Dynamic purchasing system for consultancy services within finance, administration and sustainability - K25-17

This dynamic procurement system shall cover assistance, assignments, consultancy, project management and consultancy hire within finance, administration and sustainability. See further information on the purpose of the dynamic purchasing system in the tender documentation. Kolumbus will, in the first stage, qualify tenderers, and then invite qualified tenderers to submit tenders …

CPV: 79000000 Business services: law, marketing, consulting, recruitment, printing and security, 79200000 Accounting, auditing and fiscal services, 79300000 Market and economic research; polling and statistics, 79400000 Business and management consultancy and related services, 79420000 Management-related services, 79421000 Project-management services other than for construction work, 90700000 Environmental services, 90710000 Environmental management, 90711000 Environmental impact assessment other than for construction, 90713000 Environmental issues consultancy services
Place of execution:
Dynamic purchasing system for consultancy services within finance, administration and sustainability - K25-17
Awarding body:
Kolumbus AS
Award number:
2025/299

1. Buyer

1.1 Buyer

Official name : Kolumbus AS
Legal type of the buyer : Public undertaking, controlled by a regional authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Bysykkelen AS
Legal type of the buyer : Public undertaking, controlled by a regional authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Dynamic purchasing system for consultancy services within finance, administration and sustainability - K25-17
Description : This dynamic procurement system shall cover assistance, assignments, consultancy, project management and consultancy hire within finance, administration and sustainability. See further information on the purpose of the dynamic purchasing system in the tender documentation. Kolumbus will, in the first stage, qualify tenderers, and then invite qualified tenderers to submit tenders in the individual competition under the scheme when the need for assistance occurs.
Procedure identifier : d19a2e3e-f4e1-458a-8626-3ddd4acbf642
Internal identifier : 2025/299
Type of procedure : Restricted
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : This procurement will be carried out in accordance with the Act from 17 June 2016 no. 73 on public procurements (LOA) and the regulation 12 August 2016 no. 974 on public procurements (FOA). The procurement will be carried out as a restricted tender contest in accordance with PPR parts I and III. This procedure gives all interested suppliers the possibility to deliver a request for participation in the dynamic purchasing system. Only tenderers who are then invited by the contracting authority can submit tenders for each competition.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79000000 Business services: law, marketing, consulting, recruitment, printing and security
Additional classification ( cpv ): 79200000 Accounting, auditing and fiscal services
Additional classification ( cpv ): 79300000 Market and economic research; polling and statistics
Additional classification ( cpv ): 79400000 Business and management consultancy and related services
Additional classification ( cpv ): 79420000 Management-related services
Additional classification ( cpv ): 79421000 Project-management services other than for construction work
Additional classification ( cpv ): 90700000 Environmental services
Additional classification ( cpv ): 90710000 Environmental management
Additional classification ( cpv ): 90711000 Environmental impact assessment other than for construction
Additional classification ( cpv ): 90713000 Environmental issues consultancy services

