Framework agreement legal services

Nye Veier will enter into parallel framework agreements for legal services for the disciplines stated below. The company's assignments include planning, building, operating and maintaining roads, as well as planning and developing railways. The assignments will mainly include consultancy services for concrete legal problems, review work and assistance with the …

CPV: 79100000 Services juridiques
Délai:
9 octobre 2025 10:00
Type de délai:
Soumission d'offres
Lieu d'exécution:
Framework agreement legal services
Service d'adjudication:
Nye Veier
Numéro d'adjudication:
400729

1. Buyer

1.1 Buyer

Official name : Nye Veier

2. Procedure

2.1 Procedure

Title : Framework agreement legal services
Description : Nye Veier will enter into parallel framework agreements for legal services for the disciplines stated below. The company's assignments include planning, building, operating and maintaining roads, as well as planning and developing railways. The assignments will mainly include consultancy services for concrete legal problems, review work and assistance with the design of contract documents and templates, as well as consultancy services for the execution of public procurements, contract follow-up and acquisition of ground and rights. The framework agreement can also include assistance with handling disputes and procedure assignments. Sub-contract 1: Contract and contract • General contract law • Contracting authority Sub-contract 2: Public procurements • Public procurement rules Sub-contract 3: Administration and public • General administrative law and public administration law. • Planning and building law and fixed property legal conditions • Veglova with the accompanying rules Sub-contract 4: Labour law • Individual and collective labour law. • HSE and seriousness rules, including wages and working conditions.  Sub-contract 5: Privacy and technology • Privacy Law • Artificial intelligence (KI) • IT contract law Sub-contract 6: Company law, duties and tax. •Company law • The VAT act and special duties • Tax law, including Norwegian international tax law.    Sub-contract 7: Land acquisition, expropriation and judgement etc. • General consultancy (negotiations, process, contracts/template, strategy and reviews) • Assistance with the implementation of land acquisitions, expropriation and judgement, etc. • Assistance with parties and neighbours affected by the project.
Procedure identifier : 96b340a5-5fd4-47a0-a6ae-22c44ed9a0b7
Internal identifier : 400729
Type of procedure : Open
Main features of the procedure : The procurement is covered by the Public Procurement Act 17 June 2016 no. 73 and regulation 12 August 2016 no. 974 on public procurements (procurement regulations). This particularly applies to a service, cf. the procurement regulations annex 2, and the procurement is therefore regulated by the regulations parts I and II, cf. the procurement regulations § 5-1 second section letter b. The competition will be held as an open tender contest, cf. the procurement regulations § 8-3. After this procedure, all interested tenderers can submit tender offers.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79100000 Legal services

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 70 000 000 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 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-0001

Title : Sub-contract 1 Contract and contract
Description : • General contract law • Contracting authority
Internal identifier : 1-0

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79100000 Legal services
Options :
Description of the options : Option for a contract extension for a further 1+1 year. The maximum duration of the framework agreement is four years.

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 01/01/2026
Duration end date : 01/01/2028

5.1.5 Value

Estimated value excluding VAT : 15 000 000 Norwegian krone
Maximum value of the framework agreement : 94 000 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : Tenderers shall have their tax and VAT affairs in order. Who shall meet the requirement: -Vendor - Companies that the tenderer will use through a commitment statement. - If several suppliers participate in the competition jointly (e.g. joint venture/working partnership), the requirement applies for each participant in the group. How to document fulfilment of the requirement: Tax and VAT certificate or equivalent documentation from the state where the company is established that shows that the tenderer has met the obligations to pay taxes, duties and social security contributions. The certificate or equivalent documentation must not be older than 6 months from the tender deadline.
Criterion : Enrolment in a trade register
Description : The tenderer shall be a legally established company. Who shall meet the requirement: -Vendor - Companies that the tenderer will use through a commitment statement. - If several tenderers participate in the competition as a working partnership (e.g. joint venture/working partnership), the requirement applies for each participant in the group. How to document fulfilment of the requirement: Company Registration Certificate or equivalent documentation that shows that the company is legally established and registered. Norwegian companies require registration in the Register of Business Enterprises. Foreign companies are required to have registration in an equivalent company or trade register in the country where the company is established.
Criterion : Other economic or financial requirements
Description : Tenderers shall have a credit rating of A credit worthy. Who shall meet the requirement: -Vendor - Companies that the tenderer will use through a commitment statement. How to document fulfilment of the requirement: Credit rating based on the last known fiscal figures, not older than 3 months. The rating shall be carried out by a credit rating company with licence to conduct this service. For tenderers who cannot submit a credit rating, the requirement can be documented fulfilled with other relevant information suitable to document that the tenderer has sufficient financial capacity to fulfil the contract.

