430 Survey of trusts

There is a need to hold trust polls to examine what the population and different parts of it think and think about NND and NND's social mission. NND would like to measure how much of the population is in selected target groups who are aware of NND and our assignment. …

CPV: 79311200 Servicios de dirección de estudios, 72000000 Servicios TI: consultoría, desarrollo de software, Internet y apoyo, 79000000 Servicios a empresas: legislación, mercadotecnia, asesoría, selección de personal, imprenta y seguridad, 79300000 Investigación mercadotécnica y económica; sondeos y estadísticas, 79310000 Servicios de estudios de mercado, 79311000 Servicios de estudios, 79311100 Servicios de concepción de estudios, 79311210 Servicios de encuesta telefónica, 79311300 Servicios de análisis de estudios, 79342310 Servicios de encuesta a clientes, 79342311 Servicios de evaluación de la satisfacción del cliente
Plazo:
25 de abril de 2025 a las 10:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
430 Survey of trusts
Organismo adjudicador:
Norsk nukleær dekommisjonering (NND)
Número de premio:
2024/259

1. Buyer

1.1 Buyer

Official name : Norsk nukleær dekommisjonering (NND)
Legal type of the buyer : Central government authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : 430 Survey of trusts
Description : There is a need to hold trust polls to examine what the population and different parts of it think and think about NND and NND's social mission. NND would like to measure how much of the population is in selected target groups who are aware of NND and our assignment. To what degree does the population have confidence in the agency and our ability to solve this assignment. The questions in the survey must be able to stand up over time, and be possible to compare in a time series. In addition, there may be a need to add new questions, both to measure snapshot(s), and where development suggests that a new timeline should be followed up. Tenderers are expected to be a sparring partner on what types of surveys and questions are suitable, will be realistic to carry out and give NND the insight you need over time. Tenderers shall, in cooperation with NND, develop a questionnaire and interview guide.
Procedure identifier : cf59e225-db0d-4abe-95e5-9b1eedfc51f2
Internal identifier : 2024/259
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The procurement will be made in accordance with the Public Procurement Act of 17 June 2016 (LOA) and the Public Procurement Regulations (FOA) FOR 2016-08-12-974 parts I and part III, as well as the provisions in this tender documentation. The procedure open tender contest will be used, cf. FOA § 13-1(1). Negotiations are not allowed in this competition. Tenders cannot, therefore, be changed after the tender deadline has expired.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79311200 Survey conduction services
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 79000000 Business services: law, marketing, consulting, recruitment, printing and security
Additional classification ( cpv ): 79300000 Market and economic research; polling and statistics
Additional classification ( cpv ): 79310000 Market research services
Additional classification ( cpv ): 79311000 Survey services
Additional classification ( cpv ): 79311100 Survey design services
Additional classification ( cpv ): 79311210 Telephone survey services
Additional classification ( cpv ): 79311300 Survey analysis services
Additional classification ( cpv ): 79342310 Customer survey services
Additional classification ( cpv ): 79342311 Customer satisfaction survey

2.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : The chosen tenderer can work on his main place of work in the contract period. Some travel activities must be reckoned upon in the contract, e.g. by holding work meetings with the contracting authority, and presentation of results and if needed, also collection data. Travel and diet costs are not covered and shall be included in the stated hourly rate.

2.1.3 Value

Estimated value excluding VAT : 4 000 000 Norwegian krone
Maximum value of the framework agreement : 6 000 000 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 : 430 Survey of trusts
Description : There is a need to hold trust polls to examine what the population and different parts of it think and think about NND and NND's social mission. NND would like to measure how much of the population is in selected target groups who are aware of NND and our assignment. To what degree does the population have confidence in the agency and our ability to solve this assignment. The questions in the survey must be able to stand up over time, and be possible to compare in a time series. In addition, there may be a need to add new questions, both to measure snapshot(s), and where development suggests that a new timeline should be followed up. Tenderers are expected to be a sparring partner on what types of surveys and questions are suitable, will be realistic to carry out and give NND the insight you need over time. Tenderers shall, in cooperation with NND, develop a questionnaire and interview guide.
Internal identifier : 2024/259

