Framework Agreement for Legal Services

Statnett’s need for legal assistance is increasing in line with the growing investments in the development of new grid infrastructure and the upgrading of the existing power grid. To meet this need, Statnett intends to enter into a framework agreement for legal services covering nine specific areas: Public procurement law, …

CPV: 75231000 Servicii judiciare, 79100000 Servicii juridice, 79110000 Servicii de consultanţă şi de reprezentare juridică, 79112000 Servicii de reprezentare juridică
Locul de executare:
Framework Agreement for Legal Services
Organismul de alocare:
Statnett SF
Numărul de atribuire:
BPM001616

1. Buyer

1.1 Buyer

Official name : Statnett SF
Legal type of the buyer : Public undertaking, controlled by a central government authority
Activity of the contracting entity : Electricity-related activities

2. Procedure

2.1 Procedure

Title : Framework Agreement for Legal Services
Description : Statnett’s need for legal assistance is increasing in line with the growing investments in the development of new grid infrastructure and the upgrading of the existing power grid. To meet this need, Statnett intends to enter into a framework agreement for legal services covering nine specific areas: Public procurement law, competition law, and state aid Construction and contract law Licensing, land rights, and acquisition of rights (this area will be divided into two contracts) Tax and duties Energy law ICT and data protection Finance, corporate law, stock exchange regulations, and financial reporting Offshore projects and international cooperation/development Other legal services One framework agreement will be awarded per area. In addition, two separate contracts will be awarded under the area of "licensing, land rights, and acquisition of rights," where one of the contracts will specifically cover areas involving reindeer husbandry. In total, ten sub-contracts will be awarded.
Procedure identifier : 04b645ef-cbad-4a93-bcef-1d47df726e28
Internal identifier : BPM001616
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79100000 Legal services
Additional classification ( cpv ): 75231000 Judicial services
Additional classification ( cpv ): 79100000 Legal services
Additional classification ( cpv ): 79110000 Legal advisory and representation services
Additional classification ( cpv ): 79112000 Legal representation services

2.1.2 Place of performance

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

2.1.3 Value

Estimated value excluding VAT : 400 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Public Procurement Law, Competition Law, and State Aid
Description : Legal areas to be covered by the assistance: Public Procurement Law, Competition Law, and State Aid
Internal identifier : 1

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79100000 Legal services
Options :
Description of the options : The contracting authority shall have the option to extend the framework agreement for an additional two years, for a maximum total duration of six years.

5.1.2 Place of performance

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

5.1.3 Estimated duration

Start date : 31/12/2025
Duration end date : 31/12/2029

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) : yes

5.1.9 Selection criteria

Criterion :
Type : Suitability to pursue the professional activity
Name : Requirement: The Supplier shall be a legally registered company. Documentation requirements: Norwegian Suppliers shall provide a copy of the Certification of Registration issued by Brønnøysundregister. Foreign Suppliers shall provide a copy of the Certificate of Registration from the Register of Companies in the country the Supplier is established in.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion :
Type : Economic and financial standing
Name : Requirement: The Supplier shall have sufficient economic and financial capacity to carry out it's contractual obligations. Document requirements: The Supplier shall provide a copy of it's credit score.
Description : The credit rating should not be older than three months. A definition or explanation of the rating symbols used by the credit rating agency must be included, to enable Statnett SF to assess and compare different ratings.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion :
Type : Technical and professional ability
Name : Requirement 1: Relevant Experience – The supplier must have extensive experience in delivering similar or comparable assignments relevant to the agreement areas/sub-contracts for which a tender is submitted. Requirement 2: Quality Assurance – The supplier must have and apply a sound and well-functioning quality management system that covers the scope of the delivery.
Description : Requirement 1: Relevant Experience The supplier must have extensive experience in carrying out similar deliveries or comparable assignments relevant to the agreement areas/sub-contracts for which the tender is submitted. "Similar assignments" refers to deliveries of a comparable nature, complexity, and scope as those requested in this procurement procedure. Knowledge and/or experience from the energy sector or from organizations with comparable complexity will be viewed positively. The contracting authority will consider both its own experience and references from other clients in the assessment of relevant experience. If the contracting authority has prior experience with the supplier, this will be given the same weight as other references. Requirement 2: Quality Assurance If the supplier is certified in accordance with ISO 9001:2015 or equivalent quality assurance standards, and the certification covers the scope of delivery, it is sufficient to submit a copy of the valid certificate. Alternatively (if not certified), the supplier must submit a description of its quality assurance system, including routines and measures.
The criteria will be used to select the candidates to be invited for the second stage of the procedure

