Description : Tenderers must have sufficient economic and financial capacity to fulfil the contract. Creditworthiness will be sufficient to meet the requirement. The contracting authority will obtain a credit rating from Experian. If there is doubt, the contracting authority can obtain further information from the tenderer.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Tax Certificate
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Requirements regarding the tenderer ́s technical and professional qualifications.
Description : Tenderers shall have relevant experience. The following central works/areas are particularly relevant: Experience with providing consultancy and implementation of the following services: • Compliance projects/quality audits/audits in accordance with ISO standards, including environment and climate. • Internal auditing • Internal control • Investigation services, this also includes external and independent investigations. It is important that the tenderer has knowledge of, and a thorough understanding, of the particular challenges connected to public activity, in addition to having knowledge of IIA and ISO ́s standards for carrying out internal audits and compliance projects. Tenderers must, in addition, have competence in the Bar Association ́s guidelines for conducting private investigations. Tenderers must be able to offer training for the internal audit within investigation related subjects, such as processes for contracting, or interviewing. Tenderers shall confirm that they fulfil this requirement when submitting their tender. Tenderers shall enclose the following documentation: - An overview of at least 3 (maximum 5) of the most important, relevant work performed during the last three years, including a short description of the assignment, the name of the public or private recipient, as well as information on value/amount/scope and date. A tenderer who is newly established and cannot submit references, must be particularly careful to document and substantiate that they still have the prerequisites required to carry out the assignment. Newly established tenderers can document that the requirement is fulfilled by referring to experience that the offered persons/resources have built up in the service of others than the tenderer. Tenderers shall have sufficient implementation ability Tenderers shall confirm that they fulfil this requirement when submitting their tender. Tenderers shall present the following documentation proof if requested by the contracting authority: An account of how sufficient capacity shall be ensured for this assignment. A manpower plan shall be enclosed for the assignment, showing the number of our own employees, hired persons, etc.
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Tenderers shall enclose a completed price form, annex 1.
Weight (percentage, exact) : 30
Criterion :
Type : Quality
Name : K1: The offered personnel ́s relevant formal competence and experience.
Description : The contracting authority will evaluate the offered personnel ́s relevant formal competence and experience. Particular emphasis will be put on the offered personnel having experience from assisting with legal and other consultancy services, conducting legal assessments, as well as investigation services and audit assignments. The evaluation of CVs will assess the resources ́ total competence and experience, based on the assignments that shall be solved within the framework agreement. Documentation requirement: Tenderers shall enclose CVs for the offered personnel, including CVs for the person responsible for the assignment. • At least two resources with relevant legal competence and experience • Two resources with relevant finances/audit competence and experience • Two resources with relevant technology competence and experience (e.g. IT, building, security etc.). CVs shall include detailed information on education and relevant experience. Up to 3 relevant project references shall be given per offered personnel, and the references must be provided with a gender neutral preferred at the former contracting authority. The attached CV template shall be filled in and used. Interviews can be held with relevant offered personnel in order to quality assure CVs.
Weight (percentage, exact) : 30
Criterion :
Type : Quality
Name : K2 Assignment Comprehension
Description : The contracting authority will evaluate the tenderer's understanding of the need/assignment and the description of how the tenderer will proceed to solve the assignment. Documentation requirement: Tenderers shall describe/account for their understanding of the assignment and how it can best be solved. As well as how the tenderer can assist with both consultancy and implementation of the mentioned disciplines within the different business parts of the Norwegian Public Roads Administration (Road user and vehicle, Development, Operation and Maintenance, Transport and Community, IT, Joint Functions and the Directorate of Public Roads).
Weight (percentage, exact) : 40
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
Deadline for requesting additional information : 27/02/2025 11:00 +00:00

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
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 06/03/2025 11:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 06/03/2025 11:15 +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 :
Framework agreement, without reopening of competition
Maximum number of participants : 1
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Mediation organisation : Oslo tingrett
Review organisation : Oslo tingrett
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed : Oslo tingrett
Organisation providing information concerning the general regulatory framework for environmental protection applicable in the place where the contract is to be performed : Oslo tingrett
Organisation providing information concerning the general regulatory framework for employment protection and working conditions applicable in the place where the contract is to be performed : Oslo tingrett
Organisation providing additional information about the procurement procedure : Statens vegvesen
Organisation providing offline access to the procurement documents : Statens vegvesen
Organisation providing more information on the review procedures : Oslo tingrett
Organisation receiving requests to participate : Statens vegvesen
Organisation processing tenders : Statens vegvesen

8. Organisations

8.1 ORG-0001

Official name : Statens vegvesen
Registration number : 971032081
Department : Fellesfunksjoner
Postal address : Skoggata 19
Town : Moss
Postcode : 1500
Country : Norway
Contact point : Gro Austad
Telephone : +47 90031469
Internet address : https://www.vegvesen.no
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 : Oslo tingrett
Registration number : 926 725 939
Postal address : C.J. Hambros plass 4
Town : Oslo
Postcode : 0125
Country : Norway
Telephone : +47 22035200
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures
Mediation organisation
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed
Organisation providing information concerning the general regulatory framework for environmental protection applicable in the place where the contract is to be performed
Organisation providing information concerning the general regulatory framework for employment protection and working conditions applicable in the place where the contract is to be performed

11. Notice information

11.1 Notice information

Notice identifier/version : af0a3792-88f3-483a-abc6-594effa9362d - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 31/01/2025 12:40 +00:00
Notice dispatch date (eSender) : 31/01/2025 13:00 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00072887-2025
OJ S issue number : 23/2025
Publication date : 03/02/2025