Framework agreement for performance management in Havtil.

The objective of the framework agreement is to strengthen Havtil with extra capacity and competence in development work within financial management, performance management, project management and strategy work. The framework agreement includes assistance with development and follow-up of strategy, as well as various projects within finance, business and project management. …

CPV: 79412000 Financial management consultancy services, 72221000 Business analysis consultancy services, 72224000 Project management consultancy services, 73220000 Development consultancy services
Deadline:
Nov. 6, 2025, 11 a.m.
Deadline type:
Submitting a bid
Place of execution:
Framework agreement for performance management in Havtil.
Awarding body:
Havindustritilsynet
Award number:
2025/1516

1. Buyer

1.1 Buyer

Official name : Havindustritilsynet
Legal type of the buyer : Central government authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Framework agreement for performance management in Havtil.
Description : The objective of the framework agreement is to strengthen Havtil with extra capacity and competence in development work within financial management, performance management, project management and strategy work. The framework agreement includes assistance with development and follow-up of strategy, as well as various projects within finance, business and project management. The work shall build on previous development projects where relevant, and give Havtil increased capacity and professional support in the development work. The assistance can also include concrete assignments or work of a more general character connected to processes and products within these disciplines. The procurement is estimated to have a value of NOK 500,000,000. NOK 8,000,000 including VAT during the contract period. The framework agreement has a duration of two years, with an option for an extension for 1 year + 1 year, totalling up to 4 years. The estimated start date is 01.12.2025.
Procedure identifier : f7b3474e-f3dd-49f6-bcb1-0e5f68785071
Internal identifier : 2025/1516
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : Further details on the assignment are in the annex to the notice.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79412000 Financial management consultancy services
Additional classification ( cpv ): 72221000 Business analysis consultancy services
Additional classification ( cpv ): 72224000 Project management consultancy services
Additional classification ( cpv ): 73220000 Development consultancy services

2.1.2 Place of performance

Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 8 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - The procurement is used as Havtil is a government agency.