5.1.11 Procurement documents

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Deadline for receipt of expressions of interest : 10/07/2025 02:00 +00:00
Deadline until which the tender must remain valid : 4 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 : Contract Terms: General terms based on the Norwegian Government’s Standard Contract for Consultancy Assignments – SSA-O (used for call-offs) General terms based on the Norwegian Government’s Standard Assistance Agreement – SSA-B (used for call-offs) Annex 13: Other Attachments: Self-declaration on wages and working conditions Code of Conduct for Suppliers Declaration – Sanction List, Office of Foreign Assets Control (OFAC), U.S. Department of the Treasury Statnett's Guidelines on Impartiality for Consultants and Consulting Firms SDOK 510-10 – Restrictions on Country of Origin and Nationality
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 : 10
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Oslo Tingrett -
Organisation providing additional information about the procurement procedure : Statnett SF -

5.1 Lot technical ID : LOT-0002

Title : Construction and Contract Law
Description : Legal areas to be covered by the assistance: Construction and Contract Law
Internal identifier : 2

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79100000 Legal services
Options :
Description of the options : The contracting authority shall have the option to extend the framework agreement for an additional two years, for a maximum total duration of six years.

5.1.2 Place of performance

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

5.1.3 Estimated duration

Start date : 31/12/2025
Duration end date : 31/12/2029

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) : yes

5.1.9 Selection criteria

Criterion :
Type : Suitability to pursue the professional activity
Name : Requirement: The Supplier shall be a legally registered company. Documentation requirements: Norwegian Suppliers shall provide a copy of the Certification of Registration issued by Brønnøysundregister. Foreign Suppliers shall provide a copy of the Certificate of Registration from the Register of Companies in the country the Supplier is established in.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion :
Type : Economic and financial standing
Name : Requirement: The Supplier shall have sufficient economic and financial capacity to carry out it's contractual obligations. Document requirements: The Supplier shall provide a copy of it's credit score.
Description : The credit rating should not be older than three months. A definition or explanation of the rating symbols used by the credit rating agency must be included, to enable Statnett SF to assess and compare different ratings.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion :
Type : Technical and professional ability
Name : Requirement 1: Relevant Experience – The supplier must have extensive experience in delivering similar or comparable assignments relevant to the agreement areas/sub-contracts for which a tender is submitted. Requirement 2: Quality Assurance – The supplier must have and apply a sound and well-functioning quality management system that covers the scope of the delivery.
Description : Requirement 1: Relevant Experience The supplier must have extensive experience in carrying out similar deliveries or comparable assignments relevant to the agreement areas/sub-contracts for which the tender is submitted. "Similar assignments" refers to deliveries of a comparable nature, complexity, and scope as those requested in this procurement procedure. Knowledge and/or experience from the energy sector or from organizations with comparable complexity will be viewed positively. The contracting authority will consider both its own experience and references from other clients in the assessment of relevant experience. If the contracting authority has prior experience with the supplier, this will be given the same weight as other references. Requirement 2: Quality Assurance If the supplier is certified in accordance with ISO 9001:2015 or equivalent quality assurance standards, and the certification covers the scope of delivery, it is sufficient to submit a copy of the valid certificate. Alternatively (if not certified), the supplier must submit a description of its quality assurance system, including routines and measures.
The criteria will be used to select the candidates to be invited for the second stage of the procedure

5.1.11 Procurement documents

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Deadline for receipt of expressions of interest : 10/07/2025 02:00 +00:00
Deadline until which the tender must remain valid : 4 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 : Contract Terms: General terms based on the Norwegian Government’s Standard Contract for Consultancy Assignments – SSA-O (used for call-offs) General terms based on the Norwegian Government’s Standard Assistance Agreement – SSA-B (used for call-offs) Annex 13: Other Attachments: Self-declaration on wages and working conditions Code of Conduct for Suppliers Declaration – Sanction List, Office of Foreign Assets Control (OFAC), U.S. Department of the Treasury Statnett's Guidelines on Impartiality for Consultants and Consulting Firms SDOK 510-10 – Restrictions on Country of Origin and Nationality
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 : 10
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Oslo Tingrett -
Organisation providing additional information about the procurement procedure : Statnett SF -

5.1 Lot technical ID : LOT-0003

Title : Licensing, Land Rights, and Acquisition of Rights / including Reindeer Husbandry
Description : Legal areas to be covered by the assistance: Licensing, Land Rights, and Acquisition of Rights / including Reindeer Husbandry
Internal identifier : 3

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79100000 Legal services
Options :
Description of the options : The contracting authority shall have the option to extend the framework agreement for an additional two years, for a maximum total duration of six years.

