P 01-25 Prequalification - From tangle to uniform regulations in the alcohol area.

About the procurement Stimulab project From tangle to a uniform regulations on alcohol should explore how it is possible to find an innovative way to work on regulation development on where the user is put at the centre. The aim is that the administration and the business sector shall have …

CPV: 79415200 Planeerimise nõustamisteenused
Täitmise koht:
P 01-25 Prequalification - From tangle to uniform regulations in the alcohol area.
Auhindade andmise asutus:
Helsedirektoratet
Auhinna number:
2025/2550

1. Buyer

1.1 Buyer

Official name : Helsedirektoratet
Legal type of the buyer : Public undertaking
Activity of the contracting authority : Health

2. Procedure

2.1 Procedure

Title : P 01-25 Prequalification - From tangle to uniform regulations in the alcohol area.
Description : About the procurement Stimulab project From tangle to a uniform regulations on alcohol should explore how it is possible to find an innovative way to work on regulation development on where the user is put at the centre. The aim is that the administration and the business sector shall have a smoother use journey in connection with applications and case handling for the alcohol area. Information/tips for suppliers The stimulants are earmarked for the procurement of competence in the market. For those who are, or would like to become a supplier for Stimulab projects, read more about tips, information and previously asked questions here: https://www.digdir.no/stimulab/leverandorer-til-stimulab/1885For further information on this Stimulabance procurement, see the attached documents in Mercell.
Procedure identifier : 7f7981bc-ccd8-4495-91fe-60630d515dbd
Internal identifier : 2025/2550
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Main features of the procedure : Short summary of the procurementA complete and complex alcohol regulations create challenges for both business and management. In April 2024, the Norwegian Directorate of Health started the review work "The road to a smoother user journey for management and businesses" pointing to a partially old and poorly harmonised regulations as the root reason for many of the challenges in the field. The need for a more comprehensive and user-friendly regulations is great, to reduce bureaucracy and strengthen the quality of the proceedings. The Stimulab project shall explore how it is possible to find an innovative way to work on regulation development where the user is at the centre. The aim is that the administration and the business sector shall have a smoother use journey in connection with applications and case handling for the alcohol area. The alcohol area is regulated by the Alcohol Act, the Serving Act and the Special Tax Regulations and involve several ministries. The rules are little adapted to the current situation, which creates cumbersome processes for both business and management. Lack of harmonisation between regulations leads to a poor user experience for business actors and cumbersome case processing processes. The users of the regulations that regulate the alcohol area will be applicants (businesses and individuals), consultants and lawyers who assist applicants (consultants), and executive officers in municipal and government administration. In order to succeed with the project, it is crucial that the participating entities and owner ministries commit themselves to the entire process and afterwards. It is also important to highlight concrete gains and have a clear plan for further development. Pitfalls include resistance from ownership ministries and the need for sufficient resources over time. The project project name is From tangle to a uniform regulations on alcohol area Responsible business (project owner) The Norwegian Directorate of Health, c/o Department Director Øyvind Giæver, Living Conditions Department. Project ManagerVibeke H. Marthinsen, senior adviser, living conditions targets for the procurement, through this procurement, we would like to gain the right competence to carry out a good Stimulab project. All Stimulab projects shall follow the triple diamond and the tenderer must offer competence in the execution of all the diamonds, even if we do not know what the delivery is at the start of the project. The diagnosis phase will reveal what the delivery will be and how far the implementation will take. Since the project is a part of Stimulab, it shall have an open and experimental approach and it has therefore not been given in advance what the concrete delivery in each project will be. But the projects shall result in an anchored and committed system that is either implemented or shall be implemented, or a platform for further development. This will depend on the project ́s complexity and size and will be uncovered in more detail in the diagnosis phase. Budget: NOK 200,000 excluding 3 100 000 + option for up to NOK 100 000 NOK 3,100,000 excluding VAT. Duration of the agreement The agreement will probably have a duration of up to 12 months. Automatic extension after the end date The contract will be automatically extended by six, 6, months after the end date, unless the Customer notifies the tenderer in writing that it will not be extended. In this period the Customer will assess whether the options shall be used. Option for further extensions of the contractKunden has the right to extend the contract for up to 24 months and set a new end date. The Contracting Authority will notify extensions in writing at least 1 month prior to the end date.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79415200 Design consultancy services

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 6 200 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - Negotiated procedure with a prior information notice.

