Consultancy services for management and development of the police.

Politiets fellestjenester (PFT) shall, on behalf of the Norwegian Police, enter into framework agreements for consultancy services for the management and development of the police. The objective of the framework agreement is to cover the Contracting Authority ́s need for consultancy services within management and development of the Police. The …

CPV: 73000000 Research and development services and related consultancy services, 73200000 Research and development consultancy services, 75000000 Administration, defence and social security services, 75100000 Administration services, 79000000 Business services: law, marketing, consulting, recruitment, printing and security, 79400000 Business and management consultancy and related services, 79410000 Business and management consultancy services, 79411000 General management consultancy services, 79411100 Business development consultancy services, 79412000 Financial management consultancy services, 79414000 Human resources management consultancy services, 79420000 Management-related services
Place of execution:
Consultancy services for management and development of the police.
Awarding body:
Politiets fellestjenester
Award number:
24/109259

1. Buyer

1.1 Buyer

Official name : Politiets fellestjenester
Legal type of the buyer : Central government authority
Activity of the contracting authority : Public order and safety

2. Procedure

2.1 Procedure

Title : Consultancy services for management and development of the police.
Description : Politiets fellestjenester (PFT) shall, on behalf of the Norwegian Police, enter into framework agreements for consultancy services for the management and development of the police. The objective of the framework agreement is to cover the Contracting Authority ́s need for consultancy services within management and development of the Police. The framework agreement covers three sub areas: Sub-area 1: Strategy, finance and performance management. Sub-area 2: Analysis, review and quality assurance. Sub-area 3: Organisation and business development. A more detailed description of the scope of the framework agreement, as well as the Customers that the contract applies to, is given in the tender documentation Annex 1.
Procedure identifier : 34f59a02-5945-43ca-a497-d5b134dd64ad
Internal identifier : 24/109259
Type of procedure : Restricted
The procedure is accelerated : no
Main features of the procedure : The procurement will be made in accordance with the Public Procurement Act of 17 June 2016 no. 73 and the Public Procurement Regulations (procurement regulation) dated 12 August 2016 no. 974, part I and III (above the EEA threshold value). The procurement procedure is a restricted tender contest, cf. the procurement regulations § 13-1 (1). Negotiations are not allowed, and tenders cannot be amended after the tender deadline.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79400000 Business and management consultancy and related services
Additional classification ( cpv ): 73000000 Research and development services and related consultancy services
Additional classification ( cpv ): 73200000 Research and development consultancy services
Additional classification ( cpv ): 75000000 Administration, defence and social security services
Additional classification ( cpv ): 75100000 Administration services
Additional classification ( cpv ): 79000000 Business services: law, marketing, consulting, recruitment, printing and security
Additional classification ( cpv ): 79410000 Business and management consultancy services
Additional classification ( cpv ): 79411000 General management consultancy services
Additional classification ( cpv ): 79411100 Business development consultancy services
Additional classification ( cpv ): 79412000 Financial management consultancy services
Additional classification ( cpv ): 79414000 Human resources management consultancy services
Additional classification ( cpv ): 79420000 Management-related services

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 160 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 3
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 3

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-0001

Title : Consultancy services for management and development of the police.
Description : Politiets fellestjenester (PFT) shall, on behalf of the entire norwegian police, enter into framework agreements for consultancy services for the management and development of the police. See the tender documentation SSA-R Annex 1 for further details on what the framework agreement covers, as well as which Customers can make call-offs on the framework agreement.
Internal identifier : 1

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79400000 Business and management consultancy and related services
Additional classification ( cpv ): 73000000 Research and development services and related consultancy services
Additional classification ( cpv ): 73200000 Research and development consultancy services
Additional classification ( cpv ): 75000000 Administration, defence and social security services
Additional classification ( cpv ): 75100000 Administration services
Additional classification ( cpv ): 79000000 Business services: law, marketing, consulting, recruitment, printing and security
Additional classification ( cpv ): 79410000 Business and management consultancy services
Additional classification ( cpv ): 79411000 General management consultancy services
Additional classification ( cpv ): 79411100 Business development consultancy services
Additional classification ( cpv ): 79412000 Financial management consultancy services
Additional classification ( cpv ): 79414000 Human resources management consultancy services
Additional classification ( cpv ): 79420000 Management-related services

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 18/01/2026
Duration end date : 17/01/2028

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : The contracting authority has the right to extend the framework agreement for a further one year at a time, up to 2 times.

