Legal framework agreement for the Housing and Building Department in KDD.

The customer and contract party are KDD at the Housing and Building Department. The Housing and Building Department will make call-offs. Underlying departments in the Housing and Building Department ́s discipline are also included in the contract. The Housing and Building Department would like to enter into a contract with …

CPV: 79100000 Legal services, 75000000 Administration, defence and social security services, 79000000 Business services: law, marketing, consulting, recruitment, printing and security, 79110000 Legal advisory and representation services, 79111000 Legal advisory services
Deadline:
March 31, 2025, 10 a.m.
Deadline type:
Submitting a bid
Place of execution:
Legal framework agreement for the Housing and Building Department in KDD.
Awarding body:
Kommunal- og distriktsdepartementet
Award number:
25/849

1. Buyer

1.1 Buyer

Official name : Kommunal- og distriktsdepartementet

2. Procedure

2.1 Procedure

Title : Legal framework agreement for the Housing and Building Department in KDD.
Description : The customer and contract party are KDD at the Housing and Building Department. The Housing and Building Department will make call-offs. Underlying departments in the Housing and Building Department ́s discipline are also included in the contract. The Housing and Building Department would like to enter into a contract with up to three legal environments in a framework agreement. The aim of the contract is that the Contracting Authority shall be covered with legal competence when the need for external assistance occurs. The subjects included in the agreement are: • international law • public law • special housing policy issues. A contract will be signed with up to three tenderers for 2 years, with an option for an extension for a further 1+1 year (2+1+1). The estimated value of the procurement is from NOK 1 million excluding VAT to NOK 2 million excluding VAT per annum. The estimate is based on experience, but the estimate is somewhat uncertain. The estimate is not binding for KDD and it will depend on the budget allocation at all times, as well as other conditions. The total maximum amount for the framework agreement will be NOK 8 million excluding VAT. This framework agreement gives the Customer the right, but not an obligation, to award contracts within the framework agreement. The contracting authority will not be bound to procure a specific volume during the framework agreement period. The contracting authority would like to enter into parallel framework agreements with up to 3 tenderers. See annex 1 of the contract for further details on the delivery.
Procedure identifier : 617a1e61-131d-4aba-afe5-d843d3342d28
Internal identifier : 25/849
Type of procedure : Other single stage procedure
Main features of the procedure : The procurement will be made in accordance with the Act from 17 June 2016 no. 73 on public procurements (the Procurement Act) and regulations 12 August 2016 no. 974 on public procurements (the procurement regulations), part I and part II after the procurement procedure, open tender contest, c.f. the procurement regulations § 5 -1 (2), letter b. The procurement is published in Doffin and TED.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79100000 Legal services
Additional classification ( cpv ): 75000000 Administration, defence and social security services
Additional classification ( cpv ): 79000000 Business services: law, marketing, consulting, recruitment, printing and security
Additional classification ( cpv ): 79110000 Legal advisory and representation services
Additional classification ( cpv ): 79111000 Legal advisory services

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 8 000 000 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?
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 : Legal framework agreement for the Housing and Building Department in KDD.
Description : The customer and contract party are KDD at the Housing and Building Department. The Housing and Building Department will make call-offs. Underlying departments in the Housing and Building Department ́s discipline are also included in the contract. The Housing and Building Department would like to enter into a contract with up to three legal environments in a framework agreement. The aim of the contract is that the Contracting Authority shall be covered with legal competence when the need for external assistance occurs. The subjects included in the agreement are: • international law • public law • special housing policy issues. A contract will be signed with up to three tenderers for 2 years, with an option for an extension for a further 1+1 year (2+1+1). The estimated value of the procurement is from NOK 1 million excluding VAT to NOK 2 million excluding VAT per annum. The estimate is based on experience, but the estimate is somewhat uncertain. The estimate is not binding for KDD and it will depend on the budget allocation at all times, as well as other conditions. The total maximum amount for the framework agreement will be NOK 8 million excluding VAT. This framework agreement gives the Customer the right, but not an obligation, to award contracts within the framework agreement. The contracting authority will not be bound to procure a specific volume during the framework agreement period. The contracting authority would like to enter into parallel framework agreements with up to 3 tenderers. See annex 1 of the contract for further details on the delivery.
Internal identifier : 25/849

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79100000 Legal services
Additional classification ( cpv ): 75000000 Administration, defence and social security services
Additional classification ( cpv ): 79000000 Business services: law, marketing, consulting, recruitment, printing and security
Additional classification ( cpv ): 79110000 Legal advisory and representation services
Additional classification ( cpv ): 79111000 Legal advisory services

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.5 Value

Estimated value excluding VAT : 8 000 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Economic and financial capacity
Description : Tenderers shall have sufficient economic and financial capacity to fulfil a contract of an equivalent nature and scope, where, among other things, being creditworthy without any requirement for collateral will be adequate. • A credit rating with key figures from a certified credit rating company or other form of documentation to demonstrate that the requirement has been met. The credit rating shall include the credit rating degree (rating) of the tenderer - typically indicated by a rating code or brief text. The assessment shall include, or be attached, an explanation on the rating code/scale of possible rating codes. The assessment should be based on the last annual accounts.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : The tenderer ́s registration, authorisations, etc.
Description : The tenderer shall be a legally established company. • Norwegian companies: Company Registration Certificate or printout from the Register of Entities for non-registration obliged individual companies. • Foreign companies: Confirmation that the company is registered in a trade or business register as prescribed by the law of the country where the company is established. The confirmation can be delivered in writing or with reference to BRIS.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Technical and professional qualifications
Description : Tenderers shall have sufficient ability and experience to complete the delivery. Description of up to three of the tenderer's most relevant contracts in the last three years. The descriptions must also include the contract value, date and name of the recipient (if possible). Maximum 1 A4 page per assignment. Relevant assignments means legal assistance with emphasis on the three main topic areas listed in Annex 1 (international law, public law and special housing policy issues) for comparable contracting authorities. Tenderers are themselves responsible for ensuring that the description is of such a nature that it documents that the requirement is met.
Use of this criterion : Used

5.1.11 Procurement documents

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of expressions of interest : 31/03/2025 10:00 +00:00
Deadline for receipt of tenders : 31/03/2025 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 : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, partly without reopening and partly with reopening of competition
Electronic auction : no

8. Organisations

8.1 ORG-0001

Official name : Kommunal- og distriktsdepartementet
Registration number : 972 417 858
Postal address : Postboks 8112 Dep
Town : Oslo
Postcode : 0032
Country : Norway
Contact point : Julie Elise Vollmerhaus Føyn
Telephone : +47 45859538
Roles of this organisation :
Buyer

11. Notice information

11.1 Notice information

Notice identifier/version : 266430f8-7453-4297-a502-874f17d50889 - 01
Form type : Competition
Notice type : Contract notice – light regime
Notice dispatch date : 28/02/2025 15:21 +00:00
Notice dispatch date (eSender) : 28/02/2025 15:33 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00142255-2025
OJ S issue number : 44/2025
Publication date : 04/03/2025