5.1.10 Award criteria

Criterion :
Type : Quality
Name : Competence and experience
Description : 1a) Offered assignment manager(s) competence and relevant experience Tenderers shall offer the following number of assignment manager(s) per sub-contract: Sub-contract 1: Three assignment managers Sub-contract 2: Three assignment managers Sub-contract 3: Two assignment managers Sub-contract 4: A contract manager Sub-contract 5: Two assignment managers Sub-contract 6: A contract manager Tenderers shall submit a CV for each offered assignment manager for each sub-contract. The contracting authority ́s CV template shall be used. Maximum five reference assignments per CV. The contracting authority reserves the right to contact the listed reference persons directly and/or other sources in order to verify the information provided. The contracting authority emphasises the importance that the number of CVs that are delivered is in accordance with the tender documentation. 1b) Description of professional team Tenderers shall provide an overview of the professional team, with a description of relevant competence and experience for resources that the tenderer can use within each sub-contract. Under this sub-criteria, the contracting authority will emphasise the description of the professional breadth, composition and capacity in the tenderer ́s total team. The total response to this sub-criteria 1b) shall not exceed three A4 pages. Exceeding the page number limitation can result in the tender being rejected. The contracting authority ́s template for replies shall be used. Tenderers shall not submit a CV for this sub-criteria. When evaluating this award criteria, point 1a) will be weighted higher than point 1b).
Criterion :
Type : Quality
Name : Implementation
Description : Tenderers shall submit an account that describes the following elements in the execution of assignments under the framework agreement: 1. Routines for ensuring quality of deliveries 2. Handle assignments at short notice 3. Tool for carrying out assignments and interaction. 4. Efficient use of resources and cost efficient execution. 5. Handling conflicts of interest The total response to this award criteria shall not exceed three A4 pages. Exceeding the page number limitation can result in the tender being rejected. The contracting authority ́s template for a description of the execution shall be used.
Criterion :
Type : Price
Name : Price
Description : Completed price form in EU-supply. All items in the price form shall be completed. The offered assignment manager under the award criterion 1a) shall be placed in the category 'partner'. A sub-weighting of the different categories (partner/employee lawyer/lawyer clerk) has been determined for the evaluation. The weighting is not provided, but the categories are given in order of priority.

5.1.11 Procurement documents

5.1.12 Terms of procurement

Terms of submission :
Languages in which tenders or requests to participate may be submitted : Norwegian
Deadline for receipt of tenders : 09/10/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition

5.1.16 Further information, mediation and review

Mediation organisation : Agder tingrett
Review organisation : Klagenemnda for offentlige anskaffelse
Organisation providing more information on the review procedures : Nye Veier

5.1 Lot technical ID : LOT-0002

Title : Sub-contract 2 Public procurements
Description : • Public procurement rules
Internal identifier : 2-1

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79100000 Legal services
Options :
Description of the options : Option for a contract extension for a further 1+1 year. The maximum duration of the framework agreement is four years.

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 01/01/2026
Duration end date : 01/01/2028

5.1.5 Value

Estimated value excluding VAT : 15 000 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : Tenderers shall have their tax and VAT affairs in order. Who shall meet the requirement: -Vendor - Companies that the tenderer will use through a commitment statement. - If several suppliers participate in the competition jointly (e.g. joint venture/working partnership), the requirement applies for each participant in the group. How to document fulfilment of the requirement: Tax and VAT certificate or equivalent documentation from the state where the company is established that shows that the tenderer has met the obligations to pay taxes, duties and social security contributions. The certificate or equivalent documentation must not be older than 6 months from the tender deadline.
Criterion : Enrolment in a trade register
Description : The tenderer shall be a legally established company. Who shall meet the requirement: -Vendor - Companies that the tenderer will use through a commitment statement. - If several tenderers participate in the competition as a working partnership (e.g. joint venture/working partnership), the requirement applies for each participant in the group. How to document fulfilment of the requirement: Company Registration Certificate or equivalent documentation that shows that the company is legally established and registered. Norwegian companies require registration in the Register of Business Enterprises. Foreign companies are required to have registration in an equivalent company or trade register in the country where the company is established.
Criterion : Other economic or financial requirements
Description : Tenderers shall have a credit rating of A credit worthy. Who shall meet the requirement: -Vendor - Companies that the tenderer will use through a commitment statement. How to document fulfilment of the requirement: Credit rating based on the last known fiscal figures, not older than 3 months. The rating shall be carried out by a credit rating company with licence to conduct this service. For tenderers who cannot submit a credit rating, the requirement can be documented fulfilled with other relevant information suitable to document that the tenderer has sufficient financial capacity to fulfil the contract.