5.1.5 Value

Estimated value excluding VAT : 117 000 000 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) : yes

5.1.7 Strategic procurement

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : References on specified works
Description : Selection criteria: Competence Tenderers shall have sufficient relevant competence during the entire lifetime of the framework agreement, and safeguard and further develop competence to fulfil the object and scope of the contract. Documentation requirement: A description of measures, methods and/or routines for how the tenderer retains resources and ensures a low turn-over, as well as how the tenderer ensures that competence "in-house" is maintained when/in cases where consultants leave. Emphasis will be put on the tenderer documenting good methods that ensure a stable, robust and professionally updated supplier, with good adaptability. Use Annex A Selection Criteria. The response shall be maximum 1 page.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (percentage, exact) : 40
Criterion : Enrolment in a trade register
Description : Qualification requirement: Tenderers shall be registered in a company register, professional register or a commerce register in the country where the tenderer is established. Documentation requirement: • Norwegian companies: Company Registration Certificate. • Foreign companies: Verification that the tenderer is registered in a company register, professional register or a commerce register in the country where the tenderer is established.
Criterion : Financial ratio
Description : Qualification requirement: Tenderers must have sufficient economic and financial capacity to fulfil the contract. Creditworthiness with no requirement for collateral will be sufficient to meet the requirement. Documentation requirement: - A credit rating based on the most recent financial figures. The rating shall be carried out by a credit rating company with licence to conduct this service. The contracting authority will, if needed, obtain a credit rating, from a credit information company with a licence to conduct this service, as an addition to the documentation delivered in the tender. If a tenderer has a justifiable reason for not submitting the documentation required by the contracting authority, he can document his economic and financial capacity by presenting any other document that the Contracting Authority deems appropriate.
Criterion : Certificates by independent bodies about quality assurance standards
Description : Qualification requirement: Tenderers shall have a good and well-functioning quality assurance and management system for the services that shall be provided. Documentation requirement: Tenderers shall submit documentation of their quality assurance and management system. The following documentation will be accepted: Certificate for the company's quality assurance/management system issued by independent bodies that confirm that the tenderer fulfils quality assurance standards in accordance with ISO 9001 or equivalent, or A description of the tenderer's quality assurance and management system, which highlights how the tenderer works to safeguard quality in their processes. The description must as a minimum cover the company ́s procedures/routines for: - handling deviations and claims, and - any certification of sub-suppliers.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Qualification requirement: Tenderers shall have an environmental management system. Documentation requirement: Tenderers shall submit documentation of their environmental management system. The following documentation will be accepted: • Valid certificates/certificates issued by an independent body (eks. ISO 14001, EMAS, Miljøfyrtårn or equivalent), or • A description of the tenderer's own environmental management system. The description shall as a minimum cover the tenderer's environmental goals and environment policy.
Criterion : References on specified services
Description : Selection criteria: Comparable contracts Tenderers shall have experience from comparable contracts. Documentation requirement: Description of the tenderer ́s up to 5 most comparable contracts in the course of the last 3 years. It is the tenderer ́s responsibility to document relevance through the description. Tenderers can document their experience by referring to competence of the personnel he has at his disposal and can use this assignment, even if the experience has been worked up while the personnel have served another service provider. Use Annex A Selection Criteria. The description of each reference project shall include which disciplines and competence areas the assignment covered, cf. the sub-area ́s description in SSA-R Annex 1 General Description, the tenderer's role in the assignment and the relevance of the assignment related to the contracting authority ́s needs. The description of each reference project shall be maximum 1/2 side.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (percentage, exact) : 40
Criterion : Relevant educational and professional qualifications
Description : Selection criteria: Capacity Tenderers shall have sufficient capacity to fulfil the object and scope of the contract. Documentation requirement: Overview of the number of available resources within each competence category. Use Annex A Selection Criteria.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (percentage, exact) : 20
Criterion : Enrolment in a relevant professional register
Description : Norwegian tenderers shall submit a "Tax and VAT certificate". The tax certificate can be ordered in Altinn, and it must not be older than 6 months calculated from the deadline for submitting a request for participation in the competition or tender.
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 5
Maximum number of candidates to be invited for the second stage of the procedure : 6
The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.11 Procurement documents

