Knowledge base regional development in Buskerud

Buskerud county needs knowledge work and process support, connected to the development and further implementation of the regional plan, the Buskerud Plan. The main assignment consists of preparing a solid and practical knowledge basis on relevant and effective measures to realise the political development goals in regional planning strategy, to …

CPV: 73000000 Research and development services and related consultancy services, 71240000 Architectural, engineering and planning services, 73300000 Design and execution of research and development, 75100000 Administration services, 75110000 General public services, 75200000 Provision of services to the community, 79400000 Business and management consultancy and related services, 79410000 Business and management consultancy services
Place of execution:
Knowledge base regional development in Buskerud
Awarding body:
Anskaffelser i Akershus, Buskerud og Østfold KO
Award number:
2025/10595

1. Buyer

1.1 Buyer

Official name : Anskaffelser i Akershus, Buskerud og Østfold KO
Legal type of the buyer : Body governed by public law, controlled by a regional authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Knowledge base regional development in Buskerud
Description : Buskerud county needs knowledge work and process support, connected to the development and further implementation of the regional plan, the Buskerud Plan. The main assignment consists of preparing a solid and practical knowledge basis on relevant and effective measures to realise the political development goals in regional planning strategy, to account for the prerequisites that the measures are effective and the socio-economic value/excess value of the measures. . The insights shall be translated into practical advice.
Procedure identifier : b5f0da72-2180-4cb6-8562-190392a11e6e
Previous notice : aac4e7ee-bb2a-408d-92d4-dc349219a8e1-01
Internal identifier : 2025/10595
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 73000000 Research and development services and related consultancy services
Additional classification ( cpv ): 71240000 Architectural, engineering and planning services
Additional classification ( cpv ): 73300000 Design and execution of research and development
Additional classification ( cpv ): 75100000 Administration services
Additional classification ( cpv ): 75110000 General public services
Additional classification ( cpv ): 75200000 Provision of services to the community
Additional classification ( cpv ): 79400000 Business and management consultancy and related services
Additional classification ( cpv ): 79410000 Business and management consultancy services

2.1.2 Place of performance

Country subdivision (NUTS) : Buskerud ( NO085 )
Country : Norway

2.1.4 General information

Additional information : The agreement only includes consultancy and analysis services and the service is immaterial in nature. climate footprint and environmental impact, as the main service is the consultant ́s work efforts that result in digital reports/documents. In order to map the climate footprint and other forms of environmental impact from the nature of consultancy services, Anska ko anticipates that a consultant ́s climate footprint and environmental impact will be equal to the load from an average permanent employee. This will be the employee ́s need for office space and equipment, the energy consumption in the building, travel activities for work, and waste generation that contributes to the employee ́s climate footprint and environmental impact. Anska ko, on the other hand, considers that none of the above elements fall within the nature of the procurement, which is a consultancy service. The elements that are related to the species, i.e. the assistance provided and the digital report to be produced, lead to an immaterial climate footprint and an immaterial environmental impact. Based on their assessment, Anska ko will use the exclusion provision in the procurement regulations § 7-9 fifth paragraph, as the procurement is justified by nature to have a climate footprint and an environmental impact that is immaterial. Anska KO is therefore exempt from the obligations to weight the environment 30 % or to prioritise the environment among the three highest prioritised award criteria.
Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Knowledge base regional development in Buskerud
Description : Buskerud county needs knowledge work and process support, connected to the development and further implementation of the regional plan, the Buskerud Plan. The main assignment consists of preparing a solid and practical knowledge basis on relevant and effective measures to realise the political development goals in regional planning strategy, to account for the prerequisites that the measures are effective and the socio-economic value/excess value of the measures. . The insights shall be translated into practical advice.
Internal identifier : 2025/10595