5.1.10 Award criteria

Criterion :
Type : Quality
Name : Competence and experience
Description : 1a) Offered assignment manager(s) competence and relevant experience Tenderers shall offer the following number of assignment manager(s) per sub-contract: Sub-contract 1: Three assignment managers Sub-contract 2: Three assignment managers Sub-contract 3: Two assignment managers Sub-contract 4: A contract manager Sub-contract 5: Two assignment managers Sub-contract 6: A contract manager Tenderers shall submit a CV for each offered assignment manager for each sub-contract. The contracting authority ́s CV template shall be used. Maximum five reference assignments per CV. The contracting authority reserves the right to contact the listed reference persons directly and/or other sources in order to verify the information provided. The contracting authority emphasises the importance that the number of CVs that are delivered is in accordance with the tender documentation. 1b) Description of professional team Tenderers shall provide an overview of the professional team, with a description of relevant competence and experience for resources that the tenderer can use within each sub-contract. Under this sub-criteria, the contracting authority will emphasise the description of the professional breadth, composition and capacity in the tenderer ́s total team. The total response to this sub-criteria 1b) shall not exceed three A4 pages. Exceeding the page number limitation can result in the tender being rejected. The contracting authority ́s template for replies shall be used. Tenderers shall not submit a CV for this sub-criteria. When evaluating this award criteria, point 1a) will be weighted higher than point 1b).
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 60
Criterion :
Type : Quality
Name : Implementation
Description : Tenderers shall submit an account that describes the following elements in the execution of assignments under the framework agreement: 1. Routines for ensuring quality of deliveries 2. Handle assignments at short notice 3. Tool for carrying out assignments and interaction. 4. Efficient use of resources and cost efficient execution. 5. Handling conflicts of interest The total response to this award criteria shall not exceed three A4 pages. Exceeding the page number limitation can result in the tender being rejected. The contracting authority ́s template for a description of the execution shall be used.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10
Criterion :
Type : Price
Name : Price
Description : Completed price form in EU-supply. All items in the price form shall be completed. The offered assignment manager under the award criterion 1a) shall be placed in the category 'partner'. A sub-weighting of the different categories (partner/employee lawyer/lawyer clerk) has been determined for the evaluation. The weighting is not provided, but the categories are given in order of priority.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30

5.1.11 Procurement documents

5.1.12 Terms of procurement

Terms of submission :
Languages in which tenders or requests to participate may be submitted : Norwegian
Deadline for receipt of tenders : 09/10/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No

5.1 Lot technical ID : LOT-0003

Title : Sub-contract 3 Administration and public
Description : • General administrative law and public administration law. • Planning and building law and fixed property legal conditions • Veglova with the accompanying rules
Internal identifier : 3-2

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79100000 Legal services
Options :
Description of the options : Option for a contract extension for a further 1+1 year. The maximum duration of the framework agreement is four years.

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 01/01/2026
Duration end date : 01/01/2028

5.1.5 Value

Estimated value excluding VAT : 3 000 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : Tenderers shall have their tax and VAT affairs in order. Who shall meet the requirement: -Vendor - Companies that the tenderer will use through a commitment statement. - If several suppliers participate in the competition jointly (e.g. joint venture/working partnership), the requirement applies for each participant in the group. How to document fulfilment of the requirement: Tax and VAT certificate or equivalent documentation from the state where the company is established that shows that the tenderer has met the obligations to pay taxes, duties and social security contributions. The certificate or equivalent documentation must not be older than 6 months from the tender deadline.
Criterion : Enrolment in a trade register
Description : The tenderer shall be a legally established company. Who shall meet the requirement: -Vendor - Companies that the tenderer will use through a commitment statement. - If several tenderers participate in the competition as a working partnership (e.g. joint venture/working partnership), the requirement applies for each participant in the group. How to document fulfilment of the requirement: Company Registration Certificate or equivalent documentation that shows that the company is legally established and registered. Norwegian companies require registration in the Register of Business Enterprises. Foreign companies are required to have registration in an equivalent company or trade register in the country where the company is established.
Criterion : Other economic or financial requirements
Description : Tenderers shall have a credit rating of A credit worthy. Who shall meet the requirement: -Vendor - Companies that the tenderer will use through a commitment statement. How to document fulfilment of the requirement: Credit rating based on the last known fiscal figures, not older than 3 months. The rating shall be carried out by a credit rating company with licence to conduct this service. For tenderers who cannot submit a credit rating, the requirement can be documented fulfilled with other relevant information suitable to document that the tenderer has sufficient financial capacity to fulfil the contract.