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
Deadline for receipt of requests to participate : 27/08/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, partly without reopening and partly with reopening of competition
Maximum number of participants : 6
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 : The deadlines are in the tender documentation, see "Regler for konkurranse" ("Rules for the competition").
Organisation providing more information on the review procedures : Politiets fellestjenester

5.1 Lot technical ID : LOT-0002

Title : Sub-area 1: Strategy, finance and performance management.
Description : Sub-area 1 covers the needs within strategy, finance and performance management, and concerns the police's ability to set a direction for, control and manage the business to deliver on the social mission. See the tender documentation Annex 1 for further details.

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79400000 Business and management consultancy and related services

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 18/01/2026
Duration end date : 17/01/2028

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : The contracting authority has the right to extend the framework agreement for a further one year at a time, up to 2 times.

5.1.5 Value

Maximum value of the framework agreement : 72 000 000 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) : yes

5.1.7 Strategic procurement

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Relevant educational and professional qualifications
Description : Selection criteria: Competence Tenderers shall have sufficient relevant competence during the entire lifetime of the framework agreement, and safeguard and further develop competence to fulfil the object and scope of the contract. Documentation requirement: A description of measures, methods and/or routines for how the tenderer retains resources and ensures a low turn-over, as well as how the tenderer ensures that competence "in-house" is maintained when/in cases where consultants leave. Emphasis will be put on the tenderer documenting good methods that ensure a stable, robust and professionally updated supplier, with good adaptability. Use Annex A Selection Criteria. The response shall be maximum 1 page.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (percentage, exact) : 40
Criterion : Financial ratio
Description : Qualification requirement: Tenderers must have sufficient economic and financial capacity to fulfil the contract. Creditworthiness with no requirement for collateral will be sufficient to meet the requirement. Documentation requirement: - A credit rating based on the most recent financial figures. The rating shall be carried out by a credit rating company with licence to conduct this service. The contracting authority will, if needed, obtain a credit rating, from a credit information company with a licence to conduct this service, as an addition to the documentation delivered in the tender. If a tenderer has a justifiable reason for not submitting the documentation required by the contracting authority, he can document his economic and financial capacity by presenting any other document that the Contracting Authority deems appropriate.
Criterion : Certificates by independent bodies about quality assurance standards
Description : Qualification requirement: Tenderers shall have a good and well-functioning quality assurance and management system for the services that shall be provided. Documentation requirement: Tenderers shall submit documentation of their quality assurance and management system. The following documentation will be accepted: Certificate for the company's quality assurance/management system issued by independent bodies that confirm that the tenderer fulfils quality assurance standards in accordance with ISO 9001 or equivalent, or A description of the tenderer's quality assurance and management system, which highlights how the tenderer works to safeguard quality in their processes. The description must as a minimum cover the company ́s procedures/routines for: - handling deviations and claims, and - any certification of sub-suppliers.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Qualification requirement: Tenderers shall have an environmental management system. Documentation requirement: Tenderers shall submit documentation of their environmental management system. The following documentation will be accepted: • Valid certificates/certificates issued by an independent body (eks. ISO 14001, EMAS, Miljøfyrtårn or equivalent), or • A description of the tenderer's own environmental management system. The description shall as a minimum cover the tenderer's environmental goals and environment policy.
Criterion : References on specified services
Description : Selection criteria: Comparable contracts Tenderers shall have experience from comparable contracts. Documentation requirement: Description of the tenderer ́s up to 5 most comparable contracts in the course of the last 3 years. It is the tenderer ́s responsibility to document relevance through the description. Tenderers can document their experience by referring to competence of the personnel he has at his disposal and can use this assignment, even if the experience has been worked up while the personnel have served another service provider. Use Annex A Selection Criteria. The description of each reference project shall include which disciplines and competence areas the assignment covered, cf. the sub-area ́s description in SSA-R Annex 1 General Description, the tenderer's role in the assignment and the relevance of the assignment related to the contracting authority ́s needs. The description of each reference project shall be maximum 1/2 side. If a tenderer submits a tender for several sub-areas, the tenderer shall state whether the references apply for all lots that a tender is submitted for, alternatively deliver separate references per sub-area.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (percentage, exact) : 40
Criterion : Relevant educational and professional qualifications
Description : Selection criteria: Capacity Tenderers shall have sufficient capacity to fulfil the object and scope of the contract. Documentation requirement: Overview of the number of available resources within each competence category. Use Annex A Selection Criteria.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (percentage, exact) : 20
Criterion : Other economic or financial requirements
Description : Norwegian tenderers shall submit a "Tax and VAT certificate". The tax certificate can be ordered in Altinn, and it must not be older than 6 months calculated from the deadline for submitting a request for participation in the competition or tender.
Criterion : Enrolment in a trade register
Description : Documentation requirement: • Norwegian companies: Company Registration Certificate. • Foreign companies: Verification that the tenderer is registered in a company register, professional register or a commerce register in the country where the tenderer is established.
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 5
Maximum number of candidates to be invited for the second stage of the procedure : 6
The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.11 Procurement documents