5.1.2 Place of performance

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

5.1.3 Estimated duration

Start date : 31/12/2025
Duration end date : 31/12/2029

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) : yes

5.1.9 Selection criteria

Criterion :
Type : Suitability to pursue the professional activity
Name : Requirement: The Supplier shall be a legally registered company. Documentation requirements: Norwegian Suppliers shall provide a copy of the Certification of Registration issued by Brønnøysundregister. Foreign Suppliers shall provide a copy of the Certificate of Registration from the Register of Companies in the country the Supplier is established in.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion :
Type : Economic and financial standing
Name : Requirement: The Supplier shall have sufficient economic and financial capacity to carry out it's contractual obligations. Document requirements: The Supplier shall provide a copy of it's credit score.
Description : The credit rating should not be older than three months. A definition or explanation of the rating symbols used by the credit rating agency must be included, to enable Statnett SF to assess and compare different ratings.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion :
Type : Technical and professional ability
Name : Requirement 1: Relevant Experience – The supplier must have extensive experience in delivering similar or comparable assignments relevant to the agreement areas/sub-contracts for which a tender is submitted. Requirement 2: Quality Assurance – The supplier must have and apply a sound and well-functioning quality management system that covers the scope of the delivery.
Description : Requirement 1: Relevant Experience The supplier must have extensive experience in carrying out similar deliveries or comparable assignments relevant to the agreement areas/sub-contracts for which the tender is submitted. "Similar assignments" refers to deliveries of a comparable nature, complexity, and scope as those requested in this procurement procedure. Knowledge and/or experience from the energy sector or from organizations with comparable complexity will be viewed positively. The contracting authority will consider both its own experience and references from other clients in the assessment of relevant experience. If the contracting authority has prior experience with the supplier, this will be given the same weight as other references. Requirement 2: Quality Assurance If the supplier is certified in accordance with ISO 9001:2015 or equivalent quality assurance standards, and the certification covers the scope of delivery, it is sufficient to submit a copy of the valid certificate. Alternatively (if not certified), the supplier must submit a description of its quality assurance system, including routines and measures.
The criteria will be used to select the candidates to be invited for the second stage of the procedure

5.1.11 Procurement documents

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Deadline for receipt of expressions of interest : 10/07/2025 02:00 +00:00
Deadline until which the tender must remain valid : 4 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 : Contract Terms: General terms based on the Norwegian Government’s Standard Contract for Consultancy Assignments – SSA-O (used for call-offs) General terms based on the Norwegian Government’s Standard Assistance Agreement – SSA-B (used for call-offs) Annex 13: Other Attachments: Self-declaration on wages and working conditions Code of Conduct for Suppliers Declaration – Sanction List, Office of Foreign Assets Control (OFAC), U.S. Department of the Treasury Statnett's Guidelines on Impartiality for Consultants and Consulting Firms SDOK 510-10 – Restrictions on Country of Origin and Nationality
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 : 10
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Oslo Tingrett -
Organisation providing additional information about the procurement procedure : Statnett SF -

5.1 Lot technical ID : LOT-0004

Title : Licensing, Land Rights, and Acquisition of Rights / excluding Reindeer Husbandry
Description : Legal areas to be covered by the assistance: Licensing, Land Rights, and Acquisition of Rights / excluding Reindeer Husbandry
Internal identifier : 4

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79100000 Legal services
Options :
Description of the options : The contracting authority shall have the option to extend the framework agreement for an additional two years, for a maximum total duration of six years.