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79311200 Survey conduction services
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 79000000 Business services: law, marketing, consulting, recruitment, printing and security
Additional classification ( cpv ): 79300000 Market and economic research; polling and statistics
Additional classification ( cpv ): 79310000 Market research services
Additional classification ( cpv ): 79311000 Survey services
Additional classification ( cpv ): 79311100 Survey design services
Additional classification ( cpv ): 79311210 Telephone survey services
Additional classification ( cpv ): 79311300 Survey analysis services
Additional classification ( cpv ): 79342310 Customer survey services
Additional classification ( cpv ): 79342311 Customer satisfaction survey
Options :
Description of the options : The framework agreement will be valid for 2 years, with an option for the contracting authority for an extension for a further 1+1 year, total up to 4 years.

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : The chosen tenderer can work on his main place of work in the contract period. Some travel activities must be reckoned upon in the contract, e.g. by holding work meetings with the contracting authority, and presentation of results and if needed, also collection data. Travel and diet costs are not covered and shall be included in the stated hourly rate.

5.1.3 Estimated duration

Duration : 2 Year

5.1.4 Renewal

Maximum renewals : 2
The buyer reserves the right for additional purchases from the contractor, as described here : The framework agreement will be valid for 2 years, with an option for the contracting authority for an extension for a further 1+1 year, total up to 4 years.

5.1.5 Value

Estimated value excluding VAT : 4 000 000 Norwegian krone
Maximum value of the framework agreement : 6 000 000 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) : no
This procurement is also suitable for small and medium-sized enterprises (SMEs)

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Other economic and financial requirements
Description : Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that: The tenderer shall have sufficient economic and financial capacity to carry out the assignment/contract.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register
Description : Tenderers are registered in a professional register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register or company register.
Description : Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Services only
Description : A description of the tenderer's average workforce and the number of employees in the management in the last three years; • An overview of which sub-suppliers shall be used. 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 (name, telephone number and e-mail address). It is the tenderer ́s responsibility to document relevance through the description. Tenderers can document their experience by referring to competence of personnel they have at their disposal and can use this assignment, even if the experience has been worked up while the personnel have served another service provider.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : technical facilities and quality assurance measures.
Description : An account of the tenderer ́s quality assurance system. As a minimum a general description of the system ́s content, including an overview of inspection plans and check-lists, must be given. If a tenderer is certified in accordance with ISO 9001:2015 or equivalent certification schemes, this will be sufficient to fulfil the requirement.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Environmental management measures
Description : Tenderers are required to be environmentally certified in accordance with ISO 14001, Miljøfyrtårn (Eco-Lighthouse) or EMAS.
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Quality
Name : Quality
Description : Under this criteria: • Assignment comprehension and solution proposal 70% • Competence 30%
Weight (percentage, exact) : 60
Criterion :
Type : Price
Name : Price
Description : Weighting price for services 40% Weighting Hourly rate 60%
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 : 07/04/2025 10:00 +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
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 25/04/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 28/04/2025 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, 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

Review organisation : Søndre Østfold Tingrett
Organisation receiving requests to participate : Norsk nukleær dekommisjonering (NND)
Organisation processing tenders : Norsk nukleær dekommisjonering (NND)

8. Organisations

8.1 ORG-0001

Official name : Norsk nukleær dekommisjonering (NND)
Registration number : 920440754
Postal address : Storgata 2A
Town : HALDEN
Postcode : 1767
Country : Norway
Contact point : Hanne Kårtveit Olsen
Telephone : +47 45070784
Roles of this organisation :
Buyer
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Søndre Østfold Tingrett
Registration number : 926 722 808
Postal address : Torget 3
Town : Halden
Postcode : 1767
Country subdivision (NUTS) : Viken ( NO082 )
Country : Norway
Telephone : 69 79 77 00
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : d1af3b1d-46a6-43d0-b14e-a515d1d27249 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 11/03/2025 13:28 +00:00
Notice dispatch date (eSender) : 11/03/2025 13:38 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00162029-2025
OJ S issue number : 50/2025
Publication date : 12/03/2025