Procurement of consultancy - strategic foresight

Norec is procuring consultancy services for strategic foresight. This involves engaging experts to support Norec in building capabilities for strategic foresight, which includes horizon scanning to identify weak signals and potential drivers of change. The procurement aims to inform organizational strategies, support portfolio management, and conduct independent evaluations of Norwegian …

CPV: 73000000 Tutkimus- ja kehityspalvelut ja niihin liittyvät konsulttipalvelut
Teloituspaikka:
Procurement of consultancy - strategic foresight
Myöntävä elin:
Norec
Myöntämisnumero:
25/00211

1. Buyer

1.1 Buyer

Official name : Norec
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Procurement of consultancy - strategic foresight
Description : Norec is procuring consultancy services for strategic foresight. This involves engaging experts to support Norec in building capabilities for strategic foresight, which includes horizon scanning to identify weak signals and potential drivers of change. The procurement aims to inform organizational strategies, support portfolio management, and conduct independent evaluations of Norwegian development cooperation
Procedure identifier : 4b1b06b8-185f-4891-bb46-472b040fc219
Internal identifier : 25/00211
Type of procedure : Restricted
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The procurement is carried out in accordance with the Public Procurement Act of June 17, 2016 (LOA) and the Public Procurement Regulations (FOA) FOR 2016-08-12-974, Part I and Part III. The contract award will be made following the restricted tender procedure pursuant to FOA § 13-1(1). This competition begins with a qualification phase. Only those bidders who meet the qualification requirements and have been invited will be allowed to submit bids. The contracting authority plans to invite five suppliers to submit bids. If more than five qualified suppliers submit a request to participate in the competition, the contracting authority will select among these suppliers based on the selection criteria in section 4. In the competition conducted after the qualification round is over, negotiations are not allowed. Consequently, it is not possible to change the bid after the bid deadline. Furthermore, it is noted that bids containing significant deviations from the procurement documents shall be rejected pursuant to the Public Procurement Regulations § 24-8(1) b. The contracting authority may reject bids containing deviations from the procurement documents, ambiguities, or similar that cannot be considered insignificant, cf. the regulations § 24-8(2) a. The supplier is therefore strongly encouraged to follow the instructions given in this tender document with attachments and to ask questions about any ambiguities via the contracting authority's KGV. The bid must be prepared according to the guidelines given in this tender document with attachments and submitted electronically using the contracting authority's KGV.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 73000000 Research and development services and related consultancy services

2.1.2 Place of performance

Anywhere

2.1.3 Value

Estimated value excluding VAT : 1 900 000 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 : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for corruption, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 3 of the Convention on the fight against corruption involving officials of the European Communities or officials of Member States of the European Union, OJ C 195, 25.6.1997, p. 1, and in Article 2(1) of Council Framework Decision 2003/568/JHA of 22 July 2003 on combating corruption in the private sector (OJ L 192, 31.7.2003, p. 54). This exclusion ground also includes corruption as defined in the national law of the contracting authority (contracting entity) or the economic operator
Fraud : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for fraud, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? Within the meaning of Article 1 of the Convention on the protection of the European Communities' financial interests (OJ C 316, 27.11.1995, p. 48).
Money laundering or terrorist financing : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for money laundering or terrorist financing, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 1 of Directive 2005/60/EC of the European Parliament and of the Council of 26 October 2005 on the prevention of the use of the financial system for the purpose of money laundering and terrorist financing (OJ L 309, 25.11.2005, p. 15).
Participation in a criminal organisation : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for participation in a criminal organisation, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 2 of Council Framework Decision 2008/841/JHA of 24 October 2008 on the fight against organised crime (OJ L 300, 11.11.2008, p. 42).
Terrorist offences or offences linked to terrorist activities : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for terrorist offences or offences linked to terrorist activities, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Articles 1 and 3 of Council Framework Decision of 13 June 2002 on combating terrorism (OJ L 164, 22.6.2002, p. 3). This exclusion ground also includes inciting or aiding or abetting or attempting to commit an offence, as referred to in Article 4 of that Framework Decision.
Child labour and including other forms of trafficking in human beings : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for child labour and other forms of trafficking in human beings, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 2 of Directive 2011/36/EU of the European Parliament and of the Council of 5 April 2011 on preventing and combating trafficking in human beings and protecting its victims, and replacing Council Framework Decision 2002/629/JHA (OJ L 101, 15.4.2011, p. 1).
Breaching of obligations in the fields of labour law : Has the economic operator, to its knowledge, breached its obligations in the field of labour law? As referred to for the purposes of this procurement in national law, in the relevant notice or the procurement documents or in Article 18(2) of Directive 2014/24/EU.
Breaching of obligations in the fields of social law : Has the economic operator, to its knowledge, breached its obligations in the field of social law? As referred to for the purposes of this procurement in national law, in the relevant notice or the procurement documents or in Article 18(2) of Directive 2014/24/EU.
Agreements with other economic operators aimed at distorting competition : Has the economic operator entered into agreements with other economic operators aimed at distorting competition?
Grave professional misconduct : Is the economic operator guilty of grave professional misconduct? Where applicable, see definitions in national law, the relevant notice or the procurement documents.
Misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Can the economic operator confirm that:a) It has been guilty of serious misrepresentation in supplying the information required for the verification of the absence of grounds for exclusion or the fulfilment of the selection criteria,b) It has withheld such information,c) It has not been able, without delay, to submit the supporting documents required by a contracting authority or contracting entity, andd) It has undertaken to unduly influence the decision making process of the contracting authority or contracting entity, to obtain confidential information that may confer upon it undue advantages in the procurement procedure or to negligently provide misleading information that may have a material influence on decisions concerning exclusion, selection or award?
Conflict of interest due to its participation in the procurement procedure : Is the economic operator aware of any conflict of interest, as indicated in national law, the relevant notice or the procurement documents due to its participation in the procurement procedure?
Direct or indirect involvement in the preparation of this procurement procedure : Has the economic operator or an undertaking related to it advised the contracting authority or contracting entity or otherwise been involved in the preparation of the procurement procedure?
Early termination, damages, or other comparable sanctions : Has the economic operator experienced that a prior public contract, a prior contract with a contracting entity or a prior concession contract was terminated early, or that damages or other comparable sanctions were imposed in connection with that prior contract?
Breaching obligation relating to payment of social security contributions : Has the economic operator breached its obligations relating to the payment social security contributions, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment?
Breaching obligation relating to payment of taxes : Has the economic operator breached its obligations relating to the payment of taxes, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment?
Business activities are suspended : Are the business activities of the economic operator suspended? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Bankruptcy : Is the economic operator bankrupt? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Arrangement with creditors : Is the economic operator in arrangement with creditors? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Insolvency : Is the economic operator the subject of insolvency or winding-up? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Assets being administered by liquidator : Are the assets of the economic operator being administered by a liquidator or by the court? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national law : Is the economic operator in in any analogous situation like bankruptcy arising from a similar procedure under national laws and regulations? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Procurement of consultancy - strategic foresight
Description : Norec is procuring consultancy services for strategic foresight. This involves engaging experts to support Norec in building capabilities for strategic foresight, which includes horizon scanning to identify weak signals and potential drivers of change. The procurement aims to inform organizational strategies, support portfolio management, and conduct independent evaluations of Norwegian development cooperation
Internal identifier : 25/00211