5.1.2 Place of performance

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

5.1.3 Estimated duration

Start date : 31/12/2025
Duration end date : 31/12/2029

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) : yes

5.1.9 Selection criteria

Criterion :
Type : Suitability to pursue the professional activity
Name : Requirement: The Supplier shall be a legally registered company. Documentation requirements: Norwegian Suppliers shall provide a copy of the Certification of Registration issued by Brønnøysundregister. Foreign Suppliers shall provide a copy of the Certificate of Registration from the Register of Companies in the country the Supplier is established in.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion :
Type : Economic and financial standing
Name : Requirement: The Supplier shall have sufficient economic and financial capacity to carry out it's contractual obligations. Document requirements: The Supplier shall provide a copy of it's credit score.
Description : The credit rating should not be older than three months. A definition or explanation of the rating symbols used by the credit rating agency must be included, to enable Statnett SF to assess and compare different ratings.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion :
Type : Technical and professional ability
Name : Requirement 1: Relevant Experience – The supplier must have extensive experience in delivering similar or comparable assignments relevant to the agreement areas/sub-contracts for which a tender is submitted. Requirement 2: Quality Assurance – The supplier must have and apply a sound and well-functioning quality management system that covers the scope of the delivery.
Description : Requirement 1: Relevant Experience The supplier must have extensive experience in carrying out similar deliveries or comparable assignments relevant to the agreement areas/sub-contracts for which the tender is submitted. "Similar assignments" refers to deliveries of a comparable nature, complexity, and scope as those requested in this procurement procedure. Knowledge and/or experience from the energy sector or from organizations with comparable complexity will be viewed positively. The contracting authority will consider both its own experience and references from other clients in the assessment of relevant experience. If the contracting authority has prior experience with the supplier, this will be given the same weight as other references. Requirement 2: Quality Assurance If the supplier is certified in accordance with ISO 9001:2015 or equivalent quality assurance standards, and the certification covers the scope of delivery, it is sufficient to submit a copy of the valid certificate. Alternatively (if not certified), the supplier must submit a description of its quality assurance system, including routines and measures.
The criteria will be used to select the candidates to be invited for the second stage of the procedure

5.1.11 Procurement documents

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Deadline for receipt of expressions of interest : 10/07/2025 02:00 +00:00
Deadline until which the tender must remain valid : 4 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 : Contract Terms: General terms based on the Norwegian Government’s Standard Contract for Consultancy Assignments – SSA-O (used for call-offs) General terms based on the Norwegian Government’s Standard Assistance Agreement – SSA-B (used for call-offs) Annex 13: Other Attachments: Self-declaration on wages and working conditions Code of Conduct for Suppliers Declaration – Sanction List, Office of Foreign Assets Control (OFAC), U.S. Department of the Treasury Statnett's Guidelines on Impartiality for Consultants and Consulting Firms SDOK 510-10 – Restrictions on Country of Origin and Nationality
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 : 10
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Oslo Tingrett -
Organisation providing additional information about the procurement procedure : Statnett SF -

5.1 Lot technical ID : LOT-0005

Title : Tax and Duties
Description : Legal areas to be covered by the assistance: Tax and Duties
Internal identifier : 5

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79100000 Legal services
Options :
Description of the options : The contracting authority shall have the option to extend the framework agreement for an additional two years, for a maximum total duration of six years.

5.1.2 Place of performance

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

5.1.3 Estimated duration

Start date : 31/12/2025
Duration end date : 31/12/2029

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) : yes

5.1.9 Selection criteria

Criterion :
Type : Suitability to pursue the professional activity
Name : Requirement: The Supplier shall be a legally registered company. Documentation requirements: Norwegian Suppliers shall provide a copy of the Certification of Registration issued by Brønnøysundregister. Foreign Suppliers shall provide a copy of the Certificate of Registration from the Register of Companies in the country the Supplier is established in.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion :
Type : Economic and financial standing
Name : Requirement: The Supplier shall have sufficient economic and financial capacity to carry out it's contractual obligations. Document requirements: The Supplier shall provide a copy of it's credit score.
Description : The credit rating should not be older than three months. A definition or explanation of the rating symbols used by the credit rating agency must be included, to enable Statnett SF to assess and compare different ratings.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion :
Type : Technical and professional ability
Name : Requirement 1: Relevant Experience – The supplier must have extensive experience in delivering similar or comparable assignments relevant to the agreement areas/sub-contracts for which a tender is submitted. Requirement 2: Quality Assurance – The supplier must have and apply a sound and well-functioning quality management system that covers the scope of the delivery.
Description : Requirement 1: Relevant Experience The supplier must have extensive experience in carrying out similar deliveries or comparable assignments relevant to the agreement areas/sub-contracts for which the tender is submitted. "Similar assignments" refers to deliveries of a comparable nature, complexity, and scope as those requested in this procurement procedure. Knowledge and/or experience from the energy sector or from organizations with comparable complexity will be viewed positively. The contracting authority will consider both its own experience and references from other clients in the assessment of relevant experience. If the contracting authority has prior experience with the supplier, this will be given the same weight as other references. Requirement 2: Quality Assurance If the supplier is certified in accordance with ISO 9001:2015 or equivalent quality assurance standards, and the certification covers the scope of delivery, it is sufficient to submit a copy of the valid certificate. Alternatively (if not certified), the supplier must submit a description of its quality assurance system, including routines and measures.
The criteria will be used to select the candidates to be invited for the second stage of the procedure

