Framework agreement for lawyer services

The framework agreement shall cover the contracting authority ́s need for legal services. Assignments can include, but are not limited to: • Review of legal questions of a large or smaller extent and general advice on individual questions and various legal issues. • Legal quality assurance of the content of …

CPV: 79000000 Zakelijke dienstverlening: juridisch, marketing, consulting, drukkerij en beveiliging, 79100000 Juridische dienstverlening, 79110000 Juridisch advies en juridische vertegenwoordiging, 79111000 Juridisch advies, 79112000 Juridische vertegenwoordiging, 79112100 Vertegenwoordigingsdiensten voor belanghebbenden, 79140000 Juridische adviezen en informatie, 79400000 Adviezen inzake bedrijfsvoering en management, en aanverwante diensten
Deadline:
2 juli 2025 10:00
Soort termijn:
Indiening van een bod
Plaats van uitvoering:
Framework agreement for lawyer services
Toekennende instantie:
Norges geologiske undersøkelse
Gunningsnummer:
25/00001

1. Buyer

1.1 Buyer

Official name : Norges geologiske undersøkelse
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 for lawyer services
Description : The framework agreement shall cover the contracting authority ́s need for legal services. Assignments can include, but are not limited to: • Review of legal questions of a large or smaller extent and general advice on individual questions and various legal issues. • Legal quality assurance of the content of documents prepared by the contracting authority and contract parties. • Legal assistance for project accounts and EU projects. • Assistance with any appeals or disputes, including negotiations and procedure. • Internal courses, conferences, seminars etc. The services are expected to be delivered in close cooperation with different internal resources at the contracting authority and competence transfer is therefore important. In addition the tenderer shall, upon request, hold internal courses at the contracting authority. The law firm shall have competence within: • Contract and contract law • Labour law for the governmental sector • Security and privacy • Tax and duties Needs can occasionally arise for assistance in other competence areas than those listed above. The contracting authority shall, in such cases, be able to use the framework agreement, but is not bound to this. The Contracting Authority is not obliged to procure a fixed volume of legal services. The need for services can vary a lot from year to year. The contracting authority does not have any purchasing obligation under the contract and can engage legal assistance outside of the contract if the contracting authority deems it appropriate on the basis of the assignment ́s nature, complexity or for other reasons. See part 2 Annex 1 the Contracting Authority's requirement specifications for further information on the contents of the procurement.
Procedure identifier : 27388ace-a7d4-456f-84e8-1f595a36bad0
Internal identifier : 25/00001
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The procurement will be made in accordance with the Act from 17 June 2016 no. 73 on public procurements (LOA) and the regulations 12 August 2016 no. 974 on public procurements (FOA) parts I and III. The contract will be awarded in accordance with the open tender contest procedure, cf. the Public Procurement Regulations § 13-1 (1).

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79100000 Legal services
Additional classification ( cpv ): 79000000 Business services: law, marketing, consulting, recruitment, printing and security
Additional classification ( cpv ): 79110000 Legal advisory and representation services
Additional classification ( cpv ): 79111000 Legal advisory services
Additional classification ( cpv ): 79112000 Legal representation services
Additional classification ( cpv ): 79112100 Stakeholders representation services
Additional classification ( cpv ): 79140000 Legal advisory and information services
Additional classification ( cpv ): 79400000 Business and management consultancy and related services

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 3 000 000 Norwegian krone
Maximum value of the framework agreement : 3 000 000 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 of obligations set under purely national exclusion grounds : According to ESPD part III: Rejection Reasons, Section D: "Other rejection reasons stipulated in the national legislation of the Contracting Authority's Member State" The Norwegian procurement rules go further than what follows the rejection reasons stated in the EU directive on public procurements and in the standard form for ESPD. Emphasis is put on the fact that all the rejection reasons in the procurement regulations § 24-2, including the purely national rejection reasons, apply in this competition. The following rejection reasons in the procurement regulations § 24-2 are purely national rejection reasons: • § 24-2 (2). This provision states that the contracting authority shall reject a tenderer when they are aware that the tenderer has been legally convicted or has accepted a writy for the stated punishable conditions. The requirement that the contracting authority shall reject tenderers who have accepted a wreap for the stated punishable conditions is a distinctively Norwegian requirement. • § 24-2 (3) letter in. The rejection reason in the ESPD form only concerns serious errors in professional practice, whilst the Norwegian rejection reason also includes other serious errors that can lead to doubt about the tenderer's professional integrity.
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 for lawyer services
Description : The framework agreement shall cover the contracting authority ́s need for legal services. Assignments can include, but are not limited to: • Review of legal questions of a large or smaller extent and general advice on individual questions and various legal issues. • Legal quality assurance of the content of documents prepared by the contracting authority and contract parties. • Legal assistance for project accounts and EU projects. • Assistance with any appeals or disputes, including negotiations and procedure. • Internal courses, conferences, seminars etc. The services are expected to be delivered in close cooperation with different internal resources at the contracting authority and competence transfer is therefore important. In addition the tenderer shall, upon request, hold internal courses at the contracting authority. The law firm shall have competence within: • Contract and contract law • Labour law for the governmental sector • Security and privacy • Tax and duties Needs can occasionally arise for assistance in other competence areas than those listed above. The contracting authority shall, in such cases, be able to use the framework agreement, but is not bound to this. The Contracting Authority is not obliged to procure a fixed volume of legal services. The need for services can vary a lot from year to year. The contracting authority does not have any purchasing obligation under the contract and can engage legal assistance outside of the contract if the contracting authority deems it appropriate on the basis of the assignment ́s nature, complexity or for other reasons. See part 2 Annex 1 the Contracting Authority's requirement specifications for further information on the contents of the procurement.
Internal identifier : 25/00001

