Mapping the clarification measure.

The aim of the procurement is to strengthen the knowledge basis on the clarification measure in order to assess the use, device and organisation of the initiative. The project shall describe and analyse the following: - The organisation and use of the measure over time - to what degree the …

CPV: 73000000 Storitve na področju raziskav in razvoja ter s tem povezane svetovalne storitve, 73200000 Storitve svetovanja na področju raziskav in razvoja, 73210000 Storitve svetovanja na področju raziskav
Rok:
20. maj 2025. 10:00
Vrsta roka:
Oddaja ponudbe
Kraj izvršitve:
Mapping the clarification measure.
Organ za podeljevanje:
Arbeids- og inkluderingsdepartementet
Številka dodelitve:
25/1288

1. Buyer

1.1 Buyer

Official name : Arbeids- og inkluderingsdepartementet
Legal type of the buyer : Central government authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Mapping the clarification measure.
Description : The aim of the procurement is to strengthen the knowledge basis on the clarification measure in order to assess the use, device and organisation of the initiative. The project shall describe and analyse the following: - The organisation and use of the measure over time - to what degree the clarification measure is a suitable means - the clarification measure compared with other relevant labour market measures and the Norwegian Labour and Welfare Administration ́s ordinary clarification offer, the final delivery deadline for the contract is 1 June 2027. The estimated value of the procurement is NOK 2.0 million (excluding VAT) for the years 2025 - 2027. See annex 1 of the contract for further details on the delivery.
Procedure identifier : 0e85b6fc-7126-47e8-beb2-1ee95b610399
Internal identifier : 25/1288
Type of procedure : Open
Justification for the accelerated procedure :
Main features of the procedure : The procurement will be made in accordance with the Act from 17 June 2016 no. 73 on public procurements (the Procurement Act) and regulations 12 August 2016 no. 974 on public procurements (the procurement regulations), part I and part III after the procurement procedure open tender contest, c.f. the procurement regulations § 13-1(1). The procurement is published in Doffin and TED. Negotiations are not allowed in this competition. Tenders cannot, therefore, be changed after the tender deadline has expired.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 73000000 Research and development services and related consultancy services
Additional classification ( cpv ): 73200000 Research and development consultancy services
Additional classification ( cpv ): 73210000 Research consultancy services

2.1.2 Place of performance

Anywhere

2.1.3 Value

Estimated value excluding VAT : 2 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy 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.
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.
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.
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.
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)
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?
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.
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).
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).
Child labour and 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).
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.
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.
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.
Guilty of 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?
Guilty of 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.
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 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.
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?
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.
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?
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.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Mapping the clarification measure.
Description : The aim of the procurement is to strengthen the knowledge basis on the clarification measure in order to assess the use, device and organisation of the initiative. The project shall describe and analyse the following: - The organisation and use of the measure over time - to what degree the clarification measure is a suitable means - the clarification measure compared with other relevant labour market measures and the Norwegian Labour and Welfare Administration ́s ordinary clarification offer, the final delivery deadline for the contract is 1 June 2027. The estimated value of the procurement is NOK 2.0 million (excluding VAT) for the years 2025 - 2027. See annex 1 of the contract for further details on the delivery.
Internal identifier : 25/1288

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 73000000 Research and development services and related consultancy services
Additional classification ( cpv ): 73200000 Research and development consultancy services
Additional classification ( cpv ): 73210000 Research consultancy services

5.1.2 Place of performance

Anywhere
Additional information :

5.1.3 Estimated duration

Duration : 3 Year

5.1.5 Value

Estimated value excluding VAT : 2 000 000 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) : yes

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Tax Certificate
Description : Requirement: Payment of taxes and duties. Documentation requirement For Norwegian tenderers: Tax certificate, not older than 6 months, which confirms that the tenderer has met his obligations with respect to the payment of taxes, social security contribution skatteetaten.no s and VAT. If this is not possible, it can be ordered from the tax collector or the Norwegian Tax Administration. The certificate is electronically certified and is therefore not signed. See the skatteetaten.no for further information.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Legal position
Description : Qualification requirement: Tenderers shall be a legally established company. Documentation requirement • Norwegian companies: Company Registration Certificate or printout from the Register of Entities for non-registration obliged individual companies. • Foreign companies: Confirmation that the company is registered in a trade or business register as prescribed by the law of the country where the company is established. The confirmation can be submitted in writing or with reference to BRIS.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Technical and professional qualifications
Description : Qualification requirement: Tenderers must have sufficient ability and experience to be able to carry out the delivery. This includes experience with assignments that have included: - Analyses of labour market measures - Quantitative and qualitative analyses Documentation requirements • Description of a minimum of three of the tenderer's most relevant assignments from the last five years. The descriptions must include the contract value, date, name of the contracting authority and references to the publications. Qualification requirement: Tenderers must have sufficient capacity to be able to fulfil the contract. Documentation requirement • A description of the tenderer's average annual number of professional employees with relevance to this project in the last three years. Qualification requirement: Tenderers shall have sufficient competence to be able to fulfil the contract. Documentation requirement • An overview shall be enclosed of education, professional qualifications and publications for employees at the tenderer with relevant knowledge and experience for the procurement. Relevant knowledge and experience means experience from equivalent disciplines and with complexity and scope that is requested in this tender documentation, cf. also the assignment description in annex 1.
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Points will be awarded under this award criteria after comparing the tenders ́ hourly rate for the assignment, cf. annex 5 to the contract.
Weight (percentage, exact) : 10
Criterion :
Type : Quality
Name : Competence of offered personnel
Description : CVs with a reference list for the offered personnel and completed annex 4 to the contract, Administrative provisions.
Weight (percentage, exact) : 40
Criterion :
Type : Quality
Name : Assignment comprehension
Description : Completed Annex 2 of the contract, the Tenderer ́s specification of the assignment. The assignment comprehension should not exceed 10 A4 pages. Completed annex 3 to the contract, Project and progress plan.
Weight (percentage, exact) : 50
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Deadline for requesting additional information : 09/05/2025 10:00 +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 : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 20/05/2025 10:00 +00:00
Deadline until which the tender must remain valid : 2025 Year
Information about public opening :
Opening date : 21/05/2025 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 : 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
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Oslo Tingrett
Organisation providing additional information about the procurement procedure : Arbeids- og inkluderingsdepartementet
Organisation providing offline access to the procurement documents : Arbeids- og inkluderingsdepartementet

8. Organisations

8.1 ORG-0001

Official name : Arbeids- og inkluderingsdepartementet
Registration number : 983 887 457
Postal address : Postboks 8019 Dep
Town : Oslo
Postcode : 0030
Country : Norway
Contact point : Roger Lorås
Telephone : +47 22249090
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents

8.1 ORG-0002

Official name : Oslo Tingrett
Registration number : 926725939
Postal address : Postboks 2106 Vika
Town : OSLO
Postcode : 0125
Country : Norway
Telephone : +47 22035200
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : e6dabe09-3ebb-44fa-a0fb-e0b7e08ef42b - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 04/04/2025 06:16 +00:00
Notice dispatch date (eSender) : 04/04/2025 10:00 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00220547-2025
OJ S issue number : 68/2025
Publication date : 07/04/2025