5.1.11 Procurement documents

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Deadline for receipt of expressions of interest : 10/07/2025 02:00 +00:00
Deadline until which the tender must remain valid : 4 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 : Contract Terms: General terms based on the Norwegian Government’s Standard Contract for Consultancy Assignments – SSA-O (used for call-offs) General terms based on the Norwegian Government’s Standard Assistance Agreement – SSA-B (used for call-offs) Annex 13: Other Attachments: Self-declaration on wages and working conditions Code of Conduct for Suppliers Declaration – Sanction List, Office of Foreign Assets Control (OFAC), U.S. Department of the Treasury Statnett's Guidelines on Impartiality for Consultants and Consulting Firms SDOK 510-10 – Restrictions on Country of Origin and Nationality
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 : 10
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Oslo Tingrett -
Organisation providing additional information about the procurement procedure : Statnett SF -

5.1 Lot technical ID : LOT-0006

Title : Energy Law
Description : Legal areas to be covered by the assistance: Energy Law
Internal identifier : 6

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79100000 Legal services
Options :
Description of the options : The contracting authority shall have the option to extend the framework agreement for an additional two years, for a maximum total duration of six years.

5.1.2 Place of performance

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

5.1.3 Estimated duration

Start date : 31/12/2025
Duration end date : 31/12/2029

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) : yes

5.1.9 Selection criteria

Criterion :
Type : Suitability to pursue the professional activity
Name : Requirement: The Supplier shall be a legally registered company. Documentation requirements: Norwegian Suppliers shall provide a copy of the Certification of Registration issued by Brønnøysundregister. Foreign Suppliers shall provide a copy of the Certificate of Registration from the Register of Companies in the country the Supplier is established in.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion :
Type : Economic and financial standing
Name : Requirement: The Supplier shall have sufficient economic and financial capacity to carry out it's contractual obligations. Document requirements: The Supplier shall provide a copy of it's credit score.
Description : The credit rating should not be older than three months. A definition or explanation of the rating symbols used by the credit rating agency must be included, to enable Statnett SF to assess and compare different ratings.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion :
Type : Technical and professional ability
Name : Requirement 1: Relevant Experience – The supplier must have extensive experience in delivering similar or comparable assignments relevant to the agreement areas/sub-contracts for which a tender is submitted. Requirement 2: Quality Assurance – The supplier must have and apply a sound and well-functioning quality management system that covers the scope of the delivery.
Description : Requirement 1: Relevant Experience The supplier must have extensive experience in carrying out similar deliveries or comparable assignments relevant to the agreement areas/sub-contracts for which the tender is submitted. "Similar assignments" refers to deliveries of a comparable nature, complexity, and scope as those requested in this procurement procedure. Knowledge and/or experience from the energy sector or from organizations with comparable complexity will be viewed positively. The contracting authority will consider both its own experience and references from other clients in the assessment of relevant experience. If the contracting authority has prior experience with the supplier, this will be given the same weight as other references. Requirement 2: Quality Assurance If the supplier is certified in accordance with ISO 9001:2015 or equivalent quality assurance standards, and the certification covers the scope of delivery, it is sufficient to submit a copy of the valid certificate. Alternatively (if not certified), the supplier must submit a description of its quality assurance system, including routines and measures.
The criteria will be used to select the candidates to be invited for the second stage of the procedure

5.1.11 Procurement documents

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Deadline for receipt of expressions of interest : 10/07/2025 02:00 +00:00
Deadline until which the tender must remain valid : 4 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 : Contract Terms: General terms based on the Norwegian Government’s Standard Contract for Consultancy Assignments – SSA-O (used for call-offs) General terms based on the Norwegian Government’s Standard Assistance Agreement – SSA-B (used for call-offs) Annex 13: Other Attachments: Self-declaration on wages and working conditions Code of Conduct for Suppliers Declaration – Sanction List, Office of Foreign Assets Control (OFAC), U.S. Department of the Treasury Statnett's Guidelines on Impartiality for Consultants and Consulting Firms SDOK 510-10 – Restrictions on Country of Origin and Nationality
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 : 10
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Oslo Tingrett -
Organisation providing additional information about the procurement procedure : Statnett SF -

5.1 Lot technical ID : LOT-0007

Title : ICT and Data Protection
Description : Legal areas to be covered by the assistance: ICT and Data Protection
Internal identifier : 7

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79100000 Legal services
Options :
Description of the options : The contracting authority shall have the option to extend the framework agreement for an additional two years, for a maximum total duration of six years.