Access to certain procurement documents is restricted

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
Deadline for receipt of requests to participate : 27/08/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, partly without reopening and partly with reopening of competition
Maximum number of participants : 6
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 : Information on deadlines is in the tender documentation, Rules for the competition.
Organisation providing more information on the review procedures : Oslo tingrett

5.1 Lot technical ID : LOT-0003

Title : Sub-area 2: Analysis, review and quality assurance.
Description : Sub-area 2 covers analyses, reviews and quality assurance and concerns the police ́s ability to gain insight, analyse and evaluate, as well as quality assure projects and initiatives. See the framework agreement Annex 1 for further details.

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79400000 Business and management consultancy and related services

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 18/01/2026
Duration end date : 17/01/2028

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : The contracting authority has the right to extend the framework agreement for a further one year at a time, up to 2 times.

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) : yes

5.1.7 Strategic procurement

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Relevant educational and professional qualifications
Description : Selection criteria: Competence Tenderers shall have sufficient relevant competence during the entire lifetime of the framework agreement, and safeguard and further develop competence to fulfil the object and scope of the contract. Documentation requirement: A description of measures, methods and/or routines for how the tenderer retains resources and ensures a low turn-over, as well as how the tenderer ensures that competence "in-house" is maintained when/in cases where consultants leave. Emphasis will be put on the tenderer documenting good methods that ensure a stable, robust and professionally updated supplier, with good adaptability. Use Annex A Selection Criteria. The response shall be maximum 1 page.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (percentage, exact) : 40
Criterion : Financial ratio
Description : Qualification requirement: Tenderers must have sufficient economic and financial capacity to fulfil the contract. Creditworthiness with no requirement for collateral will be sufficient to meet the requirement. Documentation requirement: - A credit rating based on the most recent financial figures. The rating shall be carried out by a credit rating company with licence to conduct this service. The contracting authority will, if needed, obtain a credit rating, from a credit information company with a licence to conduct this service, as an addition to the documentation delivered in the tender. If a tenderer has a justifiable reason for not submitting the documentation required by the contracting authority, he can document his economic and financial capacity by presenting any other document that the Contracting Authority deems appropriate.
Criterion : Certificates by independent bodies about quality assurance standards
Description : Qualification requirement: Tenderers shall have a good and well-functioning quality assurance and management system for the services that shall be provided. Documentation requirement: Tenderers shall submit documentation of their quality assurance and management system. The following documentation will be accepted: Certificate for the company's quality assurance/management system issued by independent bodies that confirm that the tenderer fulfils quality assurance standards in accordance with ISO 9001 or equivalent, or A description of the tenderer's quality assurance and management system, which highlights how the tenderer works to safeguard quality in their processes. The description must as a minimum cover the company ́s procedures/routines for: - handling deviations and claims, and - any certification of sub-suppliers.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Qualification requirement: Tenderers shall have an environmental management system. Documentation requirement: Tenderers shall submit documentation of their environmental management system. The following documentation will be accepted: • Valid certificates/certificates issued by an independent body (eks. ISO 14001, EMAS, Miljøfyrtårn or equivalent), or • A description of the tenderer's own environmental management system. The description shall as a minimum cover the tenderer's environmental goals and environment policy.
Criterion : References on specified services
Description : Selection criteria: Comparable contracts Tenderers shall have experience from comparable contracts. Documentation requirement: Description of the tenderer ́s up to 5 most comparable contracts in the course of the last 3 years. It is the tenderer ́s responsibility to document relevance through the description. Tenderers can document their experience by referring to competence of the personnel he has at his disposal and can use this assignment, even if the experience has been worked up while the personnel have served another service provider. Use Annex A Selection Criteria. The description of each reference project shall include which disciplines and competence areas the assignment covered, cf. the sub-area ́s description in SSA-R Annex 1 General Description, the tenderer's role in the assignment and the relevance of the assignment related to the contracting authority ́s needs. The description of each reference project shall be maximum 1/2 side. If a tenderer submits a tender for several sub-areas, the tenderer shall state whether the references apply for all lots that a tender is submitted for, alternatively deliver separate references per sub-area.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (percentage, exact) : 40
Criterion : Relevant educational and professional qualifications
Description : Selection criteria: Capacity Tenderers shall have sufficient capacity to fulfil the object and scope of the contract. Documentation requirement: Overview of the number of available resources within each competence category. Use Annex A Selection Criteria.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (percentage, exact) : 20
Criterion : Enrolment in a trade register
Description : Qualification requirement: Tenderers shall be registered in a company register, professional register or a commerce register in the country where the tenderer is established. Documentation requirement: • Norwegian companies: Company Registration Certificate. • Foreign companies: Verification that the tenderer is registered in a company register, professional register or a commerce register in the country where the tenderer is established.
Criterion : Other economic or financial requirements
Description : Norwegian tenderers shall submit a "Tax and VAT certificate". The tax certificate can be ordered in Altinn, and it must not be older than 6 months calculated from the deadline for submitting a request for participation in the competition or tender.
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 5
Maximum number of candidates to be invited for the second stage of the procedure : 6
The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.11 Procurement documents

