Framework agreement for facilitation of consultancy services within ICT.

The Norwegian Environment Agency and the Meteorological Institute have seen a strong increase in the need for service procurements in recent years. The Norwegian Environment Agency is located in Trondheim, Oslo and Svolvær. IT in the Norwegian Environment Agency also includes Felles-ikt drift fagområde for riksantikvaren (Oslo), Norsk Polarinstitutt (Tromsø), …

CPV: 79620000 Supply services of personnel including temporary staff, 71350000 Engineering-related scientific and technical services, 71356000 Technical services, 71356200 Technical assistance services, 72000000 IT services: consulting, software development, Internet and support, 72200000 Software programming and consultancy services, 72220000 Systems and technical consultancy services, 72222000 Information systems or technology strategic review and planning services, 72222300 Information technology services, 72240000 Systems analysis and programming services, 72246000 Systems consultancy services, 72260000 Software-related services, 72266000 Software consultancy services, 72600000 Computer support and consultancy services, 79000000 Business services: law, marketing, consulting, recruitment, printing and security, 79600000 Recruitment services
Deadline:
April 24, 2025, noon
Deadline type:
Submitting a bid
Place of execution:
Framework agreement for facilitation of consultancy services within ICT.
Awarding body:
Miljødirektoratet
Award number:
2025/8936

1. Buyer

1.1 Buyer

Official name : Miljødirektoratet
Legal type of the buyer : Central government authority
Activity of the contracting authority : Environmental protection

2. Procedure

2.1 Procedure

Title : Framework agreement for facilitation of consultancy services within ICT.
Description : The Norwegian Environment Agency and the Meteorological Institute have seen a strong increase in the need for service procurements in recent years. The Norwegian Environment Agency is located in Trondheim, Oslo and Svolvær. IT in the Norwegian Environment Agency also includes Felles-ikt drift fagområde for riksantikvaren (Oslo), Norsk Polarinstitutt (Tromsø), Kulturminnefondet (Røros), Artsdatabanken (Trondheim) and meteorological institute which has head offices in Oslo, and local offices in Bergen and Tromsø. This includes the procurement of resources from heavier senior professional competence to more simple IT assignments. The extent will vary based on need, and the published estimate is therefore not to be considered as either a lower or upper limit, but only gives an indication of the customer ́s estimated need. The contract will, however, be terminated and re-announced if the contract amount is exceeded before the contract duration: 2+1+1 years.
Procedure identifier : 57ede8de-74a9-4677-960a-aeae39328dff
Internal identifier : 2025/8936
Type of procedure : Open
Justification for the accelerated procedure :
Main features of the procedure : See the tender documentation

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79620000 Supply services of personnel including temporary staff
Additional classification ( cpv ): 71350000 Engineering-related scientific and technical services
Additional classification ( cpv ): 71356000 Technical services
Additional classification ( cpv ): 71356200 Technical assistance services
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72200000 Software programming and consultancy services
Additional classification ( cpv ): 72220000 Systems and technical consultancy services
Additional classification ( cpv ): 72222000 Information systems or technology strategic review and planning services
Additional classification ( cpv ): 72222300 Information technology services
Additional classification ( cpv ): 72240000 Systems analysis and programming services
Additional classification ( cpv ): 72246000 Systems consultancy services
Additional classification ( cpv ): 72260000 Software-related services
Additional classification ( cpv ): 72266000 Software consultancy services
Additional classification ( cpv ): 72600000 Computer support and consultancy services
Additional classification ( cpv ): 79000000 Business services: law, marketing, consulting, recruitment, printing and security
Additional classification ( cpv ): 79600000 Recruitment services

2.1.3 Value

Estimated value excluding VAT : 100 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Procurement Regulations

2.1.6 Grounds for exclusion

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 combating organised crime (EUT L 300 of 11.11.2008, p. 42).
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.
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).
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.
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).
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).
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?
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?
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.
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.
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.
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.
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 is obligatory in accordance with the current national law without the possibility for exceptions.
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 is obligatory in accordance with the current national law without the possibility for exceptions.
Assets being administered by liquidator : Is the tenderer in a situation where he has his assets managed by a bankruptcy manager or by the court? 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 is obligatory in accordance with the current national law without the possibility for exceptions.
Business activities are suspended : Has the tenderer's business conduct been stopped? 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.
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?
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.
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?
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?
Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Has 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?
Purely national exclusion grounds : The 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. Will the purely national rejection reasons, as stated in the relevant notice or in the procurement documents, apply?