5.1.2 Place of performance

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

5.1.3 Estimated duration

Start date : 31/12/2025
Duration end date : 31/12/2029

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) : yes

5.1.9 Selection criteria

Criterion :
Type : Suitability to pursue the professional activity
Name : Requirement: The Supplier shall be a legally registered company. Documentation requirements: Norwegian Suppliers shall provide a copy of the Certification of Registration issued by Brønnøysundregister. Foreign Suppliers shall provide a copy of the Certificate of Registration from the Register of Companies in the country the Supplier is established in.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion :
Type : Economic and financial standing
Name : Requirement: The Supplier shall have sufficient economic and financial capacity to carry out it's contractual obligations. Document requirements: The Supplier shall provide a copy of it's credit score.
Description : The credit rating should not be older than three months. A definition or explanation of the rating symbols used by the credit rating agency must be included, to enable Statnett SF to assess and compare different ratings.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion :
Type : Technical and professional ability
Name : Requirement 1: Relevant Experience – The supplier must have extensive experience in delivering similar or comparable assignments relevant to the agreement areas/sub-contracts for which a tender is submitted. Requirement 2: Quality Assurance – The supplier must have and apply a sound and well-functioning quality management system that covers the scope of the delivery.
Description : Requirement 1: Relevant Experience The supplier must have extensive experience in carrying out similar deliveries or comparable assignments relevant to the agreement areas/sub-contracts for which the tender is submitted. "Similar assignments" refers to deliveries of a comparable nature, complexity, and scope as those requested in this procurement procedure. Knowledge and/or experience from the energy sector or from organizations with comparable complexity will be viewed positively. The contracting authority will consider both its own experience and references from other clients in the assessment of relevant experience. If the contracting authority has prior experience with the supplier, this will be given the same weight as other references. Requirement 2: Quality Assurance If the supplier is certified in accordance with ISO 9001:2015 or equivalent quality assurance standards, and the certification covers the scope of delivery, it is sufficient to submit a copy of the valid certificate. Alternatively (if not certified), the supplier must submit a description of its quality assurance system, including routines and measures.
The criteria will be used to select the candidates to be invited for the second stage of the procedure

5.1.11 Procurement documents

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Deadline for receipt of expressions of interest : 10/07/2025 02:00 +00:00
Deadline until which the tender must remain valid : 4 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 : Contract Terms: General terms based on the Norwegian Government’s Standard Contract for Consultancy Assignments – SSA-O (used for call-offs) General terms based on the Norwegian Government’s Standard Assistance Agreement – SSA-B (used for call-offs) Annex 13: Other Attachments: Self-declaration on wages and working conditions Code of Conduct for Suppliers Declaration – Sanction List, Office of Foreign Assets Control (OFAC), U.S. Department of the Treasury Statnett's Guidelines on Impartiality for Consultants and Consulting Firms SDOK 510-10 – Restrictions on Country of Origin and Nationality
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 : 10
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Oslo Tingrett -
Organisation providing additional information about the procurement procedure : Statnett SF -

5.1 Lot technical ID : LOT-0008

Title : Finance, Corporate Law, Stock Exchange Regulation, and Financial Reporting
Description : Legal areas to be covered by the assistance: Finance, Corporate Law, Stock Exchange Regulation, and Financial Reporting
Internal identifier : 8

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79100000 Legal services
Options :
Description of the options : The contracting authority shall have the option to extend the framework agreement for an additional two years, for a maximum total duration of six years.

5.1.2 Place of performance

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

5.1.3 Estimated duration

Start date : 31/12/2025
Duration end date : 31/12/2029

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) : yes

5.1.9 Selection criteria

Criterion :
Type : Suitability to pursue the professional activity
Name : Requirement: The Supplier shall be a legally registered company. Documentation requirements: Norwegian Suppliers shall provide a copy of the Certification of Registration issued by Brønnøysundregister. Foreign Suppliers shall provide a copy of the Certificate of Registration from the Register of Companies in the country the Supplier is established in.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion :
Type : Economic and financial standing
Name : Requirement: The Supplier shall have sufficient economic and financial capacity to carry out it's contractual obligations. Document requirements: The Supplier shall provide a copy of it's credit score.
Description : The credit rating should not be older than three months. A definition or explanation of the rating symbols used by the credit rating agency must be included, to enable Statnett SF to assess and compare different ratings.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion :
Type : Technical and professional ability
Name : Requirement 1: Relevant Experience – The supplier must have extensive experience in delivering similar or comparable assignments relevant to the agreement areas/sub-contracts for which a tender is submitted. Requirement 2: Quality Assurance – The supplier must have and apply a sound and well-functioning quality management system that covers the scope of the delivery.
Description : Requirement 1: Relevant Experience The supplier must have extensive experience in carrying out similar deliveries or comparable assignments relevant to the agreement areas/sub-contracts for which the tender is submitted. "Similar assignments" refers to deliveries of a comparable nature, complexity, and scope as those requested in this procurement procedure. Knowledge and/or experience from the energy sector or from organizations with comparable complexity will be viewed positively. The contracting authority will consider both its own experience and references from other clients in the assessment of relevant experience. If the contracting authority has prior experience with the supplier, this will be given the same weight as other references. Requirement 2: Quality Assurance If the supplier is certified in accordance with ISO 9001:2015 or equivalent quality assurance standards, and the certification covers the scope of delivery, it is sufficient to submit a copy of the valid certificate. Alternatively (if not certified), the supplier must submit a description of its quality assurance system, including routines and measures.
The criteria will be used to select the candidates to be invited for the second stage of the procedure