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 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?

5. Lot

5.1 Lot technical ID : LOT-0000

Title : P 01-25 Prequalification - From tangle to uniform regulations in the alcohol area.
Description : About the procurement Stimulab project From tangle to a uniform regulations on alcohol should explore how it is possible to find an innovative way to work on regulation development on where the user is put at the centre. The aim is that the administration and the business sector shall have a smoother use journey in connection with applications and case handling for the alcohol area. Information/tips for suppliers The stimulants are earmarked for the procurement of competence in the market. For those who are, or would like to become a supplier for Stimulab projects, read more about tips, information and previously asked questions here: https://www.digdir.no/stimulab/leverandorer-til-stimulab/1885For further information on this Stimulabance procurement, see the attached documents in Mercell.
Internal identifier : 2025/2550

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79415200 Design consultancy services

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 24 Month

5.1.5 Value

Estimated value excluding VAT : 6 200 000 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) : no
Information about previous notices :
Identifier of the previous notice : 401210-2025

5.1.7 Strategic procurement

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 Description of the requirement/documentation: Tenderers shall be a legally established company. Norwegian companies shall enclose a company registration certificate. Foreign companies: Verification that the company is registered in a trade register, company register, professional register or a commerce register as prescribed by the law of the country where the tenderer is established.
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 Description of requirements/documentation: Tenderers shall have sufficient financial strength to be able to fulfil the contract. Documentation requirement: The tenderer (i.e. the tenderer) shall enclose a credit rating from a certified credit institution/company. The credit report shall be based on the last known accounting figures. The credit assessment shall include a so-called rating (credit rating, part judgement and historical rating). The credit rating shall not be lower than score A (credit worthy) or equivalent if a different rating is used (assessment of figures). Tenderers with a rating lower than A or equivalent (i.e. not credit worthy or credit worthy with security) will not be considered. Newly established tenderers shall not be worse than AN (creditworthy newly established companies) or equivalent if a different rating is used (number rating).
Criterion : Relevant educational and professional qualifications
Description : The following education and professional qualifications are possessed by the tenderer and/or (depending on the requirements set in the notice or in the procurement documents) of the leading employees: Minimum qualification requirements Description of requirements/documentation: Tenderers shall have professional qualifications to be able to carry out the assignment in a good way, see the competence requirements and competence needs in annex 1, chapter 6. Documentation requirement: Completed CV template. The number of consultants that the tenderer can present in the application is limited to 10. (In phase 2 - the tender competition, the team will be clarified.) If the competence requirements require cooperation between several tenderers/sub-suppliers, it must be organised in advance through a binding contract that ensures the contracting authority only one contract party and one contact point, see point 3.3 in the tender documentation for further information.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 3
Maximum number of candidates to be invited for the second stage of the procedure : 5
The procedure will take place in successive stages. At each stage, some participants may be eliminated
The buyer reserves the right to award the contract on the basis of the initial tenders without any further negotiations

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 08/09/2025 07:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/262764242.aspx

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
Deadline for receipt of requests to participate : 17/09/2025 07:00 +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 :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Oslo tingrett
Information about review deadlines : Waiting period 10 days
Organisation providing additional information about the procurement procedure : Digitaliseringsdirektoratet
Organisation providing offline access to the procurement documents : Digitaliseringsdirektoratet

8. Organisations

8.1 ORG-0001

Official name : Digitaliseringsdirektoratet
Registration number : 991825827
Postal address : Postboks 1382 Vika
Town : Oslo
Postcode : 0114
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Per Erik Skogan
Telephone : +47 22451000
Internet address : http://www.digdir.no
Roles of this organisation :
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
Town : Oslo
Postcode : 0125
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : 22035200
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Helsedirektoratet
Registration number : 983544622
Town : Oslo
Postcode : 0301
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : +4724163000
Roles of this organisation :
Buyer

Notice information

Notice identifier/version : 9b1d26af-5937-44f6-a993-e656344a5dcd - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 12/08/2025 10:13 +00:00
Notice dispatch date (eSender) : 12/08/2025 10:40 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00531662-2025
OJ S issue number : 154/2025
Publication date : 13/08/2025