Framework agreement for strategic consultancy, subject material, research and analysis services within ICT/digitalisation.

The objective of the procurement is to enter into a framework agreement from a supplier-independent collaboration partner for access to strategic consultancy, trade material, research and analysis services within the ICT/digitalisation area, e.g. strategy, sourcing, management, portfolio management, enterprise architecture, organisation, application modernisation and cost optimisation. The contract shall i.a. …

CPV: 71600000 Technical testing, analysis and consultancy services, 71620000 Analysis services, 71621000 Technical analysis or consultancy services, 72000000 IT services: consulting, software development, Internet and support, 72100000 Hardware consultancy services, 72110000 Hardware selection consultancy services, 72220000 Systems and technical consultancy services, 72221000 Business analysis consultancy services, 72222000 Information systems or technology strategic review and planning services, 73000000 Research and development services and related consultancy services, 79411100 Business development consultancy services
Deadline:
Aug. 20, 2025, 7 a.m.
Deadline type:
Submitting a bid
Place of execution:
Framework agreement for strategic consultancy, subject material, research and analysis services within ICT/digitalisation.
Awarding body:
Utenriksdepartementet
Award number:
25/11980

1. Buyer

1.1 Buyer

Official name : Utenriksdepartementet
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 strategic consultancy, subject material, research and analysis services within ICT/digitalisation.
Description : The objective of the procurement is to enter into a framework agreement from a supplier-independent collaboration partner for access to strategic consultancy, trade material, research and analysis services within the ICT/digitalisation area, e.g. strategy, sourcing, management, portfolio management, enterprise architecture, organisation, application modernisation and cost optimisation. The contract shall i.a. include member based services and independent and objective analyses of technology in addition to a patented research process. The knowledge shall be made available through access to specialist and industry experts both nationally and internationally, as well as access to analysts/consultants, publications, seminars and conferences. The contract shall also include a web portal that includes research and market analyses on the ICT/digitalisation area. A framework agreement shall be signed with one tenderer for the assignment. The framework agreement will be valid for 2 years, with an option for an extension on verbatim terms for 1+1 year, so that the total length will be four years. The estimated annual value of the procurement is from NOK 3,500,000 excluding VAT to NOK 6,000,000 excluding VAT. The maximum value of the contract is NOK 30,000,000 excluding VAT. The agreement is not exclusive. The customers have a right, but no obligation, to award contracts for this framework agreement. The customers will not be bound to procure a specific volume during the framework agreement period. See annex 1 of the contract for further details on the delivery.
Procedure identifier : 277bf6b7-0b75-4a40-b4d6-f8155c7e733f
Internal identifier : 25/11980
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : The procurement will be made in accordance with the Act from 17 June 2016 no. 73 on public procurements (the Procurement Act) and regulations 12 August 2016 no. 974 on public procurements (the procurement regulations), part I and part III after the procurement procedure open tender contest, c.f. the procurement regulations § 13-1(1). The procurement is published in Doffin and TED. Negotiations are not allowed in this competition. Tenders cannot, therefore, be changed after the tender deadline has expired. The contracting authority therefore encourages tenderers to submit tenders in accordance with the requirements stated in this tender documentation with annexes and possibly ask questions about uncertainties in the tender documentation.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72222000 Information systems or technology strategic review and planning services
Additional classification ( cpv ): 71600000 Technical testing, analysis and consultancy services
Additional classification ( cpv ): 71620000 Analysis services
Additional classification ( cpv ): 71621000 Technical analysis or consultancy services
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72100000 Hardware consultancy services
Additional classification ( cpv ): 72110000 Hardware selection consultancy services
Additional classification ( cpv ): 72220000 Systems and technical consultancy services
Additional classification ( cpv ): 72221000 Business analysis consultancy services
Additional classification ( cpv ): 73000000 Research and development services and related consultancy services
Additional classification ( cpv ): 79411100 Business development consultancy services

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 30 000 000 Norwegian krone
Maximum value of the framework agreement : 30 000 000 Norwegian krone

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? 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 following rejection reasons in the procurement regulations § 24-2 are purely national rejection reasons: - § 24-2 (2). This provision states that the contracting authority shall reject a tenderer when the contracting authority is aware that the tenderer has been legally convicted or has accepted a wrought for the stated punishable conditions. The requirement that the contracting authority shall reject tenderers who have accepted a wreap for the stated punishable conditions is a distinctively Norwegian requirement. - § 24-2 (3) letter in. The rejection reason in the ESPD form only concerns serious errors in professional practice, whilst the Norwegian rejection reason also includes other serious errors that can lead to doubt about the tenderer's professional integrity.
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 strategic consultancy, subject material, research and analysis services within ICT/digitalisation.
Description : The objective of the procurement is to enter into a framework agreement from a supplier-independent collaboration partner for access to strategic consultancy, trade material, research and analysis services within the ICT/digitalisation area, e.g. strategy, sourcing, management, portfolio management, enterprise architecture, organisation, application modernisation and cost optimisation. The contract shall i.a. include member based services and independent and objective analyses of technology in addition to a patented research process. The knowledge shall be made available through access to specialist and industry experts both nationally and internationally, as well as access to analysts/consultants, publications, seminars and conferences. The contract shall also include a web portal that includes research and market analyses on the ICT/digitalisation area. A framework agreement shall be signed with one tenderer for the assignment. The framework agreement will be valid for 2 years, with an option for an extension on verbatim terms for 1+1 year, so that the total length will be four years. The estimated annual value of the procurement is from NOK 3,500,000 excluding VAT to NOK 6,000,000 excluding VAT. The maximum value of the contract is NOK 30,000,000 excluding VAT. The agreement is not exclusive. The customers have a right, but no obligation, to award contracts for this framework agreement. The customers will not be bound to procure a specific volume during the framework agreement period. See annex 1 of the contract for further details on the delivery.
Internal identifier : 25/11980