5.1.10 Award criteria

Criterion :
Type : Quality
Name : Competence and experience
Description : 1a) Offered assignment manager(s) competence and relevant experience Tenderers shall offer the following number of assignment manager(s) per sub-contract: Sub-contract 1: Three assignment managers Sub-contract 2: Three assignment managers Sub-contract 3: Two assignment managers Sub-contract 4: A contract manager Sub-contract 5: Two assignment managers Sub-contract 6: A contract manager Tenderers shall submit a CV for each offered assignment manager for each sub-contract. The contracting authority ́s CV template shall be used. Maximum five reference assignments per CV. The contracting authority reserves the right to contact the listed reference persons directly and/or other sources in order to verify the information provided. The contracting authority emphasises the importance that the number of CVs that are delivered is in accordance with the tender documentation. 1b) Description of professional team Tenderers shall provide an overview of the professional team, with a description of relevant competence and experience for resources that the tenderer can use within each sub-contract. Under this sub-criteria, the contracting authority will emphasise the description of the professional breadth, composition and capacity in the tenderer ́s total team. The total response to this sub-criteria 1b) shall not exceed three A4 pages. Exceeding the page number limitation can result in the tender being rejected. The contracting authority ́s template for replies shall be used. Tenderers shall not submit a CV for this sub-criteria. When evaluating this award criteria, point 1a) will be weighted higher than point 1b).
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 60
Criterion :
Type : Quality
Name : Implementation
Description : Tenderers shall submit an account that describes the following elements in the execution of assignments under the framework agreement: 1. Routines for ensuring quality of deliveries 2. Handle assignments at short notice 3. Tool for carrying out assignments and interaction. 4. Efficient use of resources and cost efficient execution. 5. Handling conflicts of interest The total response to this award criteria shall not exceed three A4 pages. Exceeding the page number limitation can result in the tender being rejected. The contracting authority ́s template for a description of the execution shall be used.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10
Criterion :
Type : Price
Name : Price
Description : Completed price form in EU-supply. All items in the price form shall be completed. The offered assignment manager under the award criterion 1a) shall be placed in the category 'partner'. A sub-weighting of the different categories (partner/employee lawyer/lawyer clerk) has been determined for the evaluation. The weighting is not provided, but the categories are given in order of priority.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30

5.1.11 Procurement documents

5.1.12 Terms of procurement

Terms of submission :
Languages in which tenders or requests to participate may be submitted : Norwegian
Deadline for receipt of tenders : 09/10/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No

5.1 Lot technical ID : LOT-0004

Title : Sub-contract 4 Labour law
Description : • Individual and collective labour law. • HSE and seriousness rules, including wages and working conditions.
Internal identifier : 4-3

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79100000 Legal services
Options :
Description of the options : Option for a contract extension for a further 1+1 year. The maximum duration of the framework agreement is four years.

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 01/01/2026
Duration end date : 01/01/2028