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
Corruption : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a enforceable verdict has been convicted of corruption by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Corruption as defined in Article 3 of the Convention on Combating Corruption, Involving European Communities or European Union Member States (EUT C 195 of 25.6.1997, s. 1), and in Article 2, point 1, in the Council ́s framework decision 2003/568/RIA of 22 July 2003 on combating corruption in the private sector (EUT L 192 of 31.7.2003, p. 54). This rejection reason also includes corruption as defined in national law for the contracting authority or supplier.
Fraud : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted of fraud has been convicted of fraud by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Fraud included in Article 1 of the Convention on protection of the Financial Interests of the European Communities (EFT C 316 of 27.11.1995, p. 48).
Money laundering or terrorist financing : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of money laundering or financing terrorism by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Money laundering or financing terrorism As defined in Article 1 of the European Parliament and Council Directive 2005/60/EF of 26 October 2005 on preventive measures against the use of the financial system for money laundering and financing terrorism (EUT L 309 of 25.11.2005, p. 15).
Participation in a criminal organisation : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted verdict of participation in a criminal organisation by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Participation in a criminal organisation as defined in Article 2 of the Council ́s framework decision 2008/841/RIA of 24 October 2008 on control of organised crime (EUT L 300 of 11.11.2008, p. 42)
Terrorist offences or offences linked to terrorist activities : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body, or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of acts of terrorism or criminal acts connected to terrorist activities by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Acts of terrorism or criminal acts relating to terrorist activity as defined in Article 1 and 3 of the Council ́s framework decision 2002/475/RIA of 13 June 2002 on combating terrorism (EFT L 164, af 22.6.2002, p. 3). This rejection reason also includes incitement to, participation or attempts to commit such actions as included in Article 4 in the mentioned framework decision.
Child labour and including other forms of trafficking in human beings : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of child labour and other forms of human trafficking by a verdict handed down no more than five years ago, or a rejection period determined directly in the judgement that still applies? Child labour and other forms of human trafficking as defined in Article 2 of the European Parliament and council directive 2011/36/EU of 5. 1 April 2011 on the prevention and control of human trafficking and the protection of its victims and for compensation of the Council ́s framework decision 2002/629/RIA (EUT L 101 of 15.4.2011, p. 1).
Breaching of obligations in the fields of environmental law : Is the tenderer aware of breaches of environmental provisions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Breaching of obligations in the fields of labour law : Is the tenderer aware of breaches of provisions on working conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Breaching of obligations in the fields of social law : Is the tenderer aware of breaches of provisions on social conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Agreements with other economic operators aimed at distorting competition : Has the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition?
Grave professional misconduct : Has the tenderer committed serious errors in professional practice? If relevant, see the definitions in national law, the relevant notice or procurement documents.
Misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Have the tenderer:a) given grossly incorrect information when notifying the information required to verify that there is no basis for rejection, or of the qualification requirements being met,b) failed to provide such information,c) subject to immediately submitting the supporting documents requested by the Contracting Authority, ord) improperly affecting the Contracting Authority's decision process to acquire confidential information that could give this an unlawful advantage in connection with competition, or negligently has given misleading information that can have a significant influence on decisions on rejection, selection or award?
Conflict of interest due to its participation in the procurement procedure : Are tenderers aware of a conflict of interest as stated in national law, the relevant notice or procurement documents?
Direct or indirect involvement in the preparation of this procurement procedure : Has the tenderer or an entity associated with the supplier advised the contracting authority or in another way been involved in the planning of the competition?
Early termination, damages, or other comparable sanctions : Has the tenderer committed significant breaches of contract in connection with the fulfilment of a previous public contract, a previous contract with a public contracting authority or a previous concession contract, where the breach has led to the cancellation of the contract, compensation or other similar sanctions?
Breaching of obligations set under purely national exclusion grounds : The contracting authority shall state that in Norway there are national rejection reasons. These shall be described in the procurement documents. Tenderers must respond to whether they are in one or more of the situations described in the national rejection reasons. Will the purely national rejection reasons, as stated in the relevant notice or in the procurement documents, apply?
Breaching obligation relating to payment of social security contributions : Have tenderers failed to fulfil all their social security obligations in the country where they are established and in their member state, if this is a different country than what he is established in?
Breaching obligation relating to payment of taxes : Has the tenderer not fulfilled his tax and duty obligations in the country in which he is established, and in the contracting authority's member state, if this is a different country than what he is established in?
Business activities are suspended : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Bankruptcy : Is the tenderer in a bankruptcy situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Arrangement with creditors : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Insolvency : Is the tenderer in an insolvency situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Assets being administered by liquidator : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national law : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Framework agreement for performance management in Havtil.
Description : The objective of the framework agreement is to strengthen Havtil with extra capacity and competence in development work within financial management, performance management, project management and strategy work. The framework agreement includes assistance with development and follow-up of strategy, as well as various projects within finance, business and project management. The work shall build on previous development projects where relevant, and give Havtil increased capacity and professional support in the development work. The assistance can also include concrete assignments or work of a more general character connected to processes and products within these disciplines. The procurement is estimated to have a value of NOK 500,000,000. NOK 8,000,000 including VAT during the contract period. The framework agreement has a duration of two years, with an option for an extension for 1 year + 1 year, totalling up to 4 years. The estimated start date is 01.12.2025.
Internal identifier : 2025/1516

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79412000 Financial management consultancy services
Additional classification ( cpv ): 72221000 Business analysis consultancy services
Additional classification ( cpv ): 72224000 Project management consultancy services
Additional classification ( cpv ): 73220000 Development consultancy services
Options :
Description of the options : Option for an extension of 1 year + 1 year.

5.1.2 Place of performance

Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 30/11/2025
Duration end date : 30/11/2027

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : 1 year + 1 year.