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79100000 Legal services
Additional classification ( cpv ): 79000000 Business services: law, marketing, consulting, recruitment, printing and security
Additional classification ( cpv ): 79110000 Legal advisory and representation services
Additional classification ( cpv ): 79111000 Legal advisory services
Additional classification ( cpv ): 79112000 Legal representation services
Additional classification ( cpv ): 79112100 Stakeholders representation services
Additional classification ( cpv ): 79140000 Legal advisory and information services
Additional classification ( cpv ): 79400000 Business and management consultancy and related services

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 4 Year

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : A framework agreement shall be signed with one tenderer. The contracting authority will use the contract terms as attached in part 2 Framework agreement and annexes. The framework agreement will be valid for 2 years, with an option for an extension for 1+1 year, a total of maximum 4 years. The contract will be valid from when the contract is signed.

5.1.5 Value

Estimated value excluding VAT : 3 000 000 Norwegian krone
Maximum value of the framework agreement : 3 000 000 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) : yes

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a relevant professional register
Description : Tenderers shall be registered in a company register or trade register in the country where the tenderer is established. Documentation: Company Registration Certificate, or equivalent certificate of statutory registration in a trade register in the country where the tenderer is established. An account that shows the tenderer's ownership and ownership structure.
Criterion : Other economic or financial requirements
Description : Tenderers must have sufficient economic and financial capacity to fulfil the contract. Tenderers must, as a minimum, have credit rating A, credit worthy without a requirement for security. Tenderers must have positive equity. The turnover for the last financial year must be at least NOK 4 million. Documentation: Credit evaluation/rating, not older than 3 months, based on the last known fiscal figures. The rating shall be carried out by an officially certified credit rating institution. • The contracting authority reserves the right to obtain further credit ratings or other financial information that, but not limited to, annual accounts including notes, the board's annual reports and auditor's reports. • If a tenderer has a justifiable reason for not submitting the documentation required by the contracting authority, he can document his economic and financial capacity by presenting any other document that the Contracting Authority deems appropriate.
Criterion : Relevant educational and professional qualifications
Description : Tenderers shall have the right to conduct lawyer services in Norway Documentation: • Self-declaration stating that the business is operated in accordance with requirements in the Lawyer Act, the lawyer regulations and the RGA.
Criterion : Relevant educational and professional qualifications
Description : The tenderer must have the use of sufficient capacity and competence to carry out assignments in the contract. Documentation: • Description of the company's manpower and organisation. • A description of the personnel that the tenderer can use, including partners, lawyers and associates for each of the competence areas mentioned in point 3.1. The description shall include the name, competence area and title, c.f. price titles in part II annex 5a, for relevant resources.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Price The following volume will be used for evaluation purposes: • Partner: 50 hours • Lawyer: 65 hours • Associate lawyer: 50 hours If a tenderer does not have an associate of a lawyer, the number of lawyers will be added to the number of lawyers. If the tenderer only has employed partners, the total number of hours will be added to partners.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Quality
Name : Quality
Description : The criteria will be evaluated on: • Team composition, competence and experience for offered key personnel - 40 - 50 % • Work methodology and delivery security - 30 - 40 % • The tenderer ́s strategy and focus areas - 10 - 20 %
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Deadline for requesting additional information : 23/06/2025 10:00 +00:00

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
Deadline for receipt of tenders : 02/07/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : Framework agreement - SSA-R Call-off provisions: The Bar Association's assignment terms The contract will include requirements for wages and working conditions, documentation and sanctions in accordance with regulations from 8 February 2008 no. 112 on wages and working conditions in public contracts etc. See the framework agreement annex 4 - Administrative regulations, including sub-annexes 4A and 4B.
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : no

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 : Trøndelag tingrett -
Information about review deadlines : Waiting period: 10 days calculated from the day after notification of contract award.

8. Organisations

8.1 ORG-0001

Official name : Norges geologiske undersøkelse
Registration number : 970188290
Postal address : Postboks 6315 Torgarden
Town : Trondheim
Postcode : 7491
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Contact point : Håkon Farstad
Telephone : +47 45257595
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Trøndelag tingrett
Registration number : 926722794
Town : Trondheim
Postcode : 7004
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : c321d34c-5f14-4ee3-8181-e7855a49cf32 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 28/05/2025 23:01 +00:00
Notice dispatch date (eSender) : 29/05/2025 05:00 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00355152-2025
OJ S issue number : 104/2025
Publication date : 02/06/2025