5.1.5 Value

Estimated value excluding VAT : 3 000 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : Tenderers shall have their tax and VAT affairs in order. Who shall meet the requirement: -Vendor - Companies that the tenderer will use through a commitment statement. - If several suppliers participate in the competition jointly (e.g. joint venture/working partnership), the requirement applies for each participant in the group. How to document fulfilment of the requirement: Tax and VAT certificate or equivalent documentation from the state where the company is established that shows that the tenderer has met the obligations to pay taxes, duties and social security contributions. The certificate or equivalent documentation must not be older than 6 months from the tender deadline.
Criterion : Enrolment in a trade register
Description : The tenderer shall be a legally established company. Who shall meet the requirement: -Vendor - Companies that the tenderer will use through a commitment statement. - If several tenderers participate in the competition as a working partnership (e.g. joint venture/working partnership), the requirement applies for each participant in the group. How to document fulfilment of the requirement: Company Registration Certificate or equivalent documentation that shows that the company is legally established and registered. Norwegian companies require registration in the Register of Business Enterprises. Foreign companies are required to have registration in an equivalent company or trade register in the country where the company is established.
Criterion : Other economic or financial requirements
Description : Tenderers shall have a credit rating of A credit worthy. Who shall meet the requirement: -Vendor - Companies that the tenderer will use through a commitment statement. How to document fulfilment of the requirement: Credit rating based on the last known fiscal figures, not older than 3 months. The rating shall be carried out by a credit rating company with licence to conduct this service. For tenderers who cannot submit a credit rating, the requirement can be documented fulfilled with other relevant information suitable to document that the tenderer has sufficient financial capacity to fulfil the contract.

5.1.10 Award criteria

Criterion :
Type : Quality
Name : Competence and experience
Description : 1a) Offered assignment manager(s) competence and relevant experience Tenderers shall offer the following number of assignment manager(s) per sub-contract: Sub-contract 1: Three assignment managers Sub-contract 2: Three assignment managers Sub-contract 3: Two assignment managers Sub-contract 4: A contract manager Sub-contract 5: Two assignment managers Sub-contract 6: A contract manager Tenderers shall submit a CV for each offered assignment manager for each sub-contract. The contracting authority ́s CV template shall be used. Maximum five reference assignments per CV. The contracting authority reserves the right to contact the listed reference persons directly and/or other sources in order to verify the information provided. The contracting authority emphasises the importance that the number of CVs that are delivered is in accordance with the tender documentation. 1b) Description of professional team Tenderers shall provide an overview of the professional team, with a description of relevant competence and experience for resources that the tenderer can use within each sub-contract. Under this sub-criteria, the contracting authority will emphasise the description of the professional breadth, composition and capacity in the tenderer ́s total team. The total response to this sub-criteria 1b) shall not exceed three A4 pages. Exceeding the page number limitation can result in the tender being rejected. The contracting authority ́s template for replies shall be used. Tenderers shall not submit a CV for this sub-criteria. When evaluating this award criteria, point 1a) will be weighted higher than point 1b).
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 60
Criterion :
Type : Quality
Name : Implementation
Description : Tenderers shall submit an account that describes the following elements in the execution of assignments under the framework agreement: 1. Routines for ensuring quality of deliveries 2. Handle assignments at short notice 3. Tool for carrying out assignments and interaction. 4. Efficient use of resources and cost efficient execution. 5. Handling conflicts of interest The total response to this award criteria shall not exceed three A4 pages. Exceeding the page number limitation can result in the tender being rejected. The contracting authority ́s template for a description of the execution shall be used.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10
Criterion :
Type : Price
Name : Price
Description : Completed price form in EU-supply. All items in the price form shall be completed. The offered assignment manager under the award criterion 1a) shall be placed in the category 'partner'. A sub-weighting of the different categories (partner/employee lawyer/lawyer clerk) has been determined for the evaluation. The weighting is not provided, but the categories are given in order of priority.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30

5.1.11 Procurement documents

5.1.12 Terms of procurement

Terms of submission :
Languages in which tenders or requests to participate may be submitted : Norwegian
Deadline for receipt of tenders : 09/10/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No

5.1 Lot technical ID : LOT-0005

Title : Sub-contract 5 Privacy and technology
Description : • Privacy Law • Artificial intelligence (KI) • IT contract law
Internal identifier : 5-4

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79100000 Legal services
Options :
Description of the options : Option for a contract extension for a further 1+1 year. The maximum duration of the framework agreement is four years.

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 01/01/2026
Duration end date : 01/01/2028

