Framework agreements for consultancy services for control recruitment.

The contracting authority aims at entering into two non-exclusive framework agreements, with two different tenderers (hereafter called tenderers), for the procurement of consultancy services related to the ministries ́work with board choices in companies where the government owns. The framework agreements are not SSA-R, but an integrated framework and call-off …

CPV: 79600000 Servicios de contratación
Lugar de ejecución:
Framework agreements for consultancy services for control recruitment.
Organismo adjudicador:
Nærings- og fiskeridepartementet
Número de premio:
24/7776

1. Buyer

1.1 Buyer

Official name : Nærings- og fiskeridepartementet
Legal type of the buyer : Central government authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Framework agreements for consultancy services for control recruitment.
Description : The contracting authority aims at entering into two non-exclusive framework agreements, with two different tenderers (hereafter called tenderers), for the procurement of consultancy services related to the ministries ́work with board choices in companies where the government owns. The framework agreements are not SSA-R, but an integrated framework and call-off contract for the procurement of recruitment services based on SSA-R and SSA-O. The assignment will mainly consist of identifying and assessing candidates for the boards on the basis of already designed competence descriptions/requirement specifications. In some cases, the work can also assess boards in light of each company's challenges, identifying competence needs and preparing requirement specifications for candidates in cooperation with ministries and interviews of candidates etc. The framework agreements shall be used by all ministries that manage the government ́s direct ownership of companies, which are currently 13 ministries (see Annex 1a). The procurement is divided into two different sub-contracts, hereafter referred to as the framework agreements. These shall be awarded to two different tenderers. The procurement ́s estimated total value is up to NOK 200,000 excluding VAT. NOK 9 million excluding VAT at the maximum contract length. The Contracting Authority is not obliged to purchase under the framework agreements. The framework agreements shall have a duration of one year from signing, from February 2025 (as agreed). The contracting authority has the right to extend the framework agreements for a further one year at a time up to three times (1+1+1+1). See the tender documentation and Annex 1 of framework agreement A and B (Annex 2A and Annex 3A) for further details. The contracting authority will award the contracts under the framework agreements in accordance with the procedures described in the framework agreements, see particular point 2 in each framework agreement.
Procedure identifier : 58b68bab-f85c-4395-9241-4c636bdc1724
Previous notice : 23b5ffe6-e6e4-4e10-961f-069693f49eb1-01
Internal identifier : 24/7776
Type of procedure : Other single stage procedure
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79600000 Recruitment services

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 9 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Framework agreements for consultancy services for control recruitment.
Description : The contracting authority aims at entering into two non-exclusive framework agreements, with two different tenderers (hereafter called tenderers), for the procurement of consultancy services related to the ministries ́work with board choices in companies where the government owns. The framework agreements are not SSA-R, but an integrated framework and call-off contract for the procurement of recruitment services based on SSA-R and SSA-O. The assignment will mainly consist of identifying and assessing candidates for the boards on the basis of already designed competence descriptions/requirement specifications. In some cases, the work can also assess boards in light of each company's challenges, identifying competence needs and preparing requirement specifications for candidates in cooperation with ministries and interviews of candidates etc. The framework agreements shall be used by all ministries that manage the government ́s direct ownership of companies, which are currently 13 ministries (see Annex 1a). The procurement is divided into two different sub-contracts, hereafter referred to as the framework agreements. These shall be awarded to two different tenderers. The procurement ́s estimated total value is up to NOK 200,000 excluding VAT. NOK 9 million excluding VAT at the maximum contract length. The Contracting Authority is not obliged to purchase under the framework agreements. The framework agreements shall have a duration of one year from signing, from February 2025 (as agreed). The contracting authority has the right to extend the framework agreements for a further one year at a time up to three times (1+1+1+1). See the tender documentation and Annex 1 of framework agreement A and B (Annex 2A and Annex 3A) for further details. The contracting authority will award the contracts under the framework agreements in accordance with the procedures described in the framework agreements, see particular point 2 in each framework agreement.
Internal identifier : 1

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79600000 Recruitment services

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 4 Year

5.1.5 Value

Estimated value excluding VAT : 9 000 000 Norwegian krone

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description :
Weight (points, exact) : 30
Criterion :
Type : Quality
Name : Competence of offered personnel
Description :
Weight (points, exact) : 40
Criterion :
Type : Quality
Name : Assignment comprehension
Description :
Weight (points, exact) : 30
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Oslo Tingrett

6. Results

Value of all contracts awarded in this notice : 9 000 000 Norwegian krone

6.1 Result lot ldentifier : LOT-0000

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : MERCURI URVAL AS
Tender :
Tender identifier : Rammeavtaler for rådgivningstjenester i forbindelse med styrerekruttering - MERCURI URVAL AS
Identifier of lot or group of lots : LOT-0000
Subcontracting value is known : no
Subcontracting percentage is known : no
Contract information :
Identifier of the contract : Rammeavtaler for rådgivningstjenester i forbindelse med styrerekruttering - MERCURI URVAL AS
The contract is awarded within a framework agreement : no
Winner :
Official name : ISCO Group AS
Tender :
Tender identifier : Rammeavtaler for rådgivningstjenester i forbindelse med styrerekruttering - ISCO Group AS
Identifier of lot or group of lots : LOT-0000
Subcontracting value is known : no
Subcontracting percentage is known : no
Contract information :
Identifier of the contract : Rammeavtaler for rådgivningstjenester i forbindelse med styrerekruttering - ISCO Group AS
The contract is awarded within a framework agreement : no

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 10

8. Organisations

8.1 ORG-0001

Official name : Nærings- og fiskeridepartementet
Registration number : 912660680
Postal address : Postboks 8090 Dep
Town : Oslo
Postcode : 0032
Country : Norway
Contact point : Frode Alexander Igesund
Telephone : +47 22249090
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Oslo Tingrett
Registration number : 926725939
Postal address : Postboks 2106 Vika
Town : Oslo
Postcode : 0125
Country : Norway
Telephone : +47 22035200
Internet address : http://www.domstol.no/otir
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : MERCURI URVAL AS
Registration number : NO919565217MVA
Postal address : Sjølyst Plass 2 POSTBOKS 200 SKØYEN
Town : OSLO
Postcode : 0213
Country : Norway
Telephone : +47 97559036
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0000

8.1 ORG-0004

Official name : ISCO Group AS
Registration number : NO957951988MVA
Postal address : Wergelandsveien 7
Town : Oslo
Postcode : 0167
Country : Norway
Telephone : +47 22068700
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0000

11. Notice information

11.1 Notice information

Notice identifier/version : 90285db0-bb41-4efc-804c-c8af3f3da23c - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 31/03/2025 04:55 +00:00
Notice dispatch date (eSender) : 31/03/2025 07:30 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00208224-2025
OJ S issue number : 64/2025
Publication date : 01/04/2025