5.1.5 Value

Estimated value excluding VAT : 8 000 000 Norwegian krone
Maximum value of the framework agreement : 8 000 000 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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex. Minimum qualification requirements Requirement: The tenderer shall be a legally established company. Documentation requirement: Company Registration Certificate
Criterion : Financial ratio
Description : For financial key figures stated in the notice or in the procurement documents, the tenderer declares that the actual value(s) of the requested key figures are as follows: Minimum qualification requirements Demand: The tenderer must have the financial capacity to carry out the contract. This means good economic and financial position. Documentation requirement: - The accounts from the last two years including the board ́s annual report and the auditor ́s statement. - Credit evaluation/rating based on the last known accounting figures. The rating shall be carried out by an officially certified credit rating institution.
Criterion : Other economic or financial requirements
Description : Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that: Minimum qualification requirements Requirement: Tenderers shall not be tax or VAT payable. Documentation requirement: Tax certificate, not older than six months. Foreign tenderers must provide certificates from authorities equivalent to the Norwegian authorities.
Criterion : Average yearly manpower
Description : The tenderer's average annual workforce in the last three years has been as follows: Minimum qualification requirements Requirement: The tenderer shall have sufficient capacity to handle the assignment. Documentation requirement: Overview of the company ́s relevant manpower.
Criterion : Certificates by independent bodies about quality assurance standards
Description : Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements? Minimum qualification requirements Requirement: A good and well-functioning quality assurance system is required for the service to be provided. Documentation requirement: Description of the tenderer's quality assurance system/management system and/or system certificate issued by an accredited certification body.

5.1.10 Award criteria

Criterion :
Type : Quality
Name : Quality
Description : Competence and experience for the offered consultants will be assessed under this criteria. Particular emphasis will be put on: - Competence and experience with the development and follow-up of the business strategy. - Competence and experience with performance management, financial management and project management. - Competence and experience with management in government entities, including financial management, as well as results and performance management. - Competence and experience with sustainability assessments. - Knowledge of Havtil's organisation and social assignments. - Competence and experience with tools such as Excel and PowerBI Documentation requirement: Tenderers shall enclose relevant documentation for the key personnel offered for the assignment. This includes CVs, references and an overview of previous relevant assignments. A description shall be given of what each consultant can contribute and their role in the implementation. Both senior personnel and consultants with less experience ought to be offered in the different areas. The consultants offered as key personnel must cover the areas listed below quality.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 70
Criterion :
Type : Quality
Name : Solution proposal
Description : Under this criteria: - Understanding of the assignment. - Quality of the proposal. How the tenderer plans to solve assignments and how good quality is ensured in the deliveries. Documentation requirement: Tenderers shall prepare a general description of how professional assistance can be provided within each of the areas discussed in the 'objective of the procurement'. The description shall include tools and methods that the tenderer can offer within these areas and a description of how these can contribute to improvements in Havtil.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 10
Criterion :
Type : Price
Name : Hourly rate
Description : Hourly rate consultant with 1 - 4 years relevant experience
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 40
Criterion :
Type : Price
Name : Hourly rate
Description : Hourly rate consultant with a minimum of 5 years experience
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 60

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 30/10/2025 11:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/266340806.aspx
Ad hoc communication channel :
Name : Mercell KGV

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
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 06/11/2025 11:00 +00:00
Deadline until which the tender must remain valid : 37 Day
Information about public opening :
Opening date : 06/11/2025 11:15 +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, without reopening of competition
Maximum number of participants : 10
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Sør-Rogaland tingrett, rettssted Stavanger
Organisation providing more information on the review procedures : Sør-Rogaland tingrett, rettssted Stavanger

8. Organisations

8.1 ORG-0001

Official name : Havindustritilsynet
Registration number : 986174613
Postal address : Professor Olav Hanssens vei 10
Town : STAVANGER
Postcode : 4003
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Contact point : Havindustritilsynet
Telephone : +47 51873200
Fax : +47 51871526
Internet address : http://www.havtil.no
Buyer profile : http://www.havtil.no/
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Sør-Rogaland tingrett, rettssted Stavanger
Registration number : 926723448
Department : Havindustritilsynet
Postal address : Postboks 599
Town : Stavanger
Postcode : 4003
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Telephone : 52004600
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures

Notice information

Notice identifier/version : 8e9ae0c5-0176-4229-a5ca-475babb4daf7 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 08/10/2025 12:08 +00:00
Notice dispatch date (eSender) : 08/10/2025 12:21 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00664418-2025
OJ S issue number : 194/2025
Publication date : 09/10/2025