25/00661 framework agreement safety critical design

The Norwegian Defence Research Establishment (FFI) is a civil research institution directly under the Ministry of Defence. The company has more than 850 employees, of which approx. 550 are researchers and engineers who develop technology and knowledge to enable the Norway to have a modern and efficient defence. The institute …

CPV: 72000000 IT services: consulting, software development, Internet and support, 72212732 Data security software development services, 72220000 Systems and technical consultancy services, 72221000 Business analysis consultancy services, 72246000 Systems consultancy services, 73400000 Research and Development services on security and defence materials, 79930000 Specialty design services
Place of execution:
25/00661 framework agreement safety critical design
Awarding body:
Forsvarets forskningsinstitutt
Award number:
25/00661

1. Buyer

1.1 Buyer

Official name : Forsvarets forskningsinstitutt

2. Procedure

2.1 Procedure

Title : 25/00661 framework agreement safety critical design
Description : The Norwegian Defence Research Establishment (FFI) is a civil research institution directly under the Ministry of Defence. The company has more than 850 employees, of which approx. 550 are researchers and engineers who develop technology and knowledge to enable the Norway to have a modern and efficient defence. The institute is multi-disciplinary and covers subjects such as mathematics, physics, information technology, chemistry, biology, medicine, psychology, political science and economics. The institute is located in Kjeller near Lillestrøm and has a smaller work unit at Karljohansvern in Horten. For more information see: Forsvarets forskningsinstitutt (FFI). The procurement is for a framework agreement for safety critical design. The objective of the procurement is to ensure access to a professional consultancy service with support and competence in the design and realisation of digital and physical products and services for the defence sector. The parallel framework agreements shall cover the contracting authority ́s needs being safeguarded in the final solution through a comprehensive approach and the use of security critical design, system orientated design, service design, interaction design and industrial design. The procurement will be carried out in accordance with the procedure 'restricted tender competition' in accordance with FOSA § 5-1 first section.  This is a procedure in two phases that begins with this qualification phase. All interested suppliers have the option to submit a request for participation in the competition. Of the qualified tenderers, a given number will be invited to submit tenders in the next phase of the procedure (the tender phase), cf. the tender documentation point 5.
Procedure identifier : a8fdc24f-9e24-4c8b-9283-3dc2b4438ac8
Internal identifier : 25/00661
Type of procedure : Restricted
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72220000 Systems and technical consultancy services
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72212732 Data security software development services
Additional classification ( cpv ): 72221000 Business analysis consultancy services
Additional classification ( cpv ): 72246000 Systems consultancy services
Additional classification ( cpv ): 73400000 Research and Development services on security and defence materials
Additional classification ( cpv ): 79930000 Specialty design services

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.3 Value

Maximum value of the framework agreement : 600 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2009/81/EC
Forsvar og sikkerhet - The procurement is for a framework agreement for safety critical design. The procurement will be carried out in accordance with the procedure 'restricted tender competition' in accordance with FOSA § 5-1 first section.

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 of obligations set under purely national exclusion grounds : The contracting authority shall state that in Norway there are national rejection reasons. These shall be described in the procurement documents. Tenderers must respond to whether they are in one or more of the situations described in the national rejection reasons. Will the purely national rejection reasons, as stated in the relevant notice or in the procurement documents, apply?
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 : 25/00661 framework agreement safety critical design
Description : The Norwegian Defence Research Establishment (FFI) is a civil research institution directly under the Ministry of Defence. The company has more than 850 employees, of which approx. 550 are researchers and engineers who develop technology and knowledge to enable the Norway to have a modern and efficient defence. The institute is multi-disciplinary and covers subjects such as mathematics, physics, information technology, chemistry, biology, medicine, psychology, political science and economics. The institute is located in Kjeller near Lillestrøm and has a smaller work unit at Karljohansvern in Horten. For more information see: Forsvarets forskningsinstitutt (FFI). The procurement is for a framework agreement for safety critical design. The objective of the procurement is to ensure access to a professional consultancy service with support and competence in the design and realisation of digital and physical products and services for the defence sector. The parallel framework agreements shall cover the contracting authority ́s needs being safeguarded in the final solution through a comprehensive approach and the use of security critical design, system orientated design, service design, interaction design and industrial design. The procurement will be carried out in accordance with the procedure 'restricted tender competition' in accordance with FOSA § 5-1 first section.  This is a procedure in two phases that begins with this qualification phase. All interested suppliers have the option to submit a request for participation in the competition. Of the qualified tenderers, a given number will be invited to submit tenders in the next phase of the procedure (the tender phase), cf. the tender documentation point 5.
Internal identifier : 25/00661

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72220000 Systems and technical consultancy services
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72212732 Data security software development services
Additional classification ( cpv ): 72221000 Business analysis consultancy services
Additional classification ( cpv ): 72246000 Systems consultancy services
Additional classification ( cpv ): 73400000 Research and Development services on security and defence materials
Additional classification ( cpv ): 79930000 Specialty design services
Options :
Description of the options : The framework agreement period is 4 years. The contracting authority shall have the option to extend the framework agreement once for a further 3 years (three). The maximum contract period, including options, will be 7 years.