5.1.5 Value

Estimated value excluding VAT : 2 000 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : Tenderers shall have their tax and VAT affairs in order. Who shall meet the requirement: -Vendor - Companies that the tenderer will use through a commitment statement. - If several suppliers participate in the competition jointly (e.g. joint venture/working partnership), the requirement applies for each participant in the group. How to document fulfilment of the requirement: Tax and VAT certificate or equivalent documentation from the state where the company is established that shows that the tenderer has met the obligations to pay taxes, duties and social security contributions. The certificate or equivalent documentation must not be older than 6 months from the tender deadline.
Criterion : Enrolment in a trade register
Description : The tenderer shall be a legally established company. Who shall meet the requirement: -Vendor - Companies that the tenderer will use through a commitment statement. - If several tenderers participate in the competition as a working partnership (e.g. joint venture/working partnership), the requirement applies for each participant in the group. How to document fulfilment of the requirement: Company Registration Certificate or equivalent documentation that shows that the company is legally established and registered. Norwegian companies require registration in the Register of Business Enterprises. Foreign companies are required to have registration in an equivalent company or trade register in the country where the company is established.
Criterion : Other economic or financial requirements
Description : Tenderers shall have a credit rating of A credit worthy. Who shall meet the requirement: -Vendor - Companies that the tenderer will use through a commitment statement. How to document fulfilment of the requirement: Credit rating based on the last known fiscal figures, not older than 3 months. The rating shall be carried out by a credit rating company with licence to conduct this service. For tenderers who cannot submit a credit rating, the requirement can be documented fulfilled with other relevant information suitable to document that the tenderer has sufficient financial capacity to fulfil the contract.

5.1.10 Award criteria

Criterion :
Type : Quality
Name : Competence and experience
Description : 1a) Offered assignment manager(s) competence and relevant experience Tenderers shall offer the following number of assignment manager(s) per sub-contract: Sub-contract 1: Three assignment managers Sub-contract 2: Three assignment managers Sub-contract 3: Two assignment managers Sub-contract 4: A contract manager Sub-contract 5: Two assignment managers Sub-contract 6: A contract manager Tenderers shall submit a CV for each offered assignment manager for each sub-contract. The contracting authority ́s CV template shall be used. Maximum five reference assignments per CV. The contracting authority reserves the right to contact the listed reference persons directly and/or other sources in order to verify the information provided. The contracting authority emphasises the importance that the number of CVs that are delivered is in accordance with the tender documentation. 1b) Description of professional team Tenderers shall provide an overview of the professional team, with a description of relevant competence and experience for resources that the tenderer can use within each sub-contract. Under this sub-criteria, the contracting authority will emphasise the description of the professional breadth, composition and capacity in the tenderer ́s total team. The total response to this sub-criteria 1b) shall not exceed three A4 pages. Exceeding the page number limitation can result in the tender being rejected. The contracting authority ́s template for replies shall be used. Tenderers shall not submit a CV for this sub-criteria. When evaluating this award criteria, point 1a) will be weighted higher than point 1b).
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 60
Criterion :
Type : Quality
Name : Implementation
Description : Tenderers shall submit an account that describes the following elements in the execution of assignments under the framework agreement: 1. Routines for ensuring quality of deliveries 2. Handle assignments at short notice 3. Tool for carrying out assignments and interaction. 4. Efficient use of resources and cost efficient execution. 5. Handling conflicts of interest The total response to this award criteria shall not exceed three A4 pages. Exceeding the page number limitation can result in the tender being rejected. The contracting authority ́s template for a description of the execution shall be used.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10
Criterion :
Type : Price
Name : Price
Description : Completed price form in EU-supply. All items in the price form shall be completed. The offered assignment manager under the award criterion 1a) shall be placed in the category 'partner'. A sub-weighting of the different categories (partner/employee lawyer/lawyer clerk) has been determined for the evaluation. The weighting is not provided, but the categories are given in order of priority.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30

5.1.11 Procurement documents

5.1.12 Terms of procurement

Terms of submission :
Languages in which tenders or requests to participate may be submitted : Norwegian
Deadline for receipt of tenders : 09/10/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No

5.1 Lot technical ID : LOT-0006

Title : Sub-contract 6 Corporate law, duties and tax.
Description : •Company law • The VAT act and special duties • Tax law, including Norwegian international tax law.
Internal identifier : 6-5

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79100000 Legal services
Options :
Description of the options : Option for a contract extension for a further 1+1 year. The maximum duration of the framework agreement is four years.

