Product designer for a new grant management system

Norad has been tasked by the Foreign Ministry to administer grants for long-term assistance in developing countries and for humanitarian aid, as well as providing assistance and administrative consultancy to the Ministry of Foreign Affairs, including the foreign stations, and to KLD. Norad has also been given responsibility for system …

CPV: 72000000 Usługi informatyczne: konsultacyjne, opracowywania oprogramowania, internetowe i wsparcia, 72227000 Usługi doradcze w zakresie integracji oprogramowania, 72265000 Usługi konfiguracji oprogramowania, 72266000 Usługi doradcze w zakresie oprogramowania
Termin:
5 września 2025 10:00
Rodzaj terminu:
Złożenie oferty
Miejsce wykonania:
Product designer for a new grant management system
Miejsce udzielenia zamówienia:
Norad – Direktoratet for utviklingssamarbeid
Numer nagrody:
2502487

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 : Product designer for a new grant management system
Description : Norad has been tasked by the Foreign Ministry to administer grants for long-term assistance in developing countries and for humanitarian aid, as well as providing assistance and administrative consultancy to the Ministry of Foreign Affairs, including the foreign stations, and to KLD. Norad has also been given responsibility for system development, guidance and routines for the management of grant resources for program area 03. This includes responsibility for the development, approval and operation of the joint tools for grant management. The systems shall see to the Ministry of Foreign Affairs and the needs of the embassies. The current system portfolio for grant management supports these assignments to varying degrees and it is challenging to practice reliable and effective grant management of high quality as required in the instructions. A review and a consequent market dialogue, concluded that Norad shall take responsibility for developing the digital systems themselves, the Product Designer shall contribute with the accompanying work assignments together with the two product teams. One team is responsible for creating a new digital case management system that shall replace the current systems, including migration from the old system. The other team shall create data and analysis products. A person is required in a 100% position. • Be responsible for taking care of the user experience (UX), also in the user interface (UI) in the design of the new system. • Be responsible for designing systems that are available and usable for as many people as possible, regardless of their functional ability (UU). • Planning and implementing workshops and other insight work together with the team • Visualise insight for internal communication and anchoring. • Participate in weekly exploration meetings with the team, prototype and test different concepts with users • Assist in the work of mapping and planning for migration from the old trade system to the new fully digital system together with the team. • Contribute to multi-disciplinary discussions in the team to develop systems in line with business goals and the users ́needs. See the tender documentation and annexes for more information.
Procedure identifier : c8461e19-77ab-4d35-951a-a6616f8138ab
Internal identifier : 2502487
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72227000 Software integration consultancy services
Additional classification ( cpv ): 72265000 Software configuration services
Additional classification ( cpv ): 72266000 Software consultancy services

2.1.2 Place of performance

Postal address : Bygdøy allé 2
Town : Oslo
Postcode : 0257
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 6 750 000 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 : Product designer for a new grant management system
Description : Norad has been tasked by the Foreign Ministry to administer grants for long-term assistance in developing countries and for humanitarian aid, as well as providing assistance and administrative consultancy to the Ministry of Foreign Affairs, including the foreign stations, and to KLD. Norad has also been given responsibility for system development, guidance and routines for the management of grant resources for program area 03. This includes responsibility for the development, approval and operation of the joint tools for grant management. The systems shall see to the Ministry of Foreign Affairs and the needs of the embassies. The current system portfolio for grant management supports these assignments to varying degrees and it is challenging to practice reliable and effective grant management of high quality as required in the instructions. A review and a consequent market dialogue, concluded that Norad shall take responsibility for developing the digital systems themselves, the Product Designer shall contribute with the accompanying work assignments together with the two product teams. One team is responsible for creating a new digital case management system that shall replace the current systems, including migration from the old system. The other team shall create data and analysis products. A person is required in a 100% position. • Be responsible for taking care of the user experience (UX), also in the user interface (UI) in the design of the new system. • Be responsible for designing systems that are available and usable for as many people as possible, regardless of their functional ability (UU). • Planning and implementing workshops and other insight work together with the team • Visualise insight for internal communication and anchoring. • Participate in weekly exploration meetings with the team, prototype and test different concepts with users • Assist in the work of mapping and planning for migration from the old trade system to the new fully digital system together with the team. • Contribute to multi-disciplinary discussions in the team to develop systems in line with business goals and the users ́needs. See the tender documentation and annexes for more information.
Internal identifier : 2502487

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72227000 Software integration consultancy services
Additional classification ( cpv ): 72265000 Software configuration services
Additional classification ( cpv ): 72266000 Software consultancy services

5.1.2 Place of performance

Postal address : Bygdøy allé 2
Town : Oslo
Postcode : 0257
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 01/11/2025
Duration end date : 31/12/2026

5.1.4 Renewal

Maximum renewals : 1
Other information about renewals : The contract can be extended until the year 2027.