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 73000000 Research and development services and related consultancy services
Additional classification ( cpv ): 71240000 Architectural, engineering and planning services
Additional classification ( cpv ): 73300000 Design and execution of research and development
Additional classification ( cpv ): 75100000 Administration services
Additional classification ( cpv ): 75110000 General public services
Additional classification ( cpv ): 75200000 Provision of services to the community
Additional classification ( cpv ): 79400000 Business and management consultancy and related services
Additional classification ( cpv ): 79410000 Business and management consultancy services

5.1.2 Place of performance

Country subdivision (NUTS) : Buskerud ( NO085 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 15/10/2025
Duration end date : 31/10/2028

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no
Additional information : The agreement only includes consultancy and analysis services and the service is immaterial in nature. climate footprint and environmental impact, as the main service is the consultant ́s work efforts that result in digital reports/documents. In order to map the climate footprint and other forms of environmental impact from the nature of consultancy services, Anska ko anticipates that a consultant ́s climate footprint and environmental impact will be equal to the load from an average permanent employee. This will be the employee ́s need for office space and equipment, the energy consumption in the building, travel activities for work, and waste generation that contributes to the employee ́s climate footprint and environmental impact. Anska ko, on the other hand, considers that none of the above elements fall within the nature of the procurement, which is a consultancy service. The elements that are related to the species, i.e. the assistance provided and the digital report to be produced, lead to an immaterial climate footprint and an immaterial environmental impact. Based on their assessment, Anska ko will use the exclusion provision in the procurement regulations § 7-9 fifth paragraph, as the procurement is justified by nature to have a climate footprint and an environmental impact that is immaterial. Anska KO is therefore exempt from the obligations to weight the environment 30 % or to prioritise the environment among the three highest prioritised award criteria.

5.1.7 Strategic procurement

5.1.10 Award criteria

Criterion :
Type : Quality
Name : Assignment comprehension
Description : Tenderers shall demonstrate their assignment comprehension and quality of the delivery by describing how the assignment is solved with both professional approaches and methods, and a practical plan for the execution. The solution description shall answer the needs and assignment descriptions that are in annex 1. A. The plan shall, as a minimum, include a description of how the main assignment shall be carried out, including: 1. The tenderer ́s understanding and concretisation of the assignment. The description can include theoretical and/or professional approach, concrete problems that structure the work on the knowledge basis, what will be emphasised in the dissemination of knowledge, and what will be emphasised in the dialogue with the work groups that shall prepare proposals for the measures for the Buskerud plan. Descriptions that show professional insight into the three political development goals are assessed positively. The three political development goals are; 1. Buskerud is an inclusive community where all participate and actively contribute 2. Buskerud succeeds in restructuring and value creation 3. Buskerud manages its natural and cultural values in a generation perspective 2. Which data basis, methods, processes, surveys and models shall be used, including reasons for methodic approach. 3. How the factual basis and mapping are quality assured. 4. Particular challenges shall be pointed out. B. Progress plan that states: • time for milestones and resource use in hours distributed per offered consultant per activity. • A description of the practical implementation of the assignment, including meeting points between the tenderer and the contracting authority. Emphasis will be put on the tender giving the contracting authority good security for the quality of the knowledge basis.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Quality
Name : The offered competence
Description : Tenderers shall state which consultants are offered to carry out the assignment. The person ́s competence and experience in the requested area and with similar assignments with a reasoned transferable value will be evaluated. Tenderers shall, for the key persons offered to carry out the assignment, fill in the annex "template for filling in the offered competence". Key persons are defined as persons who shall plan, carry out and quality assure the reports in the assignment. Responses shall only be given for the consultants who shall actually work in the assignment and then only their competence/experience relationship that is relevant for this assignment: •Competence* • Experience conditions including reference projects. • Extracts of CVs * Attention is defined in point 4.3.1 competence requirements in annex 4. It is the tenderer ́s responsibility to ensure that relevance is in the completed form. If the tenderer is planning to join up with sub-suppliers, it should be stated which company(s) these are, what resources will be provided and what the sub-contractor ́s resources shall contribute to the assignment. A signed commitment statement shall be submitted from the relevant sub-suppliers so that competence from the relevant sub-suppliers can be evaluated. Emphasis will be put on the tenderer: • offer resources that, together, have strong and relevant professional competence for topics that fall under the three political development goals. • offer resources with strong methodical competence and who, in total, have competence in systematic knowledge summaries, assessment of research quality, socio-economic appraisals, gap analyses etc. • offer relevant process management competence on both the main assignment and the options • have experience with dissemination of knowledge, preferably in untraditional ways.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Price
Name : Price
Description : Price in the form of completed annex 5, cf. the tender documentation chapter 1.14.2,
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Buskerud tingrett
Organisation providing more information on the review procedures : Anskaffelser i Akershus, Buskerud og Østfold KO
Organisation signing the contract : Anskaffelser i Akershus, Buskerud og Østfold KO