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
Corruption : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a enforceable verdict has been convicted of corruption by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Corruption as defined in Article 3 of the Convention on Combating Corruption, Involving European Communities or European Union Member States (EUT C 195 of 25.6.1997, s. 1), and in Article 2, point 1, in the Council ́s framework decision 2003/568/RIA of 22 July 2003 on combating corruption in the private sector (EUT L 192 of 31.7.2003, p. 54). This rejection reason also includes corruption as defined in national law for the contracting authority or supplier.
Fraud : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted of fraud has been convicted of fraud by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies?
Money laundering or terrorist financing : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of money laundering or financing terrorism by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies?
Participation in a criminal organisation : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted verdict of participation in a criminal organisation by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Participation in a criminal organisation as defined in Article 2 of the Council ́s framework decision 2008/841/RIA of 24 October 2008 on control of organised crime (EUT L 300 of 11.11.2008, p. 42)
Terrorist offences or offences linked to terrorist activities : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body, or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of acts of terrorism or criminal acts connected to terrorist activities by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Acts of terrorism or criminal acts relating to terrorist activity as defined in Article 1 and 3 of the Council ́s framework decision 2002/475/RIA of 13 June 2002 on combating terrorism (EFT L 164, af 22.6.2002, p. 3). This rejection reason also includes incitement to, participation or attempts to commit such actions as included in Article 4 in the mentioned framework decision.
Child labour and including other forms of trafficking in human beings : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of child labour and other forms of human trafficking by a verdict handed down no more than five years ago, or a rejection period determined directly in the judgement that still applies? Child labour and other forms of human trafficking as defined in Article 2 of the European Parliament and council directive 2011/36/EU of 5. 1 April 2011 on the prevention and control of human trafficking and the protection of its victims and for compensation of the Council ́s framework decision 2002/629/RIA (EUT L 101 of 15.4.2011, p. 1).
Breaching of obligations in the fields of environmental law : Is the tenderer aware of breaches of environmental provisions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Breaching of obligations in the fields of labour law : Is the tenderer aware of breaches of provisions on working conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Breaching of obligations in the fields of social law : Is the tenderer aware of breaches of provisions on social conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Agreements with other economic operators aimed at distorting competition : Has the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition?
Grave professional misconduct : Has the tenderer committed serious errors in professional practice? If relevant, see the definitions in national law, the relevant notice or procurement documents.
Misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Has the tenderer: a) given grossly incorrect information with the notification of the information required to verify that there is no basis for rejection, or of the qualification requirements being fulfilled, b) failed to provide such information, c) made reservations immediately to present the supporting documents requested by the contracting authority, or d) improperly affected the contracting authority ́s decision process to acquire confidential information that could give this an unlawful advantage in connection with competition, or negligently has given misleading information that can have a significant influence on decisions on rejection, selection or award?
Conflict of interest due to its participation in the procurement procedure : Is the tenderer aware of a conflict of interest as stated in national law, the relevant notice or procurement documents?
Direct or indirect involvement in the preparation of this procurement procedure : Has the tenderer or an entity associated with the supplier advised the contracting authority or in another way been involved in the planning of the competition?
Early termination, damages, or other comparable sanctions : Has the tenderer committed significant breaches of contract in connection with the fulfilment of a previous public contract, a previous contract with a public contracting authority or a previous concession contract, where the breach has led to the cancellation of the contract, compensation or other similar sanctions?
Breaching obligation relating to payment of social security contributions : Have tenderers failed to fulfil all their social security obligations in the country where they are established and in their member state, if this is a different country than what he is established in?
Breaching obligation relating to payment of taxes : Has the tenderer not fulfilled all of his tax and duty obligations in both the country where he is established and in the contracting authority's member state, if this is a different country than what he is established in?
Business activities are suspended : Has the tenderer's business conduct been stopped?
Bankruptcy : Is the tenderer in a bankruptcy situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
Arrangement with creditors : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
Insolvency : Is the tenderer in an insolvency situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
Assets being administered by liquidator : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national law : Is the tenderer in a similar situation in accordance with an equivalent procedure set in the national law? See the national law, the relevant notice or procurement documents.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Dynamic purchasing system for consultancy services within finance, administration and sustainability - K25-17
Description : This dynamic procurement system shall cover assistance, assignments, consultancy, project management and consultancy hire within finance, administration and sustainability. See further information on the purpose of the dynamic purchasing system in the tender documentation. Kolumbus will, in the first stage, qualify tenderers, and then invite qualified tenderers to submit tenders in the individual competition under the scheme when the need for assistance occurs.
Internal identifier : 2025/299

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79000000 Business services: law, marketing, consulting, recruitment, printing and security
Additional classification ( cpv ): 79200000 Accounting, auditing and fiscal services
Additional classification ( cpv ): 79300000 Market and economic research; polling and statistics
Additional classification ( cpv ): 79400000 Business and management consultancy and related services
Additional classification ( cpv ): 79420000 Management-related services
Additional classification ( cpv ): 79421000 Project-management services other than for construction work
Additional classification ( cpv ): 90700000 Environmental services
Additional classification ( cpv ): 90710000 Environmental management
Additional classification ( cpv ): 90711000 Environmental impact assessment other than for construction
Additional classification ( cpv ): 90713000 Environmental issues consultancy services

