Framework agreement - Coaching, guidance and handling conflict

The competition concerns assistance in coaching, guidance and conflict management. The competition concerns assistance in coaching, guidance and conflict management.

CPV: 79998000 Darbaudzinātāju pakalpojumi, 79400000 Uzņēmējdarbības un vadības konsultāciju un saistītie pakalpojumi, 79410000 Uzņēmējdarbības un vadības konsultāciju pakalpojumi, 79420000 Ar vadību saistītie pakalpojumi
Termiņš:
2025. gada 16. jūnijs, 10:00
Termiņa veids:
Piedāvājuma iesniegšana
Izpildes vieta:
Framework agreement - Coaching, guidance and handling conflict
Piešķīrēja iestāde:
KRISTIANSAND KOMMUNE
Piešķīruma numurs:
2025011305

1. Buyer

1.1 Buyer

Official name : KRISTIANSAND KOMMUNE
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Avfall Sør AS
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Avfall Sør Holding AS
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Kristiansandsregionen Brann og Redning IKS
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : Public order and safety

1.1 Buyer

Official name : Kristiansand Havn IKS
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Kristiansand Kirkelig Fellesråd
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : Recreation, culture and religion

2. Procedure

2.1 Procedure

Title : Framework agreement - Coaching, guidance and handling conflict
Description : The competition concerns assistance in coaching, guidance and conflict management.
Procedure identifier : 2206a077-ebe2-477a-b404-5a7d71d1a47d
Internal identifier : 2025011305
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : Consultancy support is requested for the contracting authority within coaching, guidance and conflict resolution. A mapping and assistance can be included in connection with conflict resolution/handling in connection with notification cases. The contracting authority has competence in parts of the requested area and will, where they themselves have the capacity, carry out these assignments themselves. In order to strengthen the competence of the municipality, those who shall work with such processes in some cases want to run the processes in cooperation with the chosen tenderer. This shall ensure that we solve the assignments in an optimal manner, at the same time that the municipality can build internal competence through practical implementation of processes together with experienced consultants. The manager education programme and company health services are not included in this contract. Free assistance from insurance companies is also not included. The contracting authority reserves the right to engage another company for coaching/guidance/conflict management. These will, for example, be cases where physical meetings with a psychologist/coach will be required at short notice, where the chosen tenderer does not have the necessary competence available in accordance with the contracting authority ́s needs.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79998000 Coaching services
Additional classification ( cpv ): 79400000 Business and management consultancy and related services
Additional classification ( cpv ): 79410000 Business and management consultancy services
Additional classification ( cpv ): 79420000 Management-related services

2.1.2 Place of performance

Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 7 100 000 Norwegian krone
Maximum value of the framework agreement : 7 100 000 Norwegian krone

2.1.4 General information

Additional information : The obligation to make requirements or criteria on climate and environmental considerations in accordance with the procurement regulations § 7-9 does not apply since the procurement of consultancy services for coaching, guidance and conflict management in accordance with nature has a climate footprint and an environmental impact that is immaterial. The nature of the procurement, the consultancy service, has a climate footprint and environmental impact that is immaterial. The procurement includes the service of human resources. Any climate footprint in connection with the service will be outside what can be connected to the nature of the procurement. Reference is made to the fact that "consultancy and analysis services" are in procurements that DFØ has considered to have low climate intensity. The services within coaching, guidance and conflict management are seen as a consultancy service as this involves professional advice and expertise that is provided externally to the municipality. See also that consultancy services are characterised by an external professional offering specialised knowledge and insight. Coaching, guidance and handling conflict often means that an expert helps the client identify challenges, develop systems and improve skills. This is a form of professional advice and support that corresponds to the definition of a consultancy service.
Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - The procurement is carried out in accordance with the Norwegian Public Procurement Act of 17 June 2016 (LOA) and the Public Procurement Regulations of 12 August 2016 (FOA), Parts I and III. The contract will be awarded following the procedure of an 'Open Tender Competition', cf. FOA § 13-1 (1). Negotiations are not permitted in this procedure.

