Framework agreement legal services

The Norwegian Coastal Administration, hereafter called the contracting authority, invites tenderers to an open tender contest for a framework agreement for legal services. The Norwegian Coastal Administration has a continual need for legal assistance for its activities. The framework agreement shall cover the Norwegian Coastal Administration ́s need for legal …

CPV: 75231000 Bírói szolgáltatások, 79100000 Jogi szolgáltatások
Határidő:
2025. augusztus 4. 10:00
A határidő típusa:
Ajánlat benyújtása
A végrehajtás helye:
Framework agreement legal services
Díjat odaítélő szervezet:
KYSTVERKET
Díj száma:
2025/2167

1. Buyer

1.1 Buyer

Official name : KYSTVERKET
Legal type of the buyer : Public undertaking, controlled by a central government authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Framework agreement legal services
Description : The Norwegian Coastal Administration, hereafter called the contracting authority, invites tenderers to an open tender contest for a framework agreement for legal services. The Norwegian Coastal Administration has a continual need for legal assistance for its activities. The framework agreement shall cover the Norwegian Coastal Administration ́s need for legal services and it shall complement the services provided by our personnel, typically when the capacity and/or competence of our personnel is not adequate. The Norwegian Coastal Administration is an administrative body under the Ministry of Trade, Industry and Fisheries. The agency shall contribute to safe and efficient transport of father leaders along the coast and into ports, and is responsible for the state's stand-by against severe pollution.  The Norwegian Coastal Administration is responsible for safety and accessibility for general transport in the waters. This includes responsibility for navigation infrastructure, government fishing port facilities, fairwater measures, lodging services and sea traffic central services. The Norwegian Coastal Administration is also responsible for the national stand-by against acute pollution. Furthermore, the Norwegian Coastal Administration participates in planning processes and exercises authority in accordance with the Port and Water Act, parts of the Pollution Act, the Svalbard Environment Act and the Planning and Building Act.  The Norwegian Coastal Administration also participates in the work on the National Transport Plan, which is presented every four years and comprises all four transport sectors of road, railway, air and sea transport.  The Norwegian Coastal Administration has a function organisation with the division into four areas of activity: 1) Transport, port and fairway, 2) Navigation technology and maritime services, 3) Environmental preparedness and 4) The los service.  See the https://www.kystverket.no/ for further information on the contracting authority.
Procedure identifier : 4c7e6ba8-ce74-4e2a-b972-dcab9e5b1040
Internal identifier : 2025/2167
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The contracting authority shall enter into a framework agreement for legal services with up to 2 tenderers.  The Norwegian Coastal Administration has a continual need for legal assistance for its activities. The framework agreement shall cover the Norwegian Coastal Administration ́s need for legal services and it shall complement the services provided by our personnel, typically when the capacity and/or competence of our personnel is not adequate.  Most of the assignment will be legal services within the legal areas of public procurement, contractual law, contract law, ship contracts, ICT contracts and labour law. Furthermore, there will be a need for assistance within the legal areas of fixed property legal conditions/planning and building law, intellectual property rights, climate and environmental law and competition and state support law. Beyond assistance within the above mentioned disciplines, the contract shall also cover the Norwegian Coastal Administration ́s need for legal assistance in other legal areas that naturally come under the Norwegian Coastal Administration ́s activities.  Typical services included in the contract: Ongoing legal and strategic support/consultancy Review of legal issues of major or minor scope Quality assurance of documents prepared by the contracting authority Assistance with the design of agreements Assistance with negotiations and disputes Courses and other transfer of competence See the other description of the assignment in Annex 1. The estimated volume of the agreement is NOK 2,500,000 - NOK 3,500,000 excluding VAT per annum, totalling NOK 10,000,000 - NOK 14,000,000 excluding VAT over the entire contract period including options for extensions. The procurement ́s maximum value is set at NOK 25,000,000 excluding VAT.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 75231000 Judicial services
Additional 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 : 25 000 000 Norwegian krone
Maximum value of the framework agreement : 25 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - The procurement is carried out in accordance with the Public Procurement Act. The delivery includes a "special service", cf. FOA Appendix 2, and the procurement is therefore carried out in accordance with Parts I and II of the Regulations, cf. FOA § 5-1 (2) b). The contract award will be made according to the open tender procedure, cf. FOA § 8-3. The procurement is announced on Doffin and TED.