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 4 Year

5.1.4 Renewal

Maximum renewals : 1
Other information about renewals : The framework agreement period is 4 years. The contracting authority shall have the option to extend the framework agreement once for a further 3 years (three). The maximum contract period, including options, will be 7 years.

5.1.5 Value

Maximum value of the framework agreement : 600 000 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.
The names and professional qualifications of the staff assigned to perform the contract must be given : Tender requirement
This procurement is also suitable for small and medium-sized enterprises (SMEs) : no

5.1.7 Strategic procurement

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a relevant professional 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.
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
Criterion : Enrolment in a trade 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.
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
Criterion : General yearly turnover
Description : The tenderer ́s ("total") annual turnover for the number of financial years requested in the tender notice or in the procurement documents is as follows: Minimum qualification requirements
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
Criterion : References on specified works
Description : Cf. Part 1 tender documentation point 5.3. Good experience from similar assignments. Under this selection criteria, the Contracting Authority will assess which tenderers will who, after an overall assessment, have the best experience with similar deliveries in accordance with the qualification requirement , "the tenderer shall have good experience from equivalent assignments". The tenderer ́s response to Part 1 - Annex 4 Reference Form.
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
Criterion : Technicians or technical bodies to carry out the work
Description : Cf. Part 1 tender documentation point 5.3. Sufficient implementation ability to fulfil the contract. The contracting authority will assess which tenderers will, in accordance with a concrete overall assessments have the best implementation ability in accordance with qualification requirement : Tenderers shall have sufficient implementation ability. to fulfil the contract". The tenderer ́s response to Part 1 - Annex 5 Resource Matrix.
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

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Price consultant and senior adviser
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
Criterion :
Type : Quality
Name : Assignment comprehension and availability
Description : Understanding the need for assistance and methodic approach to the assignment described in the tender documentation and annex 1 the contracting authority ́s requirement specifications.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : Competence offered to personnel
Description : • Education, including formal competence and other competence • Relevant experience from the defence sector. • Relevant experience from socially critical Sectors • Relevant experience within security critical. Design • Relevant experience within other designs. disciplines including interaction design, service design, industrial design and system orientated design
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Address of the procurement documents : https://permalink.mercell.com/260999047.aspx

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 08/08/2025
Terms of submission :
Obligatory indication of subcontracting : The share of the contract that the tenderer intends to subcontract
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Variants : Not allowed
Deadline for receipt of requests to participate : 05/08/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : See the tender documentation and the contract ́s provisions.
Electronic invoicing : Allowed
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : See the contract ́s provisions.
Subcontracting :
The contractor must indicate any change of subcontractors during the execution of the contract.

5.1.15 Techniques

Framework agreement :
Framework agreement, partly without reopening and partly with reopening of competition
Maximum number of participants : 3

5.1.16 Further information, mediation and review

Mediation organisation : Oslo Tingrett
Review organisation : Oslo Tingrett
Information about review deadlines : A waiting period of ten calendar days will be given after the award. The contracting authority intends to enter into a contract when the waiting period has expired.
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed : Oslo Tingrett
Organisation providing information concerning the general regulatory framework for environmental protection applicable in the place where the contract is to be performed : Oslo Tingrett
Organisation providing information concerning the general regulatory framework for employment protection and working conditions applicable in the place where the contract is to be performed : Oslo Tingrett
Organisation providing additional information about the procurement procedure : Forsvarets forskningsinstitutt
Organisation providing more information on the review procedures : Forsvarets forskningsinstitutt
Organisation receiving requests to participate : Forsvarets forskningsinstitutt
Organisation processing tenders : Forsvarets forskningsinstitutt

8. Organisations

8.1 ORG-0001

Official name : Forsvarets forskningsinstitutt
Registration number : 970963340
Postal address : Postboks 25
Town : KJELLER
Postcode : 2027
Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Contact point : Marianne Lund
Telephone : +47 63807050
Fax : +47 63807059
Internet address : http://www.ffi.no/
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation receiving requests to participate
Organisation processing tenders
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Oslo Tingrett
Registration number : 926 725 939
Town : Oslo
Postcode : 0164
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Roles of this organisation :
Review organisation
Mediation organisation
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed
Organisation providing information concerning the general regulatory framework for environmental protection applicable in the place where the contract is to be performed
Organisation providing information concerning the general regulatory framework for employment protection and working conditions applicable in the place where the contract is to be performed

Notice information

Notice identifier/version : 4558ae9c-122e-4974-9db5-77e5c6936991 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 02/07/2025 18:53 +00:00
Notice dispatch date (eSender) : 03/07/2025 06:13 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00434087-2025
OJ S issue number : 126/2025
Publication date : 04/07/2025