Access to certain procurement documents is restricted

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
Deadline for receipt of requests to participate : 27/08/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, partly without reopening and partly with reopening of competition
Maximum number of participants : 6
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 : The deadlines are in the tender documentation, see "Regler for konkurranse" ("Rules for the competition").
Organisation providing more information on the review procedures : Oslo tingrett

5.1 Lot technical ID : LOT-0004

Title : Sub-area 3: Organisation and business development.
Description : Lot 3 covers organisation and business development and concerns the police ́s ability to develop the entity to deliver on the social mission. See the framework agreement Annex 1 for further information.

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79400000 Business and management consultancy and related services

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 18/01/2026
Duration end date : 17/01/2028

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : The contracting authority has the right to extend the framework agreement for a further one year at a time, up to 2 times.

5.1.5 Value

Maximum value of the framework agreement : 270 000 000 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) : yes

5.1.7 Strategic procurement

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Relevant educational and professional qualifications
Description : Selection criteria: Competence Tenderers shall have sufficient relevant competence during the entire lifetime of the framework agreement, and safeguard and further develop competence to fulfil the object and scope of the contract. Documentation requirement: A description of measures, methods and/or routines for how the tenderer retains resources and ensures a low turn-over, as well as how the tenderer ensures that competence "in-house" is maintained when/in cases where consultants leave. Emphasis will be put on the tenderer documenting good methods that ensure a stable, robust and professionally updated supplier, with good adaptability. Use Annex A Selection Criteria. The response shall be maximum 1 page.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (percentage, exact) : 40
Criterion : Financial ratio
Description : Qualification requirement: Tenderers must have sufficient economic and financial capacity to fulfil the contract. Creditworthiness with no requirement for collateral will be sufficient to meet the requirement. Documentation requirement: - A credit rating based on the most recent financial figures. The rating shall be carried out by a credit rating company with licence to conduct this service. The contracting authority will, if needed, obtain a credit rating, from a credit information company with a licence to conduct this service, as an addition to the documentation delivered in the tender. If a tenderer has a justifiable reason for not submitting the documentation required by the contracting authority, he can document his economic and financial capacity by presenting any other document that the Contracting Authority deems appropriate.
Criterion : Certificates by independent bodies about quality assurance standards
Description : Qualification requirement: Tenderers shall have a good and well-functioning quality assurance and management system for the services that shall be provided. Documentation requirement: Tenderers shall submit documentation of their quality assurance and management system. The following documentation will be accepted: Certificate for the company's quality assurance/management system issued by independent bodies that confirm that the tenderer fulfils quality assurance standards in accordance with ISO 9001 or equivalent, or A description of the tenderer's quality assurance and management system, which highlights how the tenderer works to safeguard quality in their processes. The description must as a minimum cover the company ́s procedures/routines for: - handling deviations and claims, and - any certification of sub-suppliers.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Qualification requirement: Tenderers shall have an environmental management system. Documentation requirement: Tenderers shall submit documentation of their environmental management system. The following documentation will be accepted: • Valid certificates/certificates issued by an independent body (eks. ISO 14001, EMAS, Miljøfyrtårn or equivalent), or • A description of the tenderer's own environmental management system. The description shall as a minimum cover the tenderer's environmental goals and environment policy.
