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 Servicios de investigación y desarrollo y servicios de consultoría conexos, 71240000 Servicios de arquitectura, ingeniería y planificación, 73300000 Diseño y ejecución en materia de investigación y desarrollo, 75100000 Servicios de administración pública, 75110000 Servicios públicos generales, 75200000 Prestación de servicios para la comunidad, 79400000 Servicios de consultoría comercial y de gestión y servicios afines, 79410000 Servicios de consultoría comercial y en gestión
Plazo:
11 de septiembre de 2025 a las 10:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
Knowledge base regional development in Buskerud
Organismo adjudicador:
Anskaffelser i Akershus, Buskerud og Østfold KO
Número de premio:
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
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

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 : 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 : 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-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

Reserved participation : Participation is not reserved.
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

5.1.11 Procurement documents

Deadline for requesting additional information : 03/09/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=66249

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
Deadline for receipt of tenders : 11/09/2025 10:00 +00:00
Deadline until which the tender must remain valid : 79 Day
Information about public opening :
Opening date : 11/09/2025 10:01 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : Not yet known
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes

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

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

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

Notice information

Notice identifier/version : aac4e7ee-bb2a-408d-92d4-dc349219a8e1 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 08/08/2025 13:55 +00:00
Notice dispatch date (eSender) : 08/08/2025 14:02 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00528593-2025
OJ S issue number : 153/2025
Publication date : 12/08/2025