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 of obligations set under purely national exclusion grounds : The contracting authority shall state that in Norway there are national rejection reasons. These shall be described in the procurement documents. Tenderers must respond to whether they are in one or more of the situations described in the national rejection reasons. Will the purely national rejection reasons, as stated in the relevant notice or in the procurement documents, apply?
Breaching obligation relating to payment of social security contributions : Have tenderers failed to fulfil all their social security obligations in the country where they are established and in their member state, if this is a different country than what he is established in?
Breaching obligation relating to payment of taxes : Has the tenderer not fulfilled his tax and duty obligations in the country in which he is established, and in the contracting authority's member state, if this is a different country than what he is established in?
Business activities are suspended : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Bankruptcy : Is the tenderer in a bankruptcy situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Arrangement with creditors : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Insolvency : Is the tenderer in an insolvency situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Assets being administered by liquidator : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national law : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Framework agreement legal services
Description : The Norwegian Coastal Administration, hereafter called the contracting authority, invites tenderers to an open tender contest for a framework agreement for legal services. The Norwegian Coastal Administration has a continual need for legal assistance for its activities. The framework agreement shall cover the Norwegian Coastal Administration ́s need for legal services and it shall complement the services provided by our personnel, typically when the capacity and/or competence of our personnel is not adequate. The Norwegian Coastal Administration is an administrative body under the Ministry of Trade, Industry and Fisheries. The agency shall contribute to safe and efficient transport of father leaders along the coast and into ports, and is responsible for the state's stand-by against severe pollution.  The Norwegian Coastal Administration is responsible for safety and accessibility for general transport in the waters. This includes responsibility for navigation infrastructure, government fishing port facilities, fairwater measures, lodging services and sea traffic central services. The Norwegian Coastal Administration is also responsible for the national stand-by against acute pollution. Furthermore, the Norwegian Coastal Administration participates in planning processes and exercises authority in accordance with the Port and Water Act, parts of the Pollution Act, the Svalbard Environment Act and the Planning and Building Act.  The Norwegian Coastal Administration also participates in the work on the National Transport Plan, which is presented every four years and comprises all four transport sectors of road, railway, air and sea transport.  The Norwegian Coastal Administration has a function organisation with the division into four areas of activity: 1) Transport, port and fairway, 2) Navigation technology and maritime services, 3) Environmental preparedness and 4) The los service.  See the https://www.kystverket.no/ for further information on the contracting authority.
Internal identifier : 2025/2167

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 75231000 Judicial services
Additional classification ( cpv ): 79100000 Legal services

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : The duration of the framework agreement is two - 2 - years from signing of the contract. The contracting authority has the right to extend the framework agreement for a further one - 1 - years at a time, up to two - 2 - times.

5.1.5 Value

Estimated value excluding VAT : 25 000 000 Norwegian krone
Maximum value of the framework agreement : 25 000 000 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

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.
Criterion : Average yearly manpower
Description : The tenderer's average annual workforce in the last three years has been as follows: Minimum qualification requirements The tenderer shall have sufficient capacity to be able to take on assignments under the framework agreement. A description shall be given of the tenderer's average annual workforce in the last three years (2022-2024), as well as a statement of the number of partners currently working within the relevant legal areas, see point 1 a) and b) in Annex 1 of the framework agreement – (SSA-R Annex 1).
Criterion : Measures for ensuring quality
Description : A well functioning quality assurance system is required. • An account shall be given of the company ́s quality assurance/management system to ensure that the assignment is being carried out in the most efficient and purposeful way.
Criterion : Relevant educational and professional qualifications
Description : • A description of the tenderer's up to five most relevant assignments in the last three years, together with information (to the degree permitted/possible) on the assignments ́ value (for the client), date of execution and name of the client. • Relevant assignments means assignments within the relevant legal areas, preferably the primary legal areas, see Annex 1 of the framework agreement - (SSA-R Annex 1, point 1 a) and b)). Tenderers are themselves responsible for ensuring that the description is of such a nature that it documents that the requirement is met.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 28/07/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/258676597.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
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 04/08/2025 10:00 +00:00
Deadline until which the tender must remain valid : 2 Month
Information about public opening :
Opening date : 04/08/2025 10:01 +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 : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 2
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 : Oslo District Court

8. Organisations

8.1 ORG-0001

Official name : KYSTVERKET
Registration number : 874783242
Postal address : Postboks 1502
Town : ÅLESUND
Postcode : 6025
Country subdivision (NUTS) : Møre og Romsdal ( NO0A3 )
Country : Norway
Contact point : Fredrik Karlsen
Telephone : +47 07847
Internet address : http://www.kystverket.no
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Oslo tingrett
Registration number : 926 725 939
Postal address : Postboks 2106 Vika
Town : Oslo
Postcode : 0125
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : 22035200
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : 0217a79e-5463-4c8b-b9ce-479bf047cb64 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 03/06/2025 21:27 +00:00
Notice dispatch date (eSender) : 04/06/2025 06:38 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00363172-2025
OJ S issue number : 107/2025
Publication date : 05/06/2025