Criterion : References on specified services
Description : Comparable contracts Tenderers shall have experience from comparable contracts. Documentation requirement: Description of the tenderer ́s up to 5 most comparable contracts in the course of the last 3 years. It is the tenderer ́s responsibility to document relevance through the description. Tenderers can document their experience by referring to competence of the personnel he has at his disposal and can use this assignment, even if the experience has been worked up while the personnel have served another service provider. Use Annex A Selection Criteria. The description of each reference project shall include which disciplines and competence areas the assignment covered, cf. the sub-area ́s description in SSA-R Annex 1 General Description, the tenderer's role in the assignment and the relevance of the assignment related to the contracting authority ́s needs. The description of each reference project shall be maximum 1/2 side. If a tenderer submits a tender for several sub-areas, the tenderer shall state whether the references apply for all lots that a tender is submitted for, alternatively deliver separate references per sub-area.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (percentage, exact) : 40
Criterion : Relevant educational and professional qualifications
Description : Selection criteria: Capacity relevant Tenderers shall have sufficient capacity to fulfil the object and scope of the contract. Documentation requirement: Overview of the number of available resources within each competence category. Use Annex A Selection Criteria.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (percentage, exact) : 20
Criterion : Enrolment in a relevant professional register
Description : Qualification requirement: Tenderers shall be registered in a company register, professional register or a commerce register in the country where the tenderer is established. Documentation requirement: • Norwegian companies: Company Registration Certificate. • Foreign companies: Verification that the tenderer is registered in a company register, professional register or a commerce register in the country where the tenderer is established.
Criterion : Other economic or financial requirements
Description : Norwegian tenderers shall submit a "Tax and VAT certificate". The tax certificate can be ordered in Altinn, and it must not be older than 6 months calculated from the deadline for submitting a request for participation in the competition or tender.
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 5
Maximum number of candidates to be invited for the second stage of the procedure : 6
The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.11 Procurement documents

Access to certain procurement documents is restricted

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
Deadline for receipt of requests to participate : 27/08/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, partly without reopening and partly with reopening of competition
Maximum number of participants : 6
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 : The deadlines are in the tender documentation, see the Rules for the competition.
Organisation providing more information on the review procedures : Oslo tingrett

8. Organisations

8.1 ORG-0001

Official name : Politiets fellestjenester
Registration number : 974761157
Department : Politiets fellestjenester
Postal address : Fridtjof Nansens vei 14
Town : OSLO
Postcode : 0369
Country subdivision (NUTS) : Extra-Regio NUTS 3 ( NOZZZ )
Country : Norway
Contact point : Kari Fretheim Pettersen
Telephone : +47 61318000
Internet address : http://www.politiet.no
Roles of this organisation :
Buyer
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) : Extra-Regio NUTS 3 ( NOZZZ )
Country : Norway
Telephone : +47 22035200
Internet address : https://www.domstol.no/
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures

Notice information

Notice identifier/version : 1bcbbe7d-db0b-4496-8d1e-ad7e0b97c137 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 04/07/2025 07:26 +00:00
Notice dispatch date (eSender) : 04/07/2025 07:30 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00440855-2025
OJ S issue number : 127/2025
Publication date : 07/07/2025