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
Corruption : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a enforceable verdict has been convicted of corruption by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Corruption as defined in Article 3 of the Convention on Combating Corruption, Involving European Communities or European Union Member States (EUT C 195 of 25.6.1997, s. 1), and in Article 2, point 1, in the Council ́s framework decision 2003/568/RIA of 22 July 2003 on combating corruption in the private sector (EUT L 192 of 31.7.2003, p. 54). This rejection reason also includes corruption as defined in national law for the contracting authority or supplier.
Fraud : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted of fraud has been convicted of fraud by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Fraud included in Article 1 of the Convention on protection of the Financial Interests of the European Communities (EFT C 316 of 27.11.1995, p. 48).
Money laundering or terrorist financing : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of money laundering or financing terrorism by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Money laundering or financing terrorism As defined in Article 1 of the European Parliament and Council Directive 2005/60/EF of 26 October 2005 on preventive measures against the use of the financial system for money laundering and financing terrorism (EUT L 309 of 25.11.2005, p. 15).
Participation in a criminal organisation : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted verdict of participation in a criminal organisation by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Participation in a criminal organisation as defined in Article 2 of the Council ́s framework decision 2008/841/RIA of 24 October 2008 on control of organised crime (EUT L 300 of 11.11.2008, p. 42)
Terrorist offences or offences linked to terrorist activities : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body, or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of acts of terrorism or criminal acts connected to terrorist activities by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Acts of terrorism or criminal acts relating to terrorist activity as defined in Article 1 and 3 of the Council ́s framework decision 2002/475/RIA of 13 June 2002 on combating terrorism (EFT L 164, af 22.6.2002, p. 3). This rejection reason also includes incitement to, participation or attempts to commit such actions as included in Article 4 in the mentioned framework decision.
Child labour and including other forms of trafficking in human beings : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of child labour and other forms of human trafficking by a verdict handed down no more than five years ago, or a rejection period determined directly in the judgement that still applies? Child labour and other forms of human trafficking as defined in Article 2 of the European Parliament and council directive 2011/36/EU of 5. 1 April 2011 on the prevention and control of human trafficking and the protection of its victims and for compensation of the Council ́s framework decision 2002/629/RIA (EUT L 101 of 15.4.2011, p. 1).
Breaching obligation relating to payment of social security contributions : Have tenderers failed to fulfil all their social security obligations in the country where they are established and in their member state, if this is a different country than what he is established in?
Breaching obligation relating to payment of taxes : Has the tenderer not fulfilled his tax and duty obligations in the country in which he is established, and in the contracting authority's member state, if this is a different country than what he is established in?

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Framework agreement - Coaching, guidance and handling conflict
Description : The competition concerns assistance in coaching, guidance and conflict management.
Internal identifier : 2025011305

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79998000 Coaching services
Additional classification ( cpv ): 79400000 Business and management consultancy and related services
Additional classification ( cpv ): 79410000 Business and management consultancy services
Additional classification ( cpv ): 79420000 Management-related services

5.1.2 Place of performance

Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 7 100 000 Norwegian krone
Maximum value of the framework agreement : 7 100 000 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
Additional information : The obligation to make requirements or criteria on climate and environmental considerations in accordance with the procurement regulations § 7-9 does not apply since the procurement of consultancy services for coaching, guidance and conflict management in accordance with nature has a climate footprint and an environmental impact that is immaterial. The nature of the procurement, the consultancy service, has a climate footprint and environmental impact that is immaterial. The procurement includes the service of human resources. Any climate footprint in connection with the service will be outside what can be connected to the nature of the procurement. Reference is made to the fact that "consultancy and analysis services" are in procurements that DFØ has considered to have low climate intensity. The services within coaching, guidance and conflict management are seen as a consultancy service as this involves professional advice and expertise that is provided externally to the municipality. See also that consultancy services are characterised by an external professional offering specialised knowledge and insight. Coaching, guidance and handling conflict often means that an expert helps the client identify challenges, develop systems and improve skills. This is a form of professional advice and support that corresponds to the definition of a consultancy service.