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 01/01/2026
Duration end date : 01/01/2028

5.1.5 Value

Estimated value excluding VAT : 2 000 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : Tenderers shall have their tax and VAT affairs in order. Who shall meet the requirement: -Vendor - Companies that the tenderer will use through a commitment statement. - If several suppliers participate in the competition jointly (e.g. joint venture/working partnership), the requirement applies for each participant in the group. How to document fulfilment of the requirement: Tax and VAT certificate or equivalent documentation from the state where the company is established that shows that the tenderer has met the obligations to pay taxes, duties and social security contributions. The certificate or equivalent documentation must not be older than 6 months from the tender deadline.
Criterion : Enrolment in a trade register
Description : The tenderer shall be a legally established company. Who shall meet the requirement: -Vendor - Companies that the tenderer will use through a commitment statement. - If several tenderers participate in the competition as a working partnership (e.g. joint venture/working partnership), the requirement applies for each participant in the group. How to document fulfilment of the requirement: Company Registration Certificate or equivalent documentation that shows that the company is legally established and registered. Norwegian companies require registration in the Register of Business Enterprises. Foreign companies are required to have registration in an equivalent company or trade register in the country where the company is established.
Criterion : Other economic or financial requirements
Description : Tenderers shall have a credit rating of A credit worthy. Who shall meet the requirement: -Vendor - Companies that the tenderer will use through a commitment statement. How to document fulfilment of the requirement: Credit rating based on the last known fiscal figures, not older than 3 months. The rating shall be carried out by a credit rating company with licence to conduct this service. For tenderers who cannot submit a credit rating, the requirement can be documented fulfilled with other relevant information suitable to document that the tenderer has sufficient financial capacity to fulfil the contract.

5.1.10 Award criteria

Criterion :
Type : Quality
Name : Competence and experience
Description : 1a) Offered assignment manager(s) competence and relevant experience Tenderers shall offer the following number of assignment manager(s) per sub-contract: Sub-contract 1: Three assignment managers Sub-contract 2: Three assignment managers Sub-contract 3: Two assignment managers Sub-contract 4: A contract manager Sub-contract 5: Two assignment managers Sub-contract 6: A contract manager Tenderers shall submit a CV for each offered assignment manager for each sub-contract. The contracting authority ́s CV template shall be used. Maximum five reference assignments per CV. The contracting authority reserves the right to contact the listed reference persons directly and/or other sources in order to verify the information provided. The contracting authority emphasises the importance that the number of CVs that are delivered is in accordance with the tender documentation. 1b) Description of professional team Tenderers shall provide an overview of the professional team, with a description of relevant competence and experience for resources that the tenderer can use within each sub-contract. Under this sub-criteria, the contracting authority will emphasise the description of the professional breadth, composition and capacity in the tenderer ́s total team. The total response to this sub-criteria 1b) shall not exceed three A4 pages. Exceeding the page number limitation can result in the tender being rejected. The contracting authority ́s template for replies shall be used. Tenderers shall not submit a CV for this sub-criteria. When evaluating this award criteria, point 1a) will be weighted higher than point 1b).
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 60
Criterion :
Type : Quality
Name : Implementation
Description : Tenderers shall submit an account that describes the following elements in the execution of assignments under the framework agreement: 1. Routines for ensuring quality of deliveries 2. Handle assignments at short notice 3. Tool for carrying out assignments and interaction. 4. Efficient use of resources and cost efficient execution. 5. Handling conflicts of interest The total response to this award criteria shall not exceed three A4 pages. Exceeding the page number limitation can result in the tender being rejected. The contracting authority ́s template for a description of the execution shall be used.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10
Criterion :
Type : Price
Name : Price
Description : Completed price form in EU-supply. All items in the price form shall be completed. The offered assignment manager under the award criterion 1a) shall be placed in the category 'partner'. A sub-weighting of the different categories (partner/employee lawyer/lawyer clerk) has been determined for the evaluation. The weighting is not provided, but the categories are given in order of priority.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30

5.1.11 Procurement documents

5.1.12 Terms of procurement

Terms of submission :
Languages in which tenders or requests to participate may be submitted : Norwegian
Deadline for receipt of tenders : 09/10/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No

5.1 Lot technical ID : LOT-0007

Title : Sub-contract 7 Land acquisition, expropriation and judgement.
Description : • General consultancy (negotiations, process, contracts/template, strategy and reviews) • Assistance with the implementation of land acquisitions, expropriation and judgement, etc. • Assistance with parties and neighbours affected by the project.
Internal identifier : 7-6

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79100000 Legal services
Options :
Description of the options : Option for a contract extension for a further 1+1 year. The maximum duration of the framework agreement is four years.