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 73000000 Research and development services and related consultancy services

5.1.2 Place of performance

Anywhere
Additional information :

5.1.3 Estimated duration

Duration : 2 026 Year

5.1.4 Renewal

Maximum renewals : 1

5.1.5 Value

Estimated value excluding VAT : 1 900 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.
The names and professional qualifications of the staff assigned to perform the contract must be given : Not yet known
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a relevant professional register
Description : It is enrolled in relevant professional registers kept in the Member State of its establishment as described in Annex XI of Directive 2014/24/EU; economic operators from certain Member States may have to comply with other requirements set out in that Annex.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (points, exact) : 4
Criterion : Enrolment in a trade register
Description : It is enrolled in trade registers kept in the Member State of its establishment as described in Annex XI of Directive 2014/24/EU; economic operators from certain Member States may have to comply with other requirements set out in that Annex.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (points, exact) : 5
Criterion : References on specified deliveries
Description : For public service contracts only: During the reference period, the economic operator has provided the following main services of the type specified. Contracting authorities may require up to three years and allow experience dating from more than three years.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (points, exact) : 1
Criterion : Relevant educational and professional qualifications
Description : The following educational and professional qualifications are held by the service provider or the contractor itself, and/or (depending on the requirements set out in the relevant notice or the procurement documents) by its managerial staff.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (points, exact) : 3
Criterion : Financial ratio
Description : The supplier must have positive equity.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (points, exact) : 2
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 5
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

5.1.11 Procurement documents

Deadline for requesting additional information : 16/06/2025 12:00 +00:00

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 01/07/2025
Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : 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 requests to participate : 23/06/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : Not yet known
A non-disclosure agreement is required : yes
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

Mediation organisation : Utenriksdepartementet -
Review organisation : Utenriksdepartementet -
Information about review deadlines : Suppliers can file complaints both before and after a contract is signed. Before contract signing, complaints may lead to changes in the competition. After signing, only compensation is typically possible.
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed : Utenriksdepartementet -
Organisation providing additional information about the procurement procedure : Norec -
Organisation providing offline access to the procurement documents : Norec -
Organisation providing more information on the review procedures : Norec -
Organisation receiving requests to participate : Norec -
Organisation processing tenders : Norec -

8. Organisations

8.1 ORG-0001

Official name : Norec
Registration number : 981965132
Postal address : Fjellvegen 9
Town : FØRDE
Postcode : 6800
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Contact point : Linn-Helen Victoria Evensen Hage
Telephone : +47 41680402
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Utenriksdepartementet
Registration number : 972 417 920
Postal address : 7. juniplassen 1 / Victoria terrasse 7
Town : Oslo
Postcode : 0251
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Roles of this organisation :
Review organisation
Mediation organisation
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed
Notice information
Notice identifier/version : dd9641fb-b868-43cd-bc24-0d8be2bf2ce3 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 22/05/2025 06:29 +00:00
Notice dispatch date (eSender) : 22/05/2025 12:00 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00332569-2025
OJ S issue number : 99/2025
Publication date : 23/05/2025