Services - 718297-2022

23/12/2022    S248

Norway-Oslo: Legal services

2022/S 248-718297

Social and other specific services – public contracts

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Politiets fellestjenester
National registration number: 974 761 157
Postal address: Fridtjof Nansens vei 14
Town: OSLO
NUTS code: NO Norge
Postal code: 0369
Country: Norway
Contact person: Rolf Groth
E-mail: rolf.groth@politiet.no
Telephone: +47 61318000
Internet address(es):
Main address: http://www.politiet.no
I.3)Communication
Access to the procurement documents is restricted. Further information can be obtained at: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=349365&B=POLITIET
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=349365&B=POLITIET
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5)Main activity
Public order and safety

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Legal services – Public procurements/contracts and labour law, etc.

Reference number: 22/128095
II.1.2)Main CPV code
79100000 Legal services
II.1.3)Type of contract
Services
II.1.4)Short description:

The Norwegian Police Shared services [Politiets Fellestjenester (PFT)], hereinafter referred to as the contracting authority, shall, on behalf of the Norwegian Police and the Norwegian Police Security Service, enter into framework agreements for legal services. Specification of who the Customer is according to the agreement, is given in the agreement's Appendix 1.

The procurement is divided into the following lots:

1. EU/EEA law with particular emphasis on public procurements and contracts, including ICT procurements

2. Labour law (both individual and collective), etc. The main emphasis of the need is within labour law

The services offered in the framework agreement are further described in Annex 1.

Based on historical figures and estimated future consumption, it is possible to estimate a total probable scope of up to NOK 25.5 million excluding VAT for both lots during the agreement period including options.

Estimate for Lot 1: NOK 5.5 million. Estimate for Lot 2: NOK 20 million.

II.1.5)Estimated total value
Value excluding VAT: 25 500 000.00 NOK
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:

Legal services – Public procurements/contracts and labour law, etc.

Lot No: 1
II.2.2)Additional CPV code(s)
75231000 Judicial services
79110000 Legal advisory and representation services
79111000 Legal advisory services
II.2.3)Place of performance
NUTS code: NO Norge
Main site or place of performance:

OSLO

II.2.4)Description of the procurement:

Lot 1 involves EU/EEA law with particular emphasis on public procurements and contracts, including ICT procurements.

In addition, the Tenderer for Lot 1 must also be able to assist with legal consultancy related to the following legal areas/additional areas:

• Copyright and intellectual property rights

• The Security Act and associated regulations

• Aviation legislation

• Value-added legislation

• Contract law, including i.a. SSA and Norwegian Standard contracts

• Company law limited to contracts related to the hire of property covered by a parallel procurement and contract

Lot 2 involves labour law (both individual and collective), etc. Most of the need is within labour law.

Additional areas under Lot 2:

• Company law

• Tax law

• Administrative legislation

• The Open Files Act

• The data protection legislation

• The compensation legislation

The services offered in the framework agreement are further described in Annex 1.

II.2.6)Estimated value
Value excluding VAT: 25 500 000.00 NOK
II.2.7)Duration of the contract or the framework agreement
Duration in months: 24
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information

The contracting authority has the option to extend the contract on verbatim terms for 1 year + 1 year so that the total possible contract length is 4 years.

II.2)Description
II.2.1)Title:
Lot No: 2
II.2.2)Additional CPV code(s)
75231000 Judicial services
79100000 Legal services
79111000 Legal advisory services
II.2.3)Place of performance
NUTS code: NO Norge
II.2.4)Description of the procurement:

Lot 1 involves EU/EEA law with particular emphasis on public procurements and contracts, including ICT procurements.

In addition, the Tenderer for Lot 1 must also be able to assist with legal consultancy related to the following legal areas/additional areas:

• Copyright and intellectual property rights

• The Security Act and associated regulations

• Aviation legislation

• Value-added legislation

• Contract law, including i.a. SSA and Norwegian Standard contracts

• Company law limited to contracts related to the hire of property covered by a parallel procurement and contract

Lot 2 involves labour law (both individual and collective), etc. Most of the need is within labour law.

Additional areas under Lot 2:

• Company law

• Tax law

• Administrative legislation

• The Open Files Act

• The data protection legislation

• The compensation legislation

The services offered in the framework agreement are further described in Annex 1.

II.2.6)Estimated value
II.2.7)Duration of the contract or the framework agreement
Duration in months: 24
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information

The contracting authority has the option to extend the contract on verbatim terms for 1 year + 1 year so that the total possible contract length is 4 years.

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
III.1.4)Objective rules and criteria for participation
List and brief description of rules and criteria:

Qualification requirement and documentation requirement:

Tenderers must have sufficient economic and financial capacity to fulfil the contract. Creditworthiness with no requirement for guarantees will be sufficient to meet the requirement.

- A credit rating based on the most recent financial figures. The rating must be carried out by a credit rating agency with a licence to provide such service.

Tenderers must have experience from comparable assignments.

Description in Appendix 2a/b Reference list of up to 5 of the tenderer's most relevant/comparable assignments per lot during the last 3 years.

Tenderers must have the permission to conduct lawyer services in Norway.

-Documentation that statutory security has been provided for the supervisory council for legal practice

Tenderers must have a good and well-functioning quality assurance and management system for the provided services

Tenderers must submit documentation of the quality assurance system and management system.

III.2)Conditions related to the contract
III.2.3)Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1)Description
IV.1.1)Form of procedure
Open procedure
IV.1.3)Information about framework agreement
The procurement involves the establishment of a framework agreement
IV.1.10)Identification of the national rules applicable to the procedure:
IV.1.11)Main features of the award procedure:

For this competition, the contracting authority has chosen make an evaluation based solely on price.

It is emphasised that the quality of the deliveries is important, and this is ensured through strict minimum requirements in the tender documentation.

The award shall occur exclusively on which tender offer has the lowest price.

IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participate / Time limit for receipt of expressions of interest
Date: 20/01/2023
Local time: 12:00
IV.2.4)Languages in which tenders or requests to participate may be submitted:
Norwegian

Section VI: Complementary information

VI.2)Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Official name: Oslo tingrett
Postal address: Postboks 2106 Vika
Town: Oslo
Postal code: 0125
Country: Norway
E-mail: oslo.tingrett@domstol.no
Telephone: +47 22035200
Internet address: https://www.domstol.no/no/Enkelt-domstol/oslo--tingrett/om-domstolen/
VI.4.2)Body responsible for mediation procedures
Official name: Oslo tingrett
Postal address: Postboks 2106 Vika
Town: Oslo
Postal code: 0125
Country: Norway
E-mail: oslo.tingrett@domstol.no
Telephone: +47 22035200
Internet address: https://www.domstol.no/no/Enkelt-domstol/oslo--tingrett/om-domstolen/
VI.4.4)Service from which information about the review procedure may be obtained
Official name: Politiets fellestjenester (PFT)
Town: Oslo
Country: Norway
E-mail: post.fellestjenester@politiet.no
Internet address: https://www.politiet.no/om/organisasjonen/andre/pft/
VI.5)Date of dispatch of this notice:
21/12/2022