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Framework agreement for facilitation of consultancy services within ICT.
Description : The Norwegian Environment Agency and the Meteorological Institute have seen a strong increase in the need for service procurements in recent years. The Norwegian Environment Agency is located in Trondheim, Oslo and Svolvær. IT in the Norwegian Environment Agency also includes Felles-ikt drift fagområde for riksantikvaren (Oslo), Norsk Polarinstitutt (Tromsø), Kulturminnefondet (Røros), Artsdatabanken (Trondheim) and meteorological institute which has head offices in Oslo, and local offices in Bergen and Tromsø. This includes the procurement of resources from heavier senior professional competence to more simple IT assignments. The extent will vary based on need, and the published estimate is therefore not to be considered as either a lower or upper limit, but only gives an indication of the customer ́s estimated need. The contract will, however, be terminated and re-announced if the contract amount is exceeded before the contract duration: 2+1+1 years.
Internal identifier : 2025/8936

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79620000 Supply services of personnel including temporary staff
Additional classification ( cpv ): 71350000 Engineering-related scientific and technical services
Additional classification ( cpv ): 71356000 Technical services
Additional classification ( cpv ): 71356200 Technical assistance services
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72200000 Software programming and consultancy services
Additional classification ( cpv ): 72220000 Systems and technical consultancy services
Additional classification ( cpv ): 72222000 Information systems or technology strategic review and planning services
Additional classification ( cpv ): 72222300 Information technology services
Additional classification ( cpv ): 72240000 Systems analysis and programming services
Additional classification ( cpv ): 72246000 Systems consultancy services
Additional classification ( cpv ): 72260000 Software-related services
Additional classification ( cpv ): 72266000 Software consultancy services
Additional classification ( cpv ): 72600000 Computer support and consultancy services
Additional classification ( cpv ): 79000000 Business services: law, marketing, consulting, recruitment, printing and security
Additional classification ( cpv ): 79600000 Recruitment services
Options :
Description of the options : + 1 year, + 1 year.

5.1.3 Estimated duration

Start date : 24/04/2025
Duration end date : 23/04/2027

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 : Other
Name : Tenderers shall have experience from comparable contracts.
Description : 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 contract ́s value, date and recipient (preferably the name, telephone number and e-mail address). It is the tenderer ́s responsibility to document relevance through the description.
Use of this criterion : Used
Criterion :
Type : Other
Name : Tenderers shall have environmental management measures adapted to the delivery ́s environmental objectives, environmental properties, complexity and risk.
Description : A description of the tenderer's environmental management measures that show that the measures were implemented in the company. If a tenderer is certified in accordance with ISO 14001, EMAS, Miljøfyrtårn or equivalent, it is sufficient to enclose a copy of a valid certificate provided that the environmental management measures are covered by the certification scheme.
Use of this criterion : Used
Criterion :
Type : Other
Name : Norwegian tenderers must have their affairs in order with respect to the payment of tax, employer contribution and value added tax (VAT).
Description : Tax certificate, not older than six months.
Use of this criterion : Used

5.1.11 Procurement documents

Deadline for requesting additional information : 09/04/2025 12:00 +02:00

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
Variants : Not allowed
Deadline for receipt of tenders : 24/04/2025 12:00 +02:00
Deadline until which the tender must remain valid : 57 Day
Information about public opening :
Opening date : 24/04/2025 13:00 +02:00
Place : The Norwegian Environment Agency
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : See the tender documentation
Electronic invoicing : Required
Electronic ordering will be used : no
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 : Trøndelag tingrett
Organisation providing additional information about the procurement procedure : Miljødirektoratet
Organisation receiving requests to participate : Miljødirektoratet

8. Organisations

8.1 ORG-0001

Official name : Miljødirektoratet
Registration number : 999 601 391
Postal address : Brattørkaia 15B
Town : Trondheim
Postcode : 7010
Country : Norway
Contact point : Kamilla Nergård
Telephone : 73 58 05 00
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation receiving requests to participate

8.1 ORG-0002

Official name : Trøndelag tingrett
Registration number : 926 722 794
Postal address : Postboks 2317 Torgarden
Town : Trondheim
Postcode : 7004
Country : Norway
Telephone : 73 54 24 00
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : e2df8eed-0e19-4c41-896b-2e265634a2db - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 11/03/2025 15:19 +01:00
Notice dispatch date (eSender) : 11/03/2025 15:19 +01:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00164430-2025
OJ S issue number : 51/2025
Publication date : 13/03/2025