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : Requirement: The tenderer must be a legally established entity. To be documented by: Certificate of registration or equivalent document from the tenderer's home country.
Criterion : References on specified works
Description : Experience from comparable assignments Requirement: The tenderer must have experience from assignments comparable to the one in question, for organizations similar to Kristiansand Municipality. It is not required that the reference assignments were carried out under a framework agreement. To be documented by: An overview of the tenderer’s most relevant assignments during the past three years, including information about the nature of the assignment, its value to the tenderer, the contracting authority, and a contact person at the contracting authority
Criterion : Supply chain management
Description : Commitment Statement Requirement: The tenderer must have the right of disposal over any subcontractor(s) if such are to be used to meet the qualification requirements. To be documented by: A signed commitment statement from the relevant subcontractor(s). Use Appendix 2 – Commitment Statement.
Criterion : Relevant educational and professional qualifications
Description : Competence The supplier must meet the following three requirements: At least one consultant must be a licensed psychologist. This must be documented by a copy of the authorization. At least one consultant must have education in coaching. This must be documented by a copy of a certificate of completed education/course or an education plan from the educational institution. The supplier must have certified consultants for conducting both personality tests and team assessments. This must be documented by relevant certifications.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Quality Management System Requirement: The tenderer must have a quality assurance system/quality management system. To be documented by: A statement describing the company’s quality assurance/management system, or a copy of a system certificate issued by accredited certification bodies.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Environmental Management System Requirement: The tenderer must have an environmental management system. To be documented by: A description of the tenderer’s own systems and routines (environmental management measures), or by submitting copies of relevant environmental certificates/standards such as ISO 14001, EMAS, Miljøfyrtårn, or equivalent

5.1.11 Procurement documents

Deadline for requesting additional information : 06/06/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/257025996.aspx

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Not allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Deadline for receipt of tenders : 16/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 138 Day
Information about public opening :
Opening date : 16/06/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 1
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Agder tingrett -
Information about review deadlines : Complaints to the Norwegian Complaints Board for Public Procurement (KOFA) must be submitted within six months after the contracting authority has entered into a contract, or within six months after the contracting authority has cancelled the competition. Requests for interim measures (temporary injunctions) must normally be submitted before the contract is signed, as the conclusion of a contract generally prevents further legal action. The standstill period (waiting time before contract signing) is usually 10 days from the date the award notification is sent electronically

8. Organisations

8.1 ORG-0001

Official name : KRISTIANSAND KOMMUNE
Registration number : 820852982
Postal address : Postboks 1044
Town : SØGNE
Postcode : 4682
Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Contact point : Thomas Tverbakk Bjørgve
Telephone : 90617439
Roles of this organisation :
Buyer
Group leader

8.1 ORG-0002

Official name : Avfall Sør AS
Registration number : 995 646 137
Town : Kristiansand
Postcode : 4633
Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Telephone : 907 88 896
Roles of this organisation :
Buyer

8.1 ORG-0003

Official name : Avfall Sør Holding AS
Registration number : 986 296 042
Town : Kristiansand
Postcode : 4633
Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Telephone : 907 88 896
Roles of this organisation :
Buyer

8.1 ORG-0004

Official name : Kristiansandsregionen Brann og Redning IKS
Registration number : 993 470 244
Town : Kristiansand
Postcode : 4630
Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Telephone : 47814000
Roles of this organisation :
Buyer

8.1 ORG-0005

Official name : Kristiansand Havn IKS
Registration number : 926 180 711
Town : Kristiansand
Postcode : 4610
Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Telephone : 38 00 60 00
Roles of this organisation :
Buyer

8.1 ORG-0006

Official name : Kristiansand Kirkelig Fellesråd
Registration number : 876 992 612
Town : Kristiansand
Postcode : 4611
Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Telephone : 920 90 424
Roles of this organisation :
Buyer

8.1 ORG-0007

Official name : Agder tingrett
Registration number : 926723480
Town : Kristiansand
Postcode : 4611
Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Telephone : 38 17 63 00
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : 23114331-04a3-442e-82c8-547d315512bf - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 14/05/2025 19:52 +00:00
Notice dispatch date (eSender) : 15/05/2025 06:35 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00316412-2025
OJ S issue number : 94/2025
Publication date : 16/05/2025