5.1.5 Value

Estimated value excluding VAT : 6 750 000 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 : Not required
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes

5.1.7 Strategic procurement

Green Procurement Criteria : No Green Public Procurement criteria

5.1.8 Accessibility criteria

Accessibility criteria for persons with disabilities are not included because the procurement is not intended for use by natural persons

5.1.10 Award criteria

Criterion :
Type : Price
Name : Hourly rate
Description : Tenderers shall give an hourly rate in NOK excluding VAT for all consultants. The hourly rate includes the consultants' profits and costs, including social and administrative costs. Only travel costs shall be invoiced in addition.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Relevant competence
Description : Relevant education within UX/UI Experience with designing digital user interfaces. Experience with UU in digital user interfaces. Experience with working with flexible development in a multi-disciplinary development team, preferably in the public sector. Experience with planning and implementing workshops and other insight work.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : Solution proposal
Description : Sketch a wireframe and consider the following: • How do you make the hierarchy clear and intuitive, even for new users? • How do you want to ensure that the design works for all users, including those with reduced vision, motor skills or cognitive challenges? • How do you want to adapt your design work to a flexible work methodology, where requirements and priorities can change quickly? • What steps in the design process would you prioritise delivering early and frequently while ensuring quality? • How will you manage situations in which prioritisation changes rapidly in your project (e.g. that a particular function must be prioritised before others)? • How would you collaborate with developers, product managers, and others on your team? Maximum four pages
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 22/08/2025 21:55 +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 : 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 : 05/09/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information that can be supplemented after the submission deadline :
At the discretion of the buyer, some missing tenderer-related documents may be submitted later.
Additional information : See the tender documentation.
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 : Allowed
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 : KOFA - Klagenemnda for offentlige anskaffelser
Review organisation : KOFA - Klagenemnda for offentlige anskaffelser
Information about review deadlines : 25.09.2025
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed : Skatteetaten
Organisation providing information concerning the general regulatory framework for environmental protection applicable in the place where the contract is to be performed : Miljødirektoratet
Organisation providing information concerning the general regulatory framework for employment protection and working conditions applicable in the place where the contract is to be performed : Arbeidstilsynet
Organisation providing additional information about the procurement procedure : Norad – Direktoratet for utviklingssamarbeid
Organisation providing offline access to the procurement documents : Norad – Direktoratet for utviklingssamarbeid
Organisation providing more information on the review procedures : Norad
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 : Sigbjørn Nerland
Telephone : +47 223980000
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : KOFA - Klagenemnda for offentlige anskaffelser
Registration number : 918 195 548
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
Mediation organisation

8.1 ORG-0003

Official name : Norad
Registration number : 971 277 882
Postal address : Pb 1303 Vika
Town : Oslo
Postcode : 0112
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Internet address : http://www.norad.no
Roles of this organisation :
Organisation providing more information on the review procedures

8.1 ORG-0004

Official name : Skatteetaten
Registration number : 974 761 076
Postal address : Fredrik Selmers vei 4
Town : Oslo
Postcode : 0663
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Roles of this organisation :
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed

8.1 ORG-0005

Official name : Miljødirektoratet
Registration number : 999 601 391
Postal address : Brattørkaia 15B
Town : Trondheim
Postcode : 7010
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Roles of this organisation :
Organisation providing information concerning the general regulatory framework for environmental protection applicable in the place where the contract is to be performed

8.1 ORG-0006

Official name : Arbeidstilsynet
Registration number : 974 761 211
Postal address : Prinsens gate 1
Town : Trondheim
Postcode : 7013
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Roles of this organisation :
Organisation providing information concerning the general regulatory framework for employment protection and working conditions applicable in the place where the contract is to be performed

Notice information

Notice identifier/version : 1ff916f6-d039-4d8b-a2c2-5ea94ca86716 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 05/08/2025 11:25 +00:00
Notice dispatch date (eSender) : 05/08/2025 14:01 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00517381-2025
OJ S issue number : 150/2025
Publication date : 07/08/2025