Consultancy services for organisation development.

The Norwegian Film Institute invites tenderers to a tender contest for consultancy services for organisation development. The assistance shall support the organisation's work with developing and strengthening internal competence and efficiency, structures, work processes and culture. The assistance shall contribute to goal achievement on NFI ́s business strategy for the …

CPV: 73220000 Beratung im Bereich Entwicklung, 79411100 Beratungsdienste im Bereich Wirtschaftsförderung, 79421000 Projektmanagement, außer Projektüberwachung von Bauarbeiten
Ausführungsort:
Consultancy services for organisation development.
Vergabestelle:
Norsk filminstitutt
Vergabenummer:
25/1809

1. Buyer

1.1 Buyer

Official name : Norsk filminstitutt
Legal type of the buyer : Public undertaking, controlled by a central government authority
Activity of the contracting authority : Recreation, culture and religion

2. Procedure

2.1 Procedure

Title : Consultancy services for organisation development.
Description : The Norwegian Film Institute invites tenderers to a tender contest for consultancy services for organisation development. The assistance shall support the organisation's work with developing and strengthening internal competence and efficiency, structures, work processes and culture. The assistance shall contribute to goal achievement on NFI ́s business strategy for the period 2026-2030, which will be completed autumn 2025. A central area for assistance in the contract period is the implementation of NFI ́s digitalisation project 2025-2027. The digitalisation project aims at improving user experience, strengthening case processing and streamlining support processes through new technological systems, including the implementation of artificial intelligence. A complete description of the assignment is in the competition part II annex 1, the Contracting Authority's requirement specifications. The digitalisation project shall be financed with the support of the governmental co-financing scheme managed by the Directorate of DigitalIsation (Digdir). The notice and implementation of the competition are subject to a final decision on financing from Digdir. The contracting authority will inform you via KGV as soon as the final pledge is available. The contracting authority would like to enter into a framework agreement with one tenderer. The contract will be regulated by the contract terms in part II of the competition, framework agreement. The contract will be valid for 2 years from when the contract is signed. The contracting authority has the option to extend the contract for an additional 1+1 year. The maximum contract period is 4 years. The project will start immediately after the contract has been signed. The procurement has an estimated value of NOK 8-12 million excluding VAT for the entire contract period, including triggering of the option.
Procedure identifier : 376422d2-37fb-43fb-814c-3c486ca726a7
Internal identifier : 25/1809
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
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 ): 73220000 Development consultancy services
Additional classification ( cpv ): 79411100 Business development consultancy services
Additional classification ( cpv ): 79421000 Project-management services other than for construction work

2.1.2 Place of performance

Postal address : Dronningens gate 16
Town : OSLO
Postcode : 0152
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 12 000 000 Norwegian krone
Maximum value of the framework agreement : 12 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
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).
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).
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)
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.
Child labour and including 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).
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 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.
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.
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?
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.
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?
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 obligation relating to 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?
Breaching obligation relating to 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?
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.
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.
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.
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.
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.
Analogous situation like bankruptcy, insolvency or arrangement with creditors 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.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Consultancy services for organisation development.
Description : The Norwegian Film Institute invites tenderers to a tender contest for consultancy services for organisation development. The assistance shall support the organisation's work with developing and strengthening internal competence and efficiency, structures, work processes and culture. The assistance shall contribute to goal achievement on NFI ́s business strategy for the period 2026-2030, which will be completed autumn 2025. A central area for assistance in the contract period is the implementation of NFI ́s digitalisation project 2025-2027. The digitalisation project aims at improving user experience, strengthening case processing and streamlining support processes through new technological systems, including the implementation of artificial intelligence. A complete description of the assignment is in the competition part II annex 1, the Contracting Authority's requirement specifications. The digitalisation project shall be financed with the support of the governmental co-financing scheme managed by the Directorate of DigitalIsation (Digdir). The notice and implementation of the competition are subject to a final decision on financing from Digdir. The contracting authority will inform you via KGV as soon as the final pledge is available. The contracting authority would like to enter into a framework agreement with one tenderer. The contract will be regulated by the contract terms in part II of the competition, framework agreement. The contract will be valid for 2 years from when the contract is signed. The contracting authority has the option to extend the contract for an additional 1+1 year. The maximum contract period is 4 years. The project will start immediately after the contract has been signed. The procurement has an estimated value of NOK 8-12 million excluding VAT for the entire contract period, including triggering of the option.
Internal identifier : 25/1809

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 73220000 Development consultancy services
Additional classification ( cpv ): 79411100 Business development consultancy services
Additional classification ( cpv ): 79421000 Project-management services other than for construction work
Options :
Description of the options : 1+1 year.

5.1.2 Place of performance

Postal address : Dronningens gate 16
Town : OSLO
Postcode : 0152
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 2 Year

5.1.5 Value

Estimated value excluding VAT : 12 000 000 Norwegian krone
Maximum value of the framework agreement : 12 000 000 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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : References on specified works
Description : See the qualification requirements in the tender documentation.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Maximum number of tenders passing : 5
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 3
Maximum number of candidates to be invited for the second stage of the procedure : 5
The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.11 Procurement documents

Deadline for requesting additional information : 11/08/2025 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 : Allowed
Variants : Not allowed
Deadline for receipt of requests to participate : 21/08/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : yes
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 : 5
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Oslo tingrett -
Information about review deadlines : Oslo District Court
Organisation providing additional information about the procurement procedure : Norsk filminstitutt -
Organisation providing offline access to the procurement documents : Norsk filminstitutt -

8. Organisations

8.1 ORG-0001

Official name : Norsk filminstitutt
Registration number : 892211442
Postal address : Filmens Hus Dronningens gate 16
Town : OSLO
Postcode : 0152
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Tom Erik Frisk
Telephone : +47 95244655
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents

8.1 ORG-0002

Official name : Oslo tingrett
Registration number : 926725939
Postal address : Postboks 2106 Vika
Town : Oslo
Postcode : 0125
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : ea962b9d-4938-4675-88c4-d13ac792df3b - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 23/06/2025 13:16 +00:00
Notice dispatch date (eSender) : 23/06/2025 15:00 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00409726-2025
OJ S issue number : 119/2025
Publication date : 25/06/2025