Obtaining relevance knowledge base for the Ministry of Defence's FUI policy and FUI system.

The Ministry of Defence (FD), c/o the Department of Defence Market and Resource Policy (FOR), hereafter called the contracting authority, invites tenderers to a tender contest for assistance with knowledge basis of relevance to the FD's FUI policy and FUI system. The Ministry of Defence coordinates the assignment and follow-up …

CPV: 73100000 Usługi badawcze i eksperymentalno-rozwojowe, 73200000 Usługi doradcze w zakresie badań i rozwoju, 73300000 Projekt i realizacja badań oraz rozwój, 73400000 Usługi badawczo-rozwojowe w zakresie bezpieczeństwa i materiałów obronnych
Termin:
6 czerwca 2025 10:00
Rodzaj terminu:
Złożenie oferty
Miejsce wykonania:
Obtaining relevance knowledge base for the Ministry of Defence's FUI policy and FUI system.
Miejsce udzielenia zamówienia:
Forsvarsdepartementet
Numer nagrody:
25/01886

1. Buyer

1.1 Buyer

Official name : Forsvarsdepartementet
Legal type of the buyer : Public undertaking
Activity of the contracting authority : Defence

2. Procedure

2.1 Procedure

Title : Obtaining relevance knowledge base for the Ministry of Defence's FUI policy and FUI system.
Description : The Ministry of Defence (FD), c/o the Department of Defence Market and Resource Policy (FOR), hereafter called the contracting authority, invites tenderers to a tender contest for assistance with knowledge basis of relevance to the FD's FUI policy and FUI system. The Ministry of Defence coordinates the assignment and follow-up with a service provider.
Procedure identifier : 7e7b6938-b69c-4bf6-a7e0-961eb4811f0f
Internal identifier : 25/01886
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The Ministry of Defence (FD) needs assistance with obtaining knowledge basis with relevance for policy development in the areas of research, development and innovation (FUI), including a system, means and management. The aim of this framework agreement is to meet the need for knowledge in the Ministry of Defence that requires assignments of a certain extent and length from entities that are research supported. The framework agreement will consist of sub-projects within the thematic limitations in the notice, as well as a flexible part that the Ministry of Defence can use to order the knowledge basis continuously. In order to meet different competence needs and ensure the necessary breadth and flexibility, the framework agreement assumes that the knowledge environment awarded the assignment involves other relevant knowledge environments as needed to expand and supplement their competence profile. Tenderers will be given flexibility to suggest relevant problems and sub-projects within the thematic frameworks described in the notice, and defined sub-projects will be included as part of the contract when the contract is signed. Tenderers/the knowledge environment will be invited to contribute to develop good and relevant sub-projects in connection with ongoing knowledge needs.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 73400000 Research and Development services on security and defence materials
Additional classification ( cpv ): 73100000 Research and experimental development services
Additional classification ( cpv ): 73200000 Research and development consultancy services
Additional classification ( cpv ): 73300000 Design and execution of research and development

2.1.2 Place of performance

Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 6 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - § 1-2.Hvem forskriften gjelder for (1) Forskriften gjelder for følgende oppdragsgivere: a. statlige myndigheter

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 : Obtaining relevance knowledge base for the Ministry of Defence's FUI policy and FUI system.
Description : The Ministry of Defence (FD), c/o the Department of Defence Market and Resource Policy (FOR), hereafter called the contracting authority, invites tenderers to a tender contest for assistance with knowledge basis of relevance to the FD's FUI policy and FUI system. The Ministry of Defence coordinates the assignment and follow-up with a service provider.
Internal identifier : 25/01886

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 73400000 Research and Development services on security and defence materials
Additional classification ( cpv ): 73100000 Research and experimental development services
Additional classification ( cpv ): 73200000 Research and development consultancy services
Additional classification ( cpv ): 73300000 Design and execution of research and development

5.1.2 Place of performance

Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 6 000 000 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 : General yearly turnover
Description : The tenderer ́s ("total") annual turnover for the number of financial years requested in the tender notice or in the procurement documents is as follows: Minimum qualification requirements
Criterion : References on specified services
Description : § 1-2.Hvem forskriften gjelder for (1) Forskriften gjelder for følgende oppdragsgivere: a. statlige myndigheter

5.1.11 Procurement documents

Deadline for requesting additional information : 23/05/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/255996840.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 : Allowed
Variants : Not allowed
Deadline for receipt of tenders : 06/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 85 Day
Information about public opening :
Opening date : 06/06/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : yes
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Mediation organisation : Oslo Tingrett -
Review organisation : Oslo Tingrett -
Organisation providing more information on the review procedures : Forsvarsdepartementet -

8. Organisations

8.1 ORG-0001

Official name : Forsvarsdepartementet
Registration number : 972417823
Postal address : Glacisgata 1
Town : OSLO
Postcode : 0150
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Tor-Odd Gulaker
Telephone : +47 23098000
Roles of this organisation :
Buyer
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Oslo Tingrett
Registration number : 974 714 647
Town : Oslo
Postcode : 0125
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Roles of this organisation :
Review organisation
Mediation organisation
Notice information
Notice identifier/version : 9a1db0c2-a98f-4a2d-b51b-67dbfbf38617 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 08/05/2025 07:35 +00:00
Notice dispatch date (eSender) : 08/05/2025 07:51 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00298974-2025
OJ S issue number : 90/2025
Publication date : 12/05/2025