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 01/01/2026
Duration end date : 01/01/2028

5.1.5 Value

Estimated value excluding VAT : 30 000 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : Tenderers shall have their tax and VAT affairs in order. Who shall meet the requirement: -Vendor - Companies that the tenderer will use through a commitment statement. - If several suppliers participate in the competition jointly (e.g. joint venture/working partnership), the requirement applies for each participant in the group. How to document fulfilment of the requirement: Tax and VAT certificate or equivalent documentation from the state where the company is established that shows that the tenderer has met the obligations to pay taxes, duties and social security contributions. The certificate or equivalent documentation must not be older than 6 months from the tender deadline.
Criterion : Enrolment in a trade register
Description : The tenderer shall be a legally established company. Who shall meet the requirement: -Vendor - Companies that the tenderer will use through a commitment statement. - If several tenderers participate in the competition as a working partnership (e.g. joint venture/working partnership), the requirement applies for each participant in the group. How to document fulfilment of the requirement: Company Registration Certificate or equivalent documentation that shows that the company is legally established and registered. Norwegian companies require registration in the Register of Business Enterprises. Foreign companies are required to have registration in an equivalent company or trade register in the country where the company is established.
Criterion : Other economic or financial requirements
Description : Tenderers shall have a credit rating of A credit worthy. Who shall meet the requirement: -Vendor - Companies that the tenderer will use through a commitment statement. How to document fulfilment of the requirement: Credit rating based on the last known fiscal figures, not older than 3 months. The rating shall be carried out by a credit rating company with licence to conduct this service. For tenderers who cannot submit a credit rating, the requirement can be documented fulfilled with other relevant information suitable to document that the tenderer has sufficient financial capacity to fulfil the contract.

5.1.10 Award criteria

Criterion :
Type : Quality
Name : Competence and experience
Description : The offered assignment manager ́s competence and relevant experience. Tenderers shall offer the following number of assignment managers for the current sub-contract: Sub-contract 7: Two assignment managers Emphasis will be put on the tenderer's experience with assisting public contracting authorities, as well as experience connected to major transport projects. Tenderers shall submit a CV for each offered assignment manager for each sub-contract. The contracting authority ́s CV template shall be used. Maximum five reference assignments. The contracting authority reserves the right to contact the listed reference persons directly and/or other sources in order to verify the information provided. The contracting authority emphasises the importance that the number of CVs that are delivered is in accordance with the tender documentation.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 60
Criterion :
Type : Quality
Name : Implementation
Description : Tenderers shall submit an account that describes the following elements in the execution of assignments under the framework agreement: 1. Routines for ensuring quality of deliveries 2. Handle assignments at short notice 3. Tool for carrying out assignments and interaction. 4. Efficient use of resources and cost efficient execution. 5. Handling conflicts of interest The total response to this award criteria shall not exceed three A4 pages. Exceeding the page number limitation can result in the tender being rejected. The contracting authority ́s template for a description of the execution shall be used.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10
Criterion :
Type : Price
Name : Price
Description : Completed price form in EU-supply. All items in the price form shall be completed. The offered assignment manager under the award criterion competence and experience shall be placed in the category 'partner'. A sub-weighting of the different categories (partner/employee lawyer/lawyer clerk) has been determined for the evaluation. The weighting is not provided, but the categories are given in order of priority.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30

5.1.11 Procurement documents

5.1.12 Terms of procurement

Terms of submission :
Languages in which tenders or requests to participate may be submitted : Norwegian
Deadline for receipt of tenders : 09/10/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No

8. Organisations

8.1 ORG-0001

Official name : Nye Veier
Registration number : 915 488 099
Postal address : Kjøita 6
Town : Kristiansand
Postcode : 4630
Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Telephone : +4747644923
Roles of this organisation :
Buyer
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Agder tingrett
Registration number : 926 723 480
Postal address : Postboks 63
Town : Kristiansand
Postcode : 4661
Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Telephone : +47 38176300
Roles of this organisation :
Mediation organisation

8.1 ORG-0003

Official name : Klagenemnda for offentlige anskaffelse
Registration number : 918 195 548
Postal address : Zander Kaaes gate 7
Town : Bergen
Postcode : 5015
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Telephone : +47 55193000
Internet address : http://www.kofa.no
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : 3e32fe62-9ccb-45b5-b695-5007fd4a8d0f - 01
Form type : Competition
Notice type : Contract notice – light regime
Notice dispatch date : 05/09/2025 13:04 +00:00
Notice dispatch date (eSender) : 05/09/2025 14:01 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00586213-2025
OJ S issue number : 172/2025
Publication date : 09/09/2025