25/1273 Procurement of a framework agreement for interpretation services for Nav

The Norwegian Labour and Welfare Directorate (NAV), hereafter called the Contracting Authority, invites tenderers to an open tender contest for a framework agreement for interpretation services. The procurement is intended to ensure the Contracting Authority the necessary access to interpretation services in a cost efficient and quality-wise good way from …

CPV: 79530000 Übersetzungsdienste, 79540000 Dolmetscherdienste
Frist:
24. November 2025 11:00
Art der Frist:
Angebotsabgabe
Ausführungsort:
25/1273 Procurement of a framework agreement for interpretation services for Nav
Vergabestelle:
ARBEIDS- OG VELFERDSETATEN
Vergabenummer:
25/1273

1. Buyer

1.1 Buyer

Official name : ARBEIDS- OG VELFERDSETATEN
Legal type of the buyer : Body governed by public law, controlled by a central government authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : 25/1273 Procurement of a framework agreement for interpretation services for Nav
Description : The Norwegian Labour and Welfare Directorate (NAV), hereafter called the Contracting Authority, invites tenderers to an open tender contest for a framework agreement for interpretation services. The procurement is intended to ensure the Contracting Authority the necessary access to interpretation services in a cost efficient and quality-wise good way from an interpretation service provider who shall be able to provide interpretation services nationwide. The contract will apply to the governmental part at the Contracting Authority. The procurement shall enter into a framework agreement that ensures that the Contracting Authority complies with statutory requirements for the use of interpreters in contracting authorities ́ meetings with their users regulated through the Public Administration Act, the Nav Act, the Social Security Act, as well as the Interpretation Act. The interpretation services will include oral translation from Norwegian to interpretation language or vice versa.  The procurement is intended to ensure that interpretation assignments at the Contracting Authority are carried out by qualified interpreters, i.e. interpreters with documented interpretation qualifications that qualify for entry in the National Interpreter Register. The Interpreters Act § 7 allows non-qualified interpreters to be used if it is not prudent to wait until qualified interpreters are available, as well as the law being introduced with a transition period through 2026. However, the contracting authority intends to carry out a minimum of 80 percent of the interpretation assignments by qualified interpreters.
Procedure identifier : 5a240332-45fd-4dc4-8fde-b31f12cbe7ee
Internal identifier : 25/1273
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : The Norwegian Labour and Welfare Directorate (NAV), hereafter called the Contracting Authority, invites tenderers to an open tender contest for a framework agreement for interpretation services. The procurement is intended to ensure the Contracting Authority the necessary access to interpretation services in a cost efficient and quality-wise good way from an interpretation service provider who shall be able to provide interpretation services nationwide. The contract will apply to the governmental part at the Contracting Authority. The procurement shall enter into a framework agreement that ensures that the Contracting Authority complies with statutory requirements for the use of interpreters in contracting authorities ́ meetings with their users regulated through the Public Administration Act, the Nav Act, the Social Security Act, as well as the Interpretation Act. The interpretation services will include oral translation from Norwegian to interpretation language or vice versa. The procurement is intended to ensure that interpretation assignments at the Contracting Authority are carried out by qualified interpreters, i.e. interpreters with documented interpretation qualifications that qualify for entry in the National Interpreter Register. The Interpreters Act § 7 allows non-qualified interpreters to be used if it is not prudent to wait until qualified interpreters are available, as well as the law being introduced with a transition period through 2026. However, the contracting authority intends to carry out a minimum of 80 percent of the interpretation assignments by qualified interpreters.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79530000 Translation services
Additional classification ( cpv ): 79540000 Interpretation services

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 350 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - The procurement and the procurement is included in the Public Procurement Regulations.

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 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.
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.
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?
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.
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?
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 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?
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.
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.
Analogous situation like bankruptcy, insolvency or arrangement with creditors 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.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : 25/1273 Procurement of a framework agreement for interpretation services for Nav
Description : The Norwegian Labour and Welfare Directorate (NAV), hereafter called the Contracting Authority, invites tenderers to an open tender contest for a framework agreement for interpretation services. The procurement is intended to ensure the Contracting Authority the necessary access to interpretation services in a cost efficient and quality-wise good way from an interpretation service provider who shall be able to provide interpretation services nationwide. The contract will apply to the governmental part at the Contracting Authority. The procurement shall enter into a framework agreement that ensures that the Contracting Authority complies with statutory requirements for the use of interpreters in contracting authorities ́ meetings with their users regulated through the Public Administration Act, the Nav Act, the Social Security Act, as well as the Interpretation Act. The interpretation services will include oral translation from Norwegian to interpretation language or vice versa.  The procurement is intended to ensure that interpretation assignments at the Contracting Authority are carried out by qualified interpreters, i.e. interpreters with documented interpretation qualifications that qualify for entry in the National Interpreter Register. The Interpreters Act § 7 allows non-qualified interpreters to be used if it is not prudent to wait until qualified interpreters are available, as well as the law being introduced with a transition period through 2026. However, the contracting authority intends to carry out a minimum of 80 percent of the interpretation assignments by qualified interpreters.
Internal identifier : 25/1273

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79530000 Translation services
Additional classification ( cpv ): 79540000 Interpretation services