5.1.11 Procurement documents

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Deadline for receipt of expressions of interest : 10/07/2025 02:00 +00:00
Deadline until which the tender must remain valid : 4 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 : Contract Terms: General terms based on the Norwegian Government’s Standard Contract for Consultancy Assignments – SSA-O (used for call-offs) General terms based on the Norwegian Government’s Standard Assistance Agreement – SSA-B (used for call-offs) Annex 13: Other Attachments: Self-declaration on wages and working conditions Code of Conduct for Suppliers Declaration – Sanction List, Office of Foreign Assets Control (OFAC), U.S. Department of the Treasury Statnett's Guidelines on Impartiality for Consultants and Consulting Firms SDOK 510-10 – Restrictions on Country of Origin and Nationality
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 : 10
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Oslo Tingrett -
Organisation providing additional information about the procurement procedure : Statnett SF -

5.1 Lot technical ID : LOT-0009

Title : Offshore Projects and International Cooperation/Developments
Description : Legal areas to be covered by the assistance: Offshore Projects and International Cooperation/Developments
Internal identifier : 9

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79100000 Legal services
Options :
Description of the options : The contracting authority shall have the option to extend the framework agreement for an additional two years, for a maximum total duration of six years.

5.1.2 Place of performance

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

5.1.3 Estimated duration

Start date : 31/12/2025
Duration end date : 31/12/2029

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) : yes

5.1.9 Selection criteria

Criterion :
Type : Suitability to pursue the professional activity
Name : Requirement: The Supplier shall be a legally registered company. Documentation requirements: Norwegian Suppliers shall provide a copy of the Certification of Registration issued by Brønnøysundregister. Foreign Suppliers shall provide a copy of the Certificate of Registration from the Register of Companies in the country the Supplier is established in.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion :
Type : Economic and financial standing
Name : Requirement: The Supplier shall have sufficient economic and financial capacity to carry out it's contractual obligations. Document requirements: The Supplier shall provide a copy of it's credit score.
Description : The credit rating should not be older than three months. A definition or explanation of the rating symbols used by the credit rating agency must be included, to enable Statnett SF to assess and compare different ratings.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion :
Type : Technical and professional ability
Name : Requirement 1: Relevant Experience – The supplier must have extensive experience in delivering similar or comparable assignments relevant to the agreement areas/sub-contracts for which a tender is submitted. Requirement 2: Quality Assurance – The supplier must have and apply a sound and well-functioning quality management system that covers the scope of the delivery.
Description : Requirement 1: Relevant Experience The supplier must have extensive experience in carrying out similar deliveries or comparable assignments relevant to the agreement areas/sub-contracts for which the tender is submitted. "Similar assignments" refers to deliveries of a comparable nature, complexity, and scope as those requested in this procurement procedure. Knowledge and/or experience from the energy sector or from organizations with comparable complexity will be viewed positively. The contracting authority will consider both its own experience and references from other clients in the assessment of relevant experience. If the contracting authority has prior experience with the supplier, this will be given the same weight as other references. Requirement 2: Quality Assurance If the supplier is certified in accordance with ISO 9001:2015 or equivalent quality assurance standards, and the certification covers the scope of delivery, it is sufficient to submit a copy of the valid certificate. Alternatively (if not certified), the supplier must submit a description of its quality assurance system, including routines and measures.
The criteria will be used to select the candidates to be invited for the second stage of the procedure