6. Results

Value of all contracts awarded in this notice : 4 000 000 Norwegian krone

6.1 Result lot ldentifier : LOT-0000

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : Agenda Kaupang AS
Tender :
Tender identifier : Buskerud fk_Kunnskapsgrunnlag regional utvikling_AK
Identifier of lot or group of lots : LOT-0000
Value of the tender : 2 103 750 Norwegian krone
Subcontracting : Yes
Subcontracting value is known : no
Subcontracting percentage is known : no
Contract information :
Identifier of the contract : -
Title : Tender offers for the knowledge basis for regional development in Buskerud-Agenda Kaupang AS
Date on which the winner was chosen : 30/09/2025
Date of the conclusion of the contract : 13/10/2025
Organisation signing the contract : Anskaffelser i Akershus, Buskerud og Østfold KO

6.1.3 Non-winning tenderers :

Tenderer :
Official name : Norconsult Norge AS
Tenderer :
Official name : Menon Economics

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 3

8. Organisations

8.1 ORG-0001

Official name : Anskaffelser i Akershus, Buskerud og Østfold KO
Registration number : 932593688
Department : Anskaffelser
Postal address : Hauges gate 89
Town : Drammen
Postcode : 3019
Country subdivision (NUTS) : Extra-Regio NUTS 3 ( NOZZZ )
Country : Norway
Contact point : Oddveig Marie Åsegg
Telephone : +47
Roles of this organisation :
Buyer
Organisation providing more information on the review procedures
Organisation signing the contract

8.1 ORG-0002

Official name : Buskerud tingrett
Registration number : 826 726 342
Postal address : Postboks 1066 Bragernes
Town : Drammen
Postcode : 3001
Country subdivision (NUTS) : Extra-Regio NUTS 3 ( NOZZZ )
Country : Norway
Telephone : 32 21 16 00
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Norconsult Norge AS
Size of the economic operator : Large
Registration number : 962392687
Department : Salg
Postal address : Vestfjord gt 4
Town : Sandvika
Postcode : 1338
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Synne Dækko Næss
Telephone : 6757100
Roles of this organisation :
Tenderer

8.1 ORG-0004

Official name : Menon Economics
Size of the economic operator : Small
Registration number : 977213193
Department : Salg
Postal address : Sørkedalsveien 10B
Town : Oslo
Postcode : 0369
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Hebe Brunvand
Telephone : (+47) 909 90 102
Roles of this organisation :
Tenderer

8.1 ORG-0005

Official name : Agenda Kaupang AS
Size of the economic operator : Small
Registration number : 968938525
Department : Adm
Postal address : Hoffsveien 1C
Town : Oslo
Postcode : 0275
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : M B
Telephone : +47 67575700
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0000

Notice information

Notice identifier/version : 8bb0d557-62cd-4998-ad21-0bdefbfec5f2 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 14/10/2025 06:42 +00:00
Notice dispatch date (eSender) : 14/10/2025 06:54 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00676083-2025
OJ S issue number : 198/2025
Publication date : 15/10/2025