Procurement - Procurement Assistance, 2025

The objective of the agreement is to cover the contracting authority ́s need for procurement assistance. The contracting authority would like to use this procurement to enter into a framework agreement with 3-5 tenderers (parallel agreements), provided that there are a sufficient number of qualified and acceptable tenders. The assignments …

CPV: 75000000 Dienstleistungen der öffentlichen Verwaltung, Verteidigung und Sozialversicherung, 75231000 Juristische Dienste, 79000000 Dienstleistungen für Unternehmen: Recht, Marketing, Consulting, Einstellungen, Druck und Sicherheit, 79111000 Rechtsberatung, 79400000 Unternehmens- und Managementberatung und zugehörige Dienste, 79410000 Unternehmens- und Managementberatung, 79418000 Beschaffungsberatung
Frist:
28. August 2025 10:00
Art der Frist:
Angebotsabgabe
Ausführungsort:
Procurement - Procurement Assistance, 2025
Vergabestelle:
Ålesund kommune
Vergabenummer:
25/1502

1. Buyer

1.1 Buyer

Official name : Ålesund kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Procurement - Procurement Assistance, 2025
Description : The objective of the agreement is to cover the contracting authority ́s need for procurement assistance. The contracting authority would like to use this procurement to enter into a framework agreement with 3-5 tenderers (parallel agreements), provided that there are a sufficient number of qualified and acceptable tenders. The assignments will mainly consist of planning, implementing and quality assurance of procurements, in cooperation with the customer.
Procedure identifier : e8f3455a-fe1d-4fa5-bf9b-e86e6b2a7477
Internal identifier : 25/1502
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79418000 Procurement consultancy services
Additional classification ( cpv ): 75000000 Administration, defence and social security services
Additional classification ( cpv ): 75231000 Judicial services
Additional classification ( cpv ): 79000000 Business services: law, marketing, consulting, recruitment, printing and security
Additional classification ( cpv ): 79111000 Legal advisory services
Additional classification ( cpv ): 79400000 Business and management consultancy and related services
Additional classification ( cpv ): 79410000 Business and management consultancy services

2.1.2 Place of performance

Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Additional information : Participating municipalities: Ålesund, Sula, Herøy, Volda, Vestnes, Sykkylven, Haram, Hareid, Giske, Stranda, Sande, Ulstein, Ørsta. Other participants: Attvin AS, including the subsidiaries Attvin Næring AS and Attvin Produksjon AS.

2.1.3 Value

Estimated value excluding VAT : 20 000 000 Norwegian krone
Maximum value of the framework agreement : 30 000 000 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?
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?
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 : 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?
Conflict of interest due to its participation in the procurement procedure : Is the tenderer 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 all of his tax and duty obligations in both the country where 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 : Has the tenderer's business conduct been stopped?
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national law : Is the tenderer in a similar situation in accordance with an equivalent procedure set in the national law? See the national law, the relevant notice or procurement documents.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Procurement - Procurement Assistance, 2025
Description : The objective of the agreement is to cover the contracting authority ́s need for procurement assistance. The contracting authority would like to use this procurement to enter into a framework agreement with 3-5 tenderers (parallel agreements), provided that there are a sufficient number of qualified and acceptable tenders. The assignments will mainly consist of planning, implementing and quality assurance of procurements, in cooperation with the customer.
Internal identifier : 25/1502

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79418000 Procurement consultancy services
Additional classification ( cpv ): 75000000 Administration, defence and social security services
Additional classification ( cpv ): 75231000 Judicial services
Additional classification ( cpv ): 79000000 Business services: law, marketing, consulting, recruitment, printing and security
Additional classification ( cpv ): 79111000 Legal advisory services
Additional classification ( cpv ): 79400000 Business and management consultancy and related services
Additional classification ( cpv ): 79410000 Business and management consultancy services

5.1.2 Place of performance

Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Additional information : Participating municipalities: Ålesund, Sula, Herøy, Volda, Vestnes, Sykkylven, Haram, Hareid, Giske, Stranda, Sande, Ulstein, Ørsta. Other participants: Attvin AS, including the subsidiaries Attvin Næring AS and Attvin Produksjon AS.

5.1.3 Estimated duration

Duration : 2 Year

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : Renewal lenght is 12 months

5.1.5 Value

Estimated value excluding VAT : 20 000 000 Norwegian krone
Maximum value of the framework agreement : 30 000 000 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) : yes

5.1.7 Strategic procurement

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : The criterium consists of two sub-criteria: hourly rate and each price. Tenderers shall fill in the attached price form in their cost calculations and submit it as an annex to the tender in Excel format. See further information in the tender documentation.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Quality
Name : Dedicated Resources
Description : Tenderers shall use the attached "Resource Form" and offer a minimum of 3 and a maximum of 15 dedicated resources. These shall be the resources at the tenderer that can be offered in mini-competitions and implement assignments in this agreement. The evaluated resources' competence and experience in relation to what this contract covers, with particular emphasis on practical procurements, as stated in the resource form. See further information in the tender documentation.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Assignment comprehension/solution description
Description : Tenderers are asked to enclose their understanding of the assignment and the solution description. The response shall be maximum 3 A4 pages. See further information in the tender documentation.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
Criterion :
Type : Quality
Name : Environment
Description : The contracting authority uses the exclusionary provision in the PPR § 7-9 fifth section and does not weight climate and environmental considerations in accordance with the second section. The contract is assessed to have a climate footprint and an immaterial environmental impact, and this is justified below. The nature of the procurement is consultancy/consultancy services, and the main service is people ́s work efforts. The climate and environmental impact can be expected to be approximately as an average employee. Typical loads for this are connected to consumption/use of office buildings, places, and equipment, as well as business journeys, waste generation, etc. It is assessed that the potential loads are not related to the nature of the procurement. The nature of the procurement, i.e. the work that shall be provided, is assessed to result in immaterial climate footprint and environmental impact.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 0

5.1.11 Procurement documents

Deadline for requesting additional information : 19/08/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=65088

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
Tenderers may submit more than one tender : Allowed
Deadline for receipt of tenders : 28/08/2025 10:00 +00:00
Deadline until which the tender must remain valid : 89 Day
Information about public opening :
Opening date : 28/08/2025 10:05 +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 : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, with 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 : Møre og Romsdal tingrett
Information about review deadlines : In accordance with the regulations.

8. Organisations

8.1 ORG-0001

Official name : Ålesund kommune
Registration number : 929911709
Department : Innkjøp
Postal address : Keiser Wilhelms gate 11
Town : Ålesund
Postcode : 6003
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Contact point : Jonette Valaas Skare
Telephone : +4770162000
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Møre og Romsdal tingrett
Registration number : 926 723 200
Postal address : Postboks 1354
Town : Ålesund
Postcode : 6001
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Telephone : 70 33 47 00
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : ca907ced-e154-4d0f-8f86-317904d8b552 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 08/07/2025 11:28 +00:00
Notice dispatch date (eSender) : 08/07/2025 11:30 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00445782-2025
OJ S issue number : 129/2025
Publication date : 09/07/2025