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72222000 Information systems or technology strategic review and planning services
Additional classification ( cpv ): 71600000 Technical testing, analysis and consultancy services
Additional classification ( cpv ): 71620000 Analysis services
Additional classification ( cpv ): 71621000 Technical analysis or consultancy services
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72100000 Hardware consultancy services
Additional classification ( cpv ): 72110000 Hardware selection consultancy services
Additional classification ( cpv ): 72220000 Systems and technical consultancy services
Additional classification ( cpv ): 72221000 Business analysis consultancy services
Additional classification ( cpv ): 73000000 Research and development services and related consultancy services
Additional classification ( cpv ): 79411100 Business development consultancy services
Options :
Description of the options : The following entities have an option to join the framework agreement: • Norec (Home - Norec) • Norad (Norad | Norad.no) • The Directorate for Export Control and Sanctions (DEKSA)

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 4 Year

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : The framework agreement will be valid for 2 years, with an option for an extension on verbatim terms for 1+1 year, so that the total length will be four years.

5.1.5 Value

Estimated value excluding VAT : 30 000 000 Norwegian krone
Maximum value of the framework agreement : 30 000 000 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 : Enrolment in a trade register
Description : The tenderer shall be a legally established company. Norwegian companies: Company Registration Certificate or printout from the Register of Business Units for non-registration obliged individual companies. Foreign companies: Confirmation that the company is registered in a trade or business register as prescribed by the law of the country where the company is established. The confirmation can be delivered in writing or with reference to BRIS.
Criterion : Other economic or financial requirements
Description : Tenderers shall have sufficient economic and financial capacity to fulfil a contract of an equivalent nature and scope, where, among other things, being creditworthy without any requirement for collateral will be adequate. A credit rating with key figures from a certified credit rating company or other form of documentation to demonstrate that the requirement has been met. The credit rating shall include the credit rating degree (rating) of the tenderer - typically indicated by a rating code or brief text. The assessment shall include, or be attached, an explanation on the rating code/scale of possible rating codes. The assessment should be based on the last annual accounts.
Criterion : References on specified services
Description : Tenderers shall have sufficient ability and experience to fulfil a contract of an equivalent nature and scope. Relevant assignments mean the delivery of strategic consultancy, research and analysis services within ICT/digitalisation. A description of up to three of the tenderer's most relevant assignments/contracts in the last three years. Tenderers are themselves responsible for ensuring that the description is of such a nature that it documents that the requirement is met.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Points will be awarded under this award criteria after a comparison of the tenders ́ total price.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Quality
Description : Points will be awarded under this award criteria after a comparison of the tenders ́ fulfilment of the requirement specifications.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 70

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 13/08/2025 12:00 +00:00

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 20/08/2025 07:00 +00:00
Deadline until which the tender must remain valid : 4 Month
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 : 1
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Mediation organisation : Oslo tingrett
Review organisation : Utenriksdepartementet
Information about review deadlines : In accordance with the relevant legislation
Organisation providing additional information about the procurement procedure : Utenriksdepartementet
Organisation providing offline access to the procurement documents : Utenriksdepartementet
Organisation providing more information on the review procedures : Oslo tingrett

8. Organisations

8.1 ORG-0001

Official name : Utenriksdepartementet
Registration number : 972417920
Postal address : Postboks 8114 Dep.
Town : Oslo
Postcode : 0032
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Trine Liljan
Telephone : +47 22249090
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents

8.1 ORG-0002

Official name : Oslo tingrett
Registration number : 926725939
Postal address : Postboks 2106 Vika
Town : Oslo
Postcode : 0125
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : +47 22035200
Roles of this organisation :
Organisation providing more information on the review procedures
Mediation organisation

8.1 ORG-0003

Official name : Utenriksdepartementet
Registration number : 972417920
Postal address : Postboks 8114 Dep
Town : Oslo
Postcode : 0032
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : +47 23950000
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : dba1b009-ef5e-45fe-90cf-62671effd9b7 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 26/06/2025 12:24 +00:00
Notice dispatch date (eSender) : 27/06/2025 11:30 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00420991-2025
OJ S issue number : 122/2025
Publication date : 30/06/2025