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.4 Renewal

Maximum renewals : 2

5.1.5 Value

Estimated value excluding VAT : 350 000 000 Norwegian krone
Maximum value of the framework agreement : 500 000 000 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

Sources of selection criteria : Notice
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. Minimum qualification requirements Qualification requirement: Tenderers are required to be a legally established company. Documentation requirement: * Norwegian tenderers: Company registration certificate from the Brønnøysund Register Centre. Foreign tenderers: Certificate for registration in the Register of Business Enterprises as prescribed in the legislation of the country in which the Tenderer is established.
Criterion : Other economic or financial requirements
Description : Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that: Minimum qualification requirements Qualification requirement: Tenderers are required to have sufficient financial capacity to fulfil the contract. Documentation requirement: The contracting authority will obtain a credit rating carried out by Experian, see the www.experian.no. If the tenderer feels that the credit rating will not provide an accurate picture, please send supplementary information together with the tender.
Criterion : References on specified services
Description : Only for services: In the reference period, the tenderer has carried out the following important goods deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three years to be taken into consideration. Minimum qualification requirements Qualification requirement: Significant experience from similar deliveries is required. Documentation requirement: The tenderer's three most important deliveries in the last three years, including a description of the assignment, its scope/value, date and recipients.
Criterion : Technicians or technical bodies for quality control
Description : Tenderers can use the following technical personnel or technical units , particularly those who are responsible for quality control: For technical personnel or technical units that do not directly belong to the tenderer ́s business, but if the capacity the tenderer will use, cf. part II, section C, separate ESPD forms shall be supplemented. Minimum qualification requirements Qualification requirement: Very good implementation ability is required. Documentation requirement: Description of the tenderer's technical capacity and professional qualifications. With regard to the capacity, a description of the tenderer's relevant units shall be given. With regard to qualifications, a short overview of the tenderer's general relevant expertise shall be given. Persons that will be offered should not be specified, and CVs should not be submitted.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Price
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
Criterion :
Type : Quality
Name : Quality
Description : Quality
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 80
Criterion :
Type : Quality
Name : Immaterial climate footprint and environmental impact (justified below)
Description : Regarding the exception in the Public Procurement Regulations § 7-9 (5), DFØ particularly mentions the following types of services, which are exempted from being said to involve a climate footprint and an environmental impact that is immaterial: • Archive and documentation services • User controlled personal assistance (BPA) • Legal services and lawyer services. • Consultancy and analysis services • Media monitoring and analysis. • Emergency and security services • Text and content services • Telephony services and mobile telephony. • Services in connection with training and education. • Labour market training (AMO) and alternative training arenas. • Digital and technological courses • Vehicles and transport related courses. • Courses for specific target groups (e.g. refugees, youth) • Security and HSE training • Management development and project management. • Security and HSE training • Language and integration courses • Vocational and vocational training It is clear that several of the types of species listed above are comparable with the contract objects in this procurement, particularly the last bullet point "Services in connection with training and education". Nav deems that this service procurement, in accordance with nature, will involve other than an immaterial climate footprint and environmental impact. This is because the primary service element consists of carrying out the interpretation assignments themselves, and there is no direct climate and environmental impact connected to the actual interpretation delivery. It is a fact that in such a procurement, for those assignments that do not carry out electronically via monitor or telephone, the climate and environmental impact of the interpreters' transport to and from the meeting interpretation assignments must be considered. A significant part of these transport journeys must be expected to be made in an environmentally friendly manner, by train, bus, tram or electric vehicle. There will thereby be little need for physical journeys that involve a climate or environmental impact, such as flights. Nav cannot rule out, however, that during the contract period there can potentially be physical movements in connection with the execution of interpretation assignments, flights etc., which in total could involve an irreversible climate and/or environmental impact. However, this is very difficult to volume into at the time of publication. It is thereby considered difficult to set up the award criteria on such an uncertain basis, connected to a relationship that may never take up at other than an immaterial level. In addition Nav will deem that such an award criterium will potentially lack sufficient connection to the contract object. Nav therefore believes that the exemption rule in the Public Procurement Regulations § 7-9 (5) will apply.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 0

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Address of the procurement documents : https://permalink.mercell.com/266106744.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 : Not allowed
Variants : Not allowed
Deadline for receipt of tenders : 24/11/2025 11:00 +00:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 24/11/2025 11:00 +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, without reopening of competition
Maximum number of participants : 1
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Oslo tingrett
Information about review deadlines : There will be a waiting period of at least 10 days after the award of contract.

8. Organisations

8.1 ORG-0001

Official name : ARBEIDS- OG VELFERDSETATEN
Registration number : 889640782
Postal address : Postboks 354
Town : Mo i Rana
Postcode : 8601
Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway
Contact point : Gina Synnøve Andreassen
Telephone : 90683427
Internet address : http://www.nav.no/
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Oslo tingrett
Registration number : 926 725 939
Postal address : C. J. Hambros plass 4
Town : Oslo
Postcode : 0164
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Gina Andreassen
Telephone : 90683427
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : e031b1c7-8551-4d09-94c9-d2b183a1073e - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 17/10/2025 11:58 +00:00
Notice dispatch date (eSender) : 17/10/2025 11:58 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00689330-2025
OJ S issue number : 201/2025
Publication date : 20/10/2025