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 19/06/2025
Duration end date : 01/08/2035

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : Qualification requirement: Tenderers shall have their tax, payroll tax and VAT payments in order. Documentation requirement: Tax certificate not older than six months calculated from the tender deadline. With tax certificate means: Norwegian tenderers: • Tax and VAT certificate issued by the tax office via Altinn. Foreign tenderers: • Foreign tenderers must submit equivalent certificates from their own country as shows that they have their tax and duty payments in order. If the authorities in the relevant country does not issue such certificates, the tenderer shall submit a statement which states that all taxes and duties have been paid. The declaration shall be approved and signed by the tenderer's Financial Director/ person responsible for Finance.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Order of importance : 1
Criterion : Enrolment in a trade register
Description : Qualification requirement: The tenderer shall be a legally established company. Documentation requirement: Norwegian tenderers: •Registration. Norwegian tenderers will obtain company registration certificates from Brønnøysund Register Centre. The Norwegian tenderers shall therefore not deliver Registration. Foreign tenderers: • Confirmation that the tenderer is registered in a trade register or company register in accordance with the law in the country where the tenderer is established.
Criterion : References on specified deliveries
Description : Qualification requirement: Tenderers shall have experience from relevant and comparable deliveries. Relevant and comparable deliveries means deliveries of consultancy and assistance within finance, administration or sustainability for public contracting authorities. Documentation requirement: A description of the tenderer's three most relevant and comparable assignments to public contracting authorities in the last 3 years. Tenderers shall document fulfilment by filling in the attached template for reference descriptions 'Annex 4 - Reference Form'. The descriptions shall as a minimum contain: • Name of the contracting authority. • A short description of the delivery, including responsibility and work assignments. • Date of execution • Scope of the delivery in financial value or number of hours for the tenderer
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 1
Maximum number of candidates to be invited for the second stage of the procedure : 999
The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.11 Procurement documents

Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=63256

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Deadline for receipt of requests to participate : 01/08/2035 21:59 +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 :
No framework agreement
Information about the dynamic purchasing system :
Dynamic purchasing system, only usable by buyers listed in this notice

5.1.16 Further information, mediation and review

Mediation organisation : Sør-Rogaland tingrett -
Review organisation : Sør-Rogaland tingrett -
Information about review deadlines : The deadline for requesting a provisional injunction against the Contracting Authority's decision to reject a request to participate in the competition or not to select a tenderer is 15 days calculated from the day after the Contracting Authority sends out notification of § 24-10 third paragraph or § 16-12 fourth paragraph.
Organisation providing additional information about the procurement procedure : Kolumbus AS -
Organisation providing more information on the review procedures : Sør-Rogaland tingrett -

8. Organisations

8.1 ORG-0001

Official name : Kolumbus AS
Registration number : 914749360
Department : Kolumbus AS
Postal address : Jernbaneveien 9
Town : Stavanger
Postcode : 4005
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Contact point : Svein Arild Skjæveland
Telephone : +4751925200
Internet address : https://kolumbus.no
Roles of this organisation :
Buyer
Group leader
Organisation providing additional information about the procurement procedure

8.1 ORG-0002

Official name : Sør-Rogaland tingrett
Registration number : 926 723 448
Postal address : Postboks 159
Town : Stavanger
Postcode : 4001
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Telephone : 52 00 46 00
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures
Mediation organisation

8.1 ORG-0003

Official name : Bysykkelen AS
Registration number : 914000475
Postal address : Jernbaneveien 9
Town : Stavanger
Postcode : 4005
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Contact point : Randi Markvardsen
Telephone : 51199900
Internet address : http://www.bysykkelen.no/
Roles of this organisation :
Buyer
Notice information
Notice identifier/version : 5d86708c-c209-4e69-bf73-cf6f0a9f2c16 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 19/06/2025 11:47 +00:00
Notice dispatch date (eSender) : 19/06/2025 11:47 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00399172-2025
OJ S issue number : 117/2025
Publication date : 20/06/2025