5.1.11 Procurement documents

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Deadline for receipt of expressions of interest : 10/07/2025 02:00 +00:00
Deadline until which the tender must remain valid : 4 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 : Contract Terms: General terms based on the Norwegian Government’s Standard Contract for Consultancy Assignments – SSA-O (used for call-offs) General terms based on the Norwegian Government’s Standard Assistance Agreement – SSA-B (used for call-offs) Annex 13: Other Attachments: Self-declaration on wages and working conditions Code of Conduct for Suppliers Declaration – Sanction List, Office of Foreign Assets Control (OFAC), U.S. Department of the Treasury Statnett's Guidelines on Impartiality for Consultants and Consulting Firms SDOK 510-10 – Restrictions on Country of Origin and Nationality
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 : 10
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Oslo Tingrett -
Organisation providing additional information about the procurement procedure : Statnett SF -

5.1 Lot technical ID : LOT-0011

Title : Other Legal Assistance
Description : Legal areas to be covered by the assistance: Other Legal Assistance
Internal identifier : 10

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79100000 Legal services
Options :
Description of the options : The contracting authority shall have the option to extend the framework agreement for an additional two years, for a maximum total duration of six years.

5.1.2 Place of performance

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

5.1.3 Estimated duration

Start date : 31/12/2025
Duration end date : 31/12/2029

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) : yes

5.1.9 Selection criteria

Criterion :
Type : Suitability to pursue the professional activity
Name : Requirement: The Supplier shall be a legally registered company. Documentation requirements: Norwegian Suppliers shall provide a copy of the Certification of Registration issued by Brønnøysundregister. Foreign Suppliers shall provide a copy of the Certificate of Registration from the Register of Companies in the country the Supplier is established in.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion :
Type : Economic and financial standing
Name : Requirement: The Supplier shall have sufficient economic and financial capacity to carry out it's contractual obligations. Document requirements: The Supplier shall provide a copy of it's credit score.
Description : The credit rating should not be older than three months. A definition or explanation of the rating symbols used by the credit rating agency must be included, to enable Statnett SF to assess and compare different ratings.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion :
Type : Technical and professional ability
Name : Requirement 1: Relevant Experience – The supplier must have extensive experience in delivering similar or comparable assignments relevant to the agreement areas/sub-contracts for which a tender is submitted. Requirement 2: Quality Assurance – The supplier must have and apply a sound and well-functioning quality management system that covers the scope of the delivery.
Description : Requirement 1: Relevant Experience The supplier must have extensive experience in carrying out similar deliveries or comparable assignments relevant to the agreement areas/sub-contracts for which the tender is submitted. "Similar assignments" refers to deliveries of a comparable nature, complexity, and scope as those requested in this procurement procedure. Knowledge and/or experience from the energy sector or from organizations with comparable complexity will be viewed positively. The contracting authority will consider both its own experience and references from other clients in the assessment of relevant experience. If the contracting authority has prior experience with the supplier, this will be given the same weight as other references. Requirement 2: Quality Assurance If the supplier is certified in accordance with ISO 9001:2015 or equivalent quality assurance standards, and the certification covers the scope of delivery, it is sufficient to submit a copy of the valid certificate. Alternatively (if not certified), the supplier must submit a description of its quality assurance system, including routines and measures.
The criteria will be used to select the candidates to be invited for the second stage of the procedure

5.1.11 Procurement documents

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Deadline for receipt of expressions of interest : 10/07/2025 02:00 +00:00
Deadline until which the tender must remain valid : 4 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 : Contract Terms: General terms based on the Norwegian Government’s Standard Contract for Consultancy Assignments – SSA-O (used for call-offs) General terms based on the Norwegian Government’s Standard Assistance Agreement – SSA-B (used for call-offs) Annex 13: Other Attachments: Self-declaration on wages and working conditions Code of Conduct for Suppliers Declaration – Sanction List, Office of Foreign Assets Control (OFAC), U.S. Department of the Treasury Statnett's Guidelines on Impartiality for Consultants and Consulting Firms SDOK 510-10 – Restrictions on Country of Origin and Nationality
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 : 10
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Oslo Tingrett -
Organisation providing additional information about the procurement procedure : Statnett SF -

8. Organisations

8.1 ORG-0001

Official name : Statnett SF
Registration number : 962986633
Postal address : PB 4904 Nydalen
Town : OSLO
Postcode : 0423
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Jannicke Klepp Tryggestad
Telephone : 41147254
Internet address : https://www.statnett.no
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure

8.1 ORG-0004

Official name : Oslo Tingrett
Registration number : 926725939
Postal address : C. J. Hambros plass 4
Town : OSLO
Postcode : 0164
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : 22035200
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : 8efb7cde-5753-4e73-ad29-efd030f33197 - 01
Form type : Competition
Notice type : Prior information notice or a periodic indicative notice used as a call for competition – standard regime
Notice dispatch date : 06/06/2025 16:05 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00374590-2025
OJ S issue number : 110/2025
Publication date : 11/06/2025