29HAV25 - RSO-Assistance - Framework agreement

The objective of the procurement is to enter into a contract with one tenderer who can offer personnel with relevant competence and experience by establishing a framework agreement for RSO assistance. The framework agreement will be signed for 2 years with an option for a 2+1+1+1+1 year extension (extended for …

CPV: 79000000 Business services: law, marketing, consulting, recruitment, printing and security, 79100000 Legal services, 79417000 Safety consultancy services, 79430000 Crisis management services, 79710000 Security services, 98360000 Marine services
Deadline:
Aug. 25, 2025, 10 a.m.
Deadline type:
Submitting a bid
Place of execution:
29HAV25 - RSO-Assistance - Framework agreement
Awarding body:
Oslo kommune v/ Oslo Havn KF
Award number:
25/274

1. Buyer

1.1 Buyer

Official name : Oslo kommune v/ Oslo Havn KF
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services
Activity of the contracting entity : Port-related activities

2. Procedure

2.1 Procedure

Title : 29HAV25 - RSO-Assistance - Framework agreement
Description : The objective of the procurement is to enter into a contract with one tenderer who can offer personnel with relevant competence and experience by establishing a framework agreement for RSO assistance. The framework agreement will be signed for 2 years with an option for a 2+1+1+1+1 year extension (extended for 2 years, then one year at a time). Maximum 8 years in total, cf. the Utilities Regulations § 22-1 (4). The contracting authority reserves the right to cancel the competition at any time in the procurement process, if there is a justifiable reason for this, for example, total rejection, significant changes for the assignment, cancellation of financing, offers over budget limits or that the offered product does not cover the contracting authority ́s needs etc. See the requirement specifications for further information on the extent of the procurement.
Procedure identifier : 69cb94b2-29c7-49af-98de-7f23fc4dac9f
Internal identifier : 25/274
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79417000 Safety consultancy services
Additional classification ( cpv ): 79000000 Business services: law, marketing, consulting, recruitment, printing and security
Additional classification ( cpv ): 79100000 Legal services
Additional classification ( cpv ): 79430000 Crisis management services
Additional classification ( cpv ): 79710000 Security services
Additional classification ( cpv ): 98360000 Marine services

2.1.2 Place of performance

Postal address : Akershusstranda 19
Town : Oslo
Postcode : 0150
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 15 000 000 Norwegian krone
Maximum value of the framework agreement : 15 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/25/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 : 29HAV25 - RSO-Assistance - Framework agreement
Description : The objective of the procurement is to enter into a contract with one tenderer who can offer personnel with relevant competence and experience by establishing a framework agreement for RSO assistance. The framework agreement will be signed for 2 years with an option for a 2+1+1+1+1 year extension (extended for 2 years, then one year at a time). Maximum 8 years in total, cf. the Utilities Regulations § 22-1 (4). The contracting authority reserves the right to cancel the competition at any time in the procurement process, if there is a justifiable reason for this, for example, total rejection, significant changes for the assignment, cancellation of financing, offers over budget limits or that the offered product does not cover the contracting authority ́s needs etc. See the requirement specifications for further information on the extent of the procurement.
Internal identifier : 25/274

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79417000 Safety consultancy services
Additional classification ( cpv ): 79000000 Business services: law, marketing, consulting, recruitment, printing and security
Additional classification ( cpv ): 79100000 Legal services
Additional classification ( cpv ): 79430000 Crisis management services
Additional classification ( cpv ): 79710000 Security services
Additional classification ( cpv ): 98360000 Marine services
Options :
Description of the options : The framework agreement will be signed for 2 years with an option for a 2+1+1+1+1 year extension (extended for 2 years, then one year at a time). Maximum 8 years in total, cf. the Utilities Regulations § 22-1 (4).

5.1.2 Place of performance

Postal address : Akershusstranda 19
Town : Oslo
Postcode : 0150
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 2 Year

5.1.4 Renewal

Maximum renewals : 0

5.1.5 Value

Estimated value excluding VAT : 15 000 000 Norwegian krone
Maximum value of the framework agreement : 15 000 000 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

Green Procurement Criteria : No Green Public Procurement criteria

5.1.8 Accessibility criteria

Accessibility criteria for persons with disabilities are included

5.1.10 Award criteria

Criterion :
Type : Price
Name : Hourly rate for offered personnel
Description : Completed price form, annex 5 Annex B.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Quality. The offered manpower organisation, qualifications and experience, including particularly related to i.a. ISPS, the Security Act and the Business Security Regulations.
Description : • A description of how the consultancy team is made up that states what expertise each person has and what role each person shall have in the assignment for the port of Oslo. • CVs for offered resources. CVs for 2 resources shall be offered, who shall be the main consultants in the assignment for the Port of Oslo. In addition up to 3 CVs can be offered for other resources. The main consultants ́ competence and experience will clearly be weighted heaviest in the evaluation of CVs. Each CV shall include names, education, work experience, what role they shall have in this project and 3 reference assignments from the last three years that are relevant for this assignment. The role/responsibility in the reference assignments shall be given/described. o Use the template "Annex 5 - Template for CVs offered for personnel".
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : Assignment comprehension
Description : All the shall-requirements in the requirement specification Annex 1 shall be answered directly in the table listed at the bottom of Annex 1, Annex A. In addition tenderers shall submit a description that contains all the topics that the Tenderer believes are important for effective and good execution, cf. the needs and requirements in the requirement specifications, Annex 1. Elements that have been answered in the Table for Shall Requirements do not need to be repeated. The description must as a minimum contain the following, and be limited up to 4 A4 pages: 1. Principled account of approach to solving tasks and work methodology that will form the basis for solving assignments in the framework agreement. 2. Response time for call-offs (from ordering point to start-up of the assignment). A response time of 3-5 working days is expected. Shorter response time will be assessed as more advantageous.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 13/08/2025 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 : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 25/08/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information that can be supplemented after the submission deadline :
At the discretion of the buyer, some missing tenderer-related documents may be submitted later.
Additional information : In accordance with the provisions in the Supply Regulations.
Information about public opening :
Opening date : 25/08/2025 10:05 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : See the tender documentation.
A non-disclosure agreement is required : no
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : See the contract and competition documents.

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

5.1.16 Further information, mediation and review

Mediation organisation : Oslo Tingrett
Review organisation : Oslo Tingrett
Information about review deadlines : 10 days waiting period after contract award.
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 : Oslo kommune v/ Oslo Havn KF
Organisation providing offline access to the procurement documents : Oslo kommune v/ Oslo Havn KF
Organisation providing more information on the review procedures : Oslo kommune v/ Oslo Havn KF
Organisation receiving requests to participate : Oslo kommune v/ Oslo Havn KF
Organisation processing tenders : Oslo kommune v/ Oslo Havn KF

8. Organisations

8.1 ORG-0001

Official name : Oslo kommune v/ Oslo Havn KF
Registration number : 987 592 567
Postal address : Akershusstranda 19, Skur 38
Town : Postboks 230 Sentrum, 0103 Oslo
Postcode : 0150
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Sara Reitan Fjeld
Telephone : +47 98683431
Internet address : https://www.oslohavn.no/
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
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
Postal address : Postboks 2106 Vika
Town : Oslo
Postcode : 0125
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : +47 22035200
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 : 41256132-0db9-4434-8195-eafbb146b8c2 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 08/07/2025 12:21 +00:00
Notice dispatch date (eSender) : 08/07/2025 14:00 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00451907-2025
OJ S issue number : 130/2025
Publication date : 10/07/2025