Framework agreement for consultancy services related to knowledge management in the civilian part of the Nansen Support Programme for Ukraine

The purpose of this Framework agreement is to leverage research and analysis to enhance strategic decision making related to selection of partners, interventions and activities in Norad's grant management of the civilian part of the Nansen Support Programme for Ukraine. Furthermore, the purpose is to access in depth contextual knowledge …

CPV: 73200000 Usługi doradcze w zakresie badań i rozwoju, 73210000 Usługi doradcze w zakresie badań, 73220000 Usługi doradcze w zakresie rozwoju, 73430000 Testy i ocena, 79419000 Usługi konsultacyjne w zakresie ewaluacji
Termin:
25 sierpnia 2025 10:00
Rodzaj terminu:
Złożenie oferty
Miejsce wykonania:
Framework agreement for consultancy services related to knowledge management in the civilian part of the Nansen Support Programme for Ukraine
Miejsce udzielenia zamówienia:
Norad – Direktoratet for utviklingssamarbeid
Numer nagrody:
2502150

1. Buyer

1.1 Buyer

Official name : Norad – Direktoratet for utviklingssamarbeid
Legal type of the buyer : Body governed by public law, controlled by a central government authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Framework agreement for consultancy services related to knowledge management in the civilian part of the Nansen Support Programme for Ukraine
Description : The purpose of this Framework agreement is to leverage research and analysis to enhance strategic decision making related to selection of partners, interventions and activities in Norad's grant management of the civilian part of the Nansen Support Programme for Ukraine. Furthermore, the purpose is to access in depth contextual knowledge in Ukraine and Moldova as well as to create learning loops to make necessary adjustments to the portfolio. In addition to knowledge products, the services would include facilitation of learning processes in the department.
Procedure identifier : 0f4a1eeb-10fd-4987-bee7-0fe5abbb9ae5
Internal identifier : 2502150
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 73200000 Research and development consultancy services
Additional classification ( cpv ): 73210000 Research consultancy services
Additional classification ( cpv ): 73220000 Development consultancy services
Additional classification ( cpv ): 73430000 Test and evaluation
Additional classification ( cpv ): 79419000 Evaluation consultancy services

2.1.2 Place of performance

Country : Ukraine
Additional information : Some call-offs can require travel to Ukraine.

2.1.3 Value

Estimated value excluding VAT : 12 000 000 Norwegian krone
Maximum value of the framework agreement : 12 000 000 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-0000

Title : Framework agreement for consultancy services related to knowledge management in the civilian part of the Nansen Support Programme for Ukraine
Description : The purpose of this Framework agreement is to leverage research and analysis to enhance strategic decision making related to selection of partners, interventions and activities in Norad's grant management of the civilian part of the Nansen Support Programme for Ukraine. Furthermore, the purpose is to access in depth contextual knowledge in Ukraine and Moldova as well as to create learning loops to make necessary adjustments to the portfolio. In addition to knowledge products, the services would include facilitation of learning processes in the department.
Internal identifier : 2502150

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 73200000 Research and development consultancy services
Additional classification ( cpv ): 73210000 Research consultancy services
Additional classification ( cpv ): 73220000 Development consultancy services
Additional classification ( cpv ): 73430000 Test and evaluation
Additional classification ( cpv ): 79419000 Evaluation consultancy services

5.1.2 Place of performance

Country : Ukraine
Additional information : Some call-offs can require travel to Ukraine.

5.1.3 Estimated duration

Duration : 2 Year

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : 2+1+1

5.1.5 Value

Estimated value excluding VAT : 12 000 000 Norwegian krone
Maximum value of the framework agreement : 12 000 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.
The names and professional qualifications of the staff assigned to perform the contract must be given : Tender requirement
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no

5.1.7 Strategic procurement

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 25/08/2025 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
A non-disclosure agreement is required : yes
Additional information about the non-disclosure agreement : Declaration of non-disclosure Tendered personnel shall sign the enclosed declaration of non-disclosure, Annex 4, on conclusion of the framework agreement and before commencing their assignment.
Electronic invoicing : Allowed
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 : KOFA - Klagenemnda for offentlige anskaffelser
Information about review deadlines : Norad: a few working days. KOFA: Expected Case Processing Time The processing time primarily depends on whether the case is acted as a priority case or not. Below is an estimate of how long it takes to process new complaints: Priority advisory cases: 2 months Advisory cases: 3 months Fee cases: 6 months
Organisation providing more information on the review procedures : KOFA - Klagenemnda for offentlige anskaffelser
Organisation receiving requests to participate : Norad – Direktoratet for utviklingssamarbeid
Organisation processing tenders : Norad – Direktoratet for utviklingssamarbeid

8. Organisations

8.1 ORG-0001

Official name : Norad – Direktoratet for utviklingssamarbeid
Registration number : 971277882
Postal address : Pb 1303 Vika
Town : Oslo
Postcode : 0112
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Joanna Gozdyra
Telephone : +47 12345
Roles of this organisation :
Buyer
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : KOFA - Klagenemnda for offentlige anskaffelser
Registration number : 918195548
Postal address : Zander Kaaes gate 7 / Postboks 511 Sentrum
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
Organisation providing more information on the review procedures

Notice information

Notice identifier/version : 3d3e8c3a-79a9-480c-ad32-7038ae6d4b05 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 02/07/2025 09:52 +00:00
Notice dispatch date (eSender) : 02/07/2025 11:30 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00430595-2025
OJ S issue number : 125/2025
Publication date : 03/07/2025