Procurement of framework agreements for HR legal services

The Norwegian Labour and Welfare Administration (NAV) invites tenderers to an open tender contest for a framework agreement with one provider of legal services for the HR area. Tenderers shall be able to assist the Contracting Authority within the following areas: have top competence within collective and individual labour law, …

CPV: 79100000 Dienstleistungen im juristischen Bereich
Frist:
27. Oktober 2025 11:00
Art der Frist:
Angebotsabgabe
Ausführungsort:
Procurement of framework agreements for HR legal services
Vergabestelle:
ARBEIDS- OG VELFERDSETATEN
Vergabenummer:
25/44403

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 : Procurement of framework agreements for HR legal services
Description : The Norwegian Labour and Welfare Administration (NAV) invites tenderers to an open tender contest for a framework agreement with one provider of legal services for the HR area. Tenderers shall be able to assist the Contracting Authority within the following areas: have top competence within collective and individual labour law, i.e. for both the Working Environment Act and the Government Employees Act, including central contracting authorities in the government's top competence in the related areas of privacy and tax could deal with conflict-filled and difficult situations, including participation in negotiations, both in writing and in meetings, and carrying out investigations and assessments of alleged critiqued conditions in negotiations, both in writing and in meetings, and the execution of investigations and assessments of alleged critiqued conditions in relation to alleged critiques. for notifications, cf. the Working Environment Act chapter 2AI addition, the tenderer may contribute competence raising measures such as courses and lectures.
Procedure identifier : fc018c53-bf3c-4837-904d-5501518d8ceb
Internal identifier : 25/44403
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : The Norwegian Labour and Welfare Administration (NAV) invites tenderers to an open tender contest for a framework agreement with one provider of legal services for the HR area. Tenderers shall be able to assist the Contracting Authority within the following areas: have top competence within collective and individual labour law, i.e. for both the Working Environment Act and the Government Employees Act, including central contracting authorities in the government's top competence in the related areas of privacy and tax could deal with conflict-filled and difficult situations, including participation in negotiations, both in writing and in meetings, and carrying out investigations and assessments of alleged critiqued conditions in negotiations, both in writing and in meetings, and the execution of investigations and assessments of alleged critiqued conditions in relation to alleged critiques. for notifications, cf. the Working Environment Act chapter 2AI addition, the tenderer may contribute competence raising measures such as courses and lectures.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79100000 Legal services

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 15 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - The contracting authority and what shall be procured is covered by 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 : Procurement of framework agreements for HR legal services
Description : The Norwegian Labour and Welfare Administration (NAV) invites tenderers to an open tender contest for a framework agreement with one provider of legal services for the HR area. Tenderers shall be able to assist the Contracting Authority within the following areas: have top competence within collective and individual labour law, i.e. for both the Working Environment Act and the Government Employees Act, including central contracting authorities in the government's top competence in the related areas of privacy and tax could deal with conflict-filled and difficult situations, including participation in negotiations, both in writing and in meetings, and carrying out investigations and assessments of alleged critiqued conditions in negotiations, both in writing and in meetings, and the execution of investigations and assessments of alleged critiqued conditions in relation to alleged critiques. for notifications, cf. the Working Environment Act chapter 2AI addition, the tenderer may contribute competence raising measures such as courses and lectures.
Internal identifier : 25/44403

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79100000 Legal 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 : 15 000 000 Norwegian krone
Maximum value of the framework agreement : 20 000 000 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.
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: Good experience is required from similar deliveries. Documentation requirement: The tenderer's most important deliveries over the last three years, including a description of the assignment, its 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 : Quality
Name : Quality
Description : Quality
Criterion :
Type : Price
Name : Price
Description : Price
Criterion :
Type : Quality
Name : immaterial climate footprint and environmental impact (justified below)
Description : Award criterium description (Norwegian): In accordance with the procurement regulations § 7-9, the contracting authority covered by part III can choose to weight climate and environmental considerations with a minimum of 30 % or to state climate and environmental considerations among the three highest prioritised award criteria. If none of these alternatives are used, climate and environmental requirements shall be set in the requirement specification. This must be justified in the procurement documents. The obligation to set requirements or criteria in accordance with PPR § 7-9 does not apply, however, if the procurement has, in its nature, a climate footprint and an environmental impact that is immaterial and this is justified in the procurement documents, cf. the PUBLIC Procurement Regulations § 7-9 (5). For this procurement of HR legal services, the climate footprint and environmental impact are assessed in accordance with their nature as immaterial. The procurement of HR legal services is a service procurement. The services that are procured consist of assistance and consultancy services from lawyers. The work assignments will primarily consist of desk work, meetings, and some courses and lectures. Human resources such as hourly work or assignments are typically procured for this procurement category, where any climate footprint and environmental impact will often be beyond what can be connected to the nature of the procurement. See DFØ ́s guidelines on climate and environmental considerations in public procurements point 7.2, where it is established that services procurements such as consultancy services typically have an immaterial climate footprint. The nature of the procurement means that any climate footprint and environmental impact will mainly be related to office use, travel activities etc. In this context, this climate footprint is considered marginal, and it is therefore not necessary to set specific climate and environmental requirements. The procurement is subject to our assessment in the category "consultancy and analysis services", which, in accordance with DFØ ́s mapping of CPV codes, are identified as a category with low climate intensity. Based on this, we consider that the procurement regulations § 7-9 (5) will be used, as the procurement is assessed to have an immaterial climate footprint and environmental impact. We are therefore exempted from the obligation to weight climate and environmental considerations by 30% or to set requirements in the requirement specification.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Address of the procurement documents : https://permalink.mercell.com/266147085.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 : 27/10/2025 11:00 +00:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 27/10/2025 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 : Ida Sedberg Myhre
Telephone : 95945015
Internet address : http://www.nav.no/
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Oslo Tingrett
Registration number : 926725939
Town : Oslo
Postcode : 0164
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : +4722035200
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : b86c6