Procurement of consultancy services for route planning.

The procurement shall provide assistance to the contracting authority, both professionally and in processes, for planning projects, where the contracting authority does not have the capacity to carry out the work itself. The need will mainly be within consultancy and deliveries in projects, for example, the preparation of route offers, …

CPV: 79410000 Poradenské služby v oblasti obchodu a riadenia, 79000000 Podnikateľské služby: právo, marketing, konzultácie, nábor pracovníkov, tlačiarenské a bezpečnostné služby
Termín:
22. september 2025 10:00
Typ termínu:
Predloženie ponuky
Miesto vykonania:
Procurement of consultancy services for route planning.
Udeľujúci orgán:
INNLANDET FYLKESKOMMUNE
Číslo udelenia:
2025/18201

1. Buyer

1.1 Buyer

Official name : INNLANDET FYLKESKOMMUNE
Legal type of the buyer : Regional authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Procurement of consultancy services for route planning.
Description : The procurement shall provide assistance to the contracting authority, both professionally and in processes, for planning projects, where the contracting authority does not have the capacity to carry out the work itself. The need will mainly be within consultancy and deliveries in projects, for example, the preparation of route offers, assessment of existing lines, analysis of existing route offers etc.
Procedure identifier : 5114eb8f-bbea-4790-880e-55ef8df312af
Internal identifier : 2025/18201
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : The procurement shall provide assistance to the contracting authority, both professionally and in processes, for planning projects, where the contracting authority does not have the capacity to carry out the work itself. The need will mainly be within consultancy and deliveries in projects, for example, the preparation of route offers, assessment of existing lines, analysis of existing route offers etc.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79410000 Business and management consultancy services
Additional classification ( cpv ): 79000000 Business services: law, marketing, consulting, recruitment, printing and security

2.1.2 Place of performance

Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 10 000 000 Norwegian krone
Maximum value of the framework agreement : 10 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - The procurement will be made in accordance with the Public Procurement Act dated 17 June 2016 no. 73 (LOA), and the public procurement regulations dated 12 August 2016 no. 974 (FOA), parts I and III. This procurement follows the procedure open tender contest, cf. the Public Procurement Regulations § 13-1 (1).

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 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.
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.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Procurement of consultancy services for route planning.
Description : The procurement shall provide assistance to the contracting authority, both professionally and in processes, for planning projects, where the contracting authority does not have the capacity to carry out the work itself. The need will mainly be within consultancy and deliveries in projects, for example, the preparation of route offers, assessment of existing lines, analysis of existing route offers etc.
Internal identifier : 2025/18201

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79410000 Business and management consultancy services
Additional classification ( cpv ): 79000000 Business services: law, marketing, consulting, recruitment, printing and security

5.1.2 Place of performance

Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 12/10/2025
Duration end date : 15/10/2029

5.1.5 Value

Estimated value excluding VAT : 10 000 000 Norwegian krone
Maximum value of the framework agreement : 10 000 000 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

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Hourly rate planning and review assignments.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 15
Criterion :
Type : Price
Name : Price
Description : Hourly rate fixed hire
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 5
Criterion :
Type : Quality
Name : Assignment comprehension and solution proposals.
Description : A description shall be provided of the work process that shall form the basis for planning the route offer. The document shall give a general presentation of how the work is be implemented and include a closer account of the following: • Necessary activities: Which concrete steps and measures that must be implemented in planning process. • Basis for the planning: Which data, analyses, principles and guidelines that will form the basis for the work. • Work form: How the planning will organised and carried out in practice, including the use of tools and collaboration internally. • Involvement of the contracting authority: How and in which phases the contracting authority will be involved, including dialogue points, decision making and any clarification need.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 25
Criterion :
Type : Quality
Name : Competence and experience
Description : • Description of previous assignments and relevance. connected to our assignment • Experience and competence of the offered resources • General experience with route planning
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 45
Criterion :
Type : Quality
Name : Response
Description : Response
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 15/09/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/263036744.aspx
Ad hoc communication channel :
Name : Mercell

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 : 22/09/2025 10:00 +00:00
Deadline until which the tender must remain valid : 92 Day
Information about public opening :
Opening date : 22/09/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : See the qualification requirements

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 10
Justification for the duration of the framework agreement : Completion of assignments
Additional buyer coverage : Must be agreed with the contracting authority.
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Østre Innlandet tingrett
Information about review deadlines : -

8. Organisations

8.1 ORG-0001

Official name : INNLANDET FYLKESKOMMUNE
Registration number : 920717152
Postal address : Parkgata 64
Town : HAMAR
Postcode : 2317
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Contact point : Petter Mølmen
Telephone : 62 00 08 80
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Østre Innlandet tingrett
Registration number : 935364892
Town : Hamar
Postcode : 2326
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : f114be75-bf1b-41f7-b039-82ec839e75ee - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 21/08/2025 12:26 +00:00
Notice dispatch date (eSender) : 21/08/2025 13:41 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00552385-2025
OJ S issue number : 161/2025
Publication date : 25/08/2025