Hotel and courses/conference services 2025-2029

The procurement shall cover the contracting authority ́s need for hotel accommodation and courses/conference services at locations in Norway and The Nordic countries (stated in Annex D Price Form). The Contracting Authority shall enter into this agreement on behalf of the Ministry of Defence (FD) with the at any given …

CPV: 55100000 Hotelové služby, 55110000 Ubytovací služby, 55120000 Konferenční služby, 55130000 Jiné ubytovací služby, 55300000 Provozování restaurací a podávání jídel, 79997000 Zajišťování obchodních cest
Termín:
3. července 2025 10:00
Typ lhůty:
Podání nabídky
Místo provedení:
Hotel and courses/conference services 2025-2029
Misto zadání:
FORSVARSMATERIELL
Číslo zakázky:
2024047985

1. Buyer

1.1 Buyer

Official name : FORSVARSMATERIELL
Legal type of the buyer : Defence contractor
Activity of the contracting authority : Defence

2. Procedure

2.1 Procedure

Title : Hotel and courses/conference services 2025-2029
Description : The procurement shall cover the contracting authority ́s need for hotel accommodation and courses/conference services at locations in Norway and The Nordic countries (stated in Annex D Price Form). The Contracting Authority shall enter into this agreement on behalf of the Ministry of Defence (FD) with the at any given time underlying agencies. The procurement is divided into two service areas and the Tenderer can choose to offer one service area or both service areas: TO1 Room/Breakfast: This part only includes regular hotel overnight stays, including breakfast. TO2 Courses/conferences: This part includes courses and conference services with and without overnight stays.
Procedure identifier : 23592dd2-1341-4437-aa7e-3556e6fabe33
Internal identifier : 2024047985
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 55100000 Hotel services
Additional classification ( cpv ): 55110000 Hotel accommodation services
Additional classification ( cpv ): 55120000 Hotel meeting and conference services
Additional classification ( cpv ): 55130000 Other hotel services
Additional classification ( cpv ): 55300000 Restaurant and food-serving services
Additional classification ( cpv ): 79997000 Business travel services

2.1.2 Place of performance

Country subdivision (NUTS) : Arr. de Bruxelles-Capitale/Arr. Brussel-Hoofdstad ( BE100 )
Country : Belgium

2.1.2 Place of performance

Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark

2.1.2 Place of performance

Country subdivision (NUTS) : Sydjylland ( DK032 )
Country : Denmark

2.1.2 Place of performance

Country subdivision (NUTS) : Vestjylland ( DK041 )
Country : Denmark

2.1.2 Place of performance

Country subdivision (NUTS) : Nordjylland ( DK050 )
Country : Denmark

2.1.2 Place of performance

Country subdivision (NUTS) : Kymenlaakso ( FI1C7 )
Country : Finland

2.1.2 Place of performance

Country subdivision (NUTS) : Lappi ( FI1D7 )
Country : Finland

2.1.2 Place of performance

Country subdivision (NUTS) : Etelä-Savo ( FI1DA )
Country : Finland

2.1.2 Place of performance

Country subdivision (NUTS) : Keski-Suomi ( FI198 )
Country : Finland

2.1.2 Place of performance

Country subdivision (NUTS) : Pirkanmaa ( FI19B )
Country : Finland

2.1.2 Place of performance

Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland

2.1.2 Place of performance

Country : Iceland
Anywhere in the given country

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.2 Place of performance

Country subdivision (NUTS) : Stockholms län ( SE110 )
Country : Sweden

2.1.2 Place of performance

Country subdivision (NUTS) : Uppsala län ( SE121 )
Country : Sweden

2.1.2 Place of performance

Country subdivision (NUTS) : Blekinge län ( SE221 )
Country : Sweden

2.1.2 Place of performance

Country subdivision (NUTS) : Västra Götalands län ( SE232 )
Country : Sweden

2.1.2 Place of performance

Country subdivision (NUTS) : Norrbottens län ( SE332 )
Country : Sweden

2.1.3 Value

Estimated value excluding VAT : 850 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - This procurement will be carried out in accordance with the Act from 17 June 2016 no. 73 on public procurements (LOA) and the regulation 12 August 2016 no. 974 on public procurements (FOA).

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 2
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 2

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 of obligations set under purely national exclusion grounds : The contracting authority shall state that in Norway there are national rejection reasons. These shall be described in the procurement documents. Tenderers must respond to whether they are in one or more of the situations described in the national rejection reasons. Will the purely national rejection reasons, as stated in the relevant notice or in the procurement documents, apply?
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?

5. Lot

5.1 Lot technical ID : LOT-0001

Title : TO1: Room/breakfast
Description : This part only includes regular overnight stays in hotels, including breakfast.
Internal identifier : 2024047985-1

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 55100000 Hotel services
Additional classification ( cpv ): 55110000 Hotel accommodation services
Additional classification ( cpv ): 55120000 Hotel meeting and conference services
Additional classification ( cpv ): 55130000 Other hotel services
Additional classification ( cpv ): 55300000 Restaurant and food-serving services
Additional classification ( cpv ): 79997000 Business travel services

5.1.2 Place of performance

Country subdivision (NUTS) : Arr. de Bruxelles-Capitale/Arr. Brussel-Hoofdstad ( BE100 )
Country : Belgium
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Sydjylland ( DK032 )
Country : Denmark
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Vestjylland ( DK041 )
Country : Denmark
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Nordjylland ( DK050 )
Country : Denmark
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Kymenlaakso ( FI1C7 )
Country : Finland
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Lappi ( FI1D7 )
Country : Finland
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Etelä-Savo ( FI1DA )
Country : Finland
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Keski-Suomi ( FI198 )
Country : Finland
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Pirkanmaa ( FI19B )
Country : Finland
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Additional information :

5.1.2 Place of performance

Country : Iceland
Anywhere in the given country
Additional information :

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Stockholms län ( SE110 )
Country : Sweden
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Uppsala län ( SE121 )
Country : Sweden
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Blekinge län ( SE221 )
Country : Sweden
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Västra Götalands län ( SE232 )
Country : Sweden
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Norrbottens län ( SE332 )
Country : Sweden
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a relevant professional register
Description : Tenderers are registered in a professional register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
Criterion : Enrolment in a trade register
Description : Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 24/06/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/258517862.aspx

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
Variants : Not allowed
Deadline for receipt of tenders : 03/07/2025 10:00 +00:00
Deadline until which the tender must remain valid : 4 Month
Information about public opening :
Opening date : 03/07/2025 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

5.1.15 Techniques

Framework agreement :
Framework agreement, partly without reopening and partly with reopening of competition
Maximum number of participants : 5
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Klagenemnda for offentlige anskaffelser -
Information about review deadlines : Complaints about breaches of the regulations in connection with the competition must be lodged for the contracting authority within 10 days of the tenderer receiving or ought to have gained knowledge of the relationship. Complaints to KOFA must be submitted within a reasonable time. See the regulations on appeals board for public procurements and the procurement regulations.
Organisation providing more information on the review procedures : FORSVARSMATERIELL -

5.1 Lot technical ID : LOT-0002

Title : TO2: Courses/conference services
Description : This part is for courses and conference services with and without overnight stays.
Internal identifier : 2024047985-2

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 55100000 Hotel services
Additional classification ( cpv ): 55110000 Hotel accommodation services
Additional classification ( cpv ): 55120000 Hotel meeting and conference services
Additional classification ( cpv ): 55130000 Other hotel services
Additional classification ( cpv ): 55300000 Restaurant and food-serving services
Additional classification ( cpv ): 79997000 Business travel services

5.1.2 Place of performance

Country subdivision (NUTS) : Arr. de Bruxelles-Capitale/Arr. Brussel-Hoofdstad ( BE100 )
Country : Belgium
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Sydjylland ( DK032 )
Country : Denmark
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Vestjylland ( DK041 )
Country : Denmark
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Nordjylland ( DK050 )
Country : Denmark
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Kymenlaakso ( FI1C7 )
Country : Finland
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Lappi ( FI1D7 )
Country : Finland
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Etelä-Savo ( FI1DA )
Country : Finland
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Keski-Suomi ( FI198 )
Country : Finland
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Pirkanmaa ( FI19B )
Country : Finland
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Additional information :

5.1.2 Place of performance

Country : Iceland
Anywhere in the given country
Additional information :

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Stockholms län ( SE110 )
Country : Sweden
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Uppsala län ( SE121 )
Country : Sweden
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Blekinge län ( SE221 )
Country : Sweden
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Västra Götalands län ( SE232 )
Country : Sweden
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Norrbottens län ( SE332 )
Country : Sweden
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a relevant professional register
Description : Tenderers are registered in a professional register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
Criterion : Enrolment in a trade register
Description : Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 24/06/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/258517862.aspx

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
Variants : Not allowed
Deadline for receipt of tenders : 03/07/2025 10:00 +00:00
Deadline until which the tender must remain valid : 4 Month
Information about public opening :
Opening date : 03/07/2025 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

5.1.15 Techniques

Framework agreement :
Framework agreement, with reopening of competition
Maximum number of participants : 5
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Klagenemnda for offentlige anskaffelser -
Information about review deadlines : Complaints about breaches of the regulations in connection with the competition must be lodged for the contracting authority within 10 days of the tenderer receiving or ought to have gained knowledge of the relationship. Complaints to KOFA must be submitted within a reasonable time. See the regulations on appeals board for public procurements and the procurement regulations.
Organisation providing more information on the review procedures : FORSVARSMATERIELL -

8. Organisations

8.1 ORG-0001

Official name : FORSVARSMATERIELL
Registration number : 916075855
Postal address : Grev Wedels plass 1
Town : OSLO
Postcode : 0151
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Adna Pasic
Telephone : 004741487359
Internet address : https://FMA.NO
Roles of this organisation :
Buyer
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Klagenemnda for offentlige anskaffelser
Registration number : 918195548
Town : Bergen
Postcode : 5015
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : 02217f20-4537-44b6-88df-aea16dbc4ea0 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 02/06/2025 12:14 +00:00
Notice dispatch date (eSender) : 02/06/2025 12:14 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00355623-2025
OJ S issue number : 105/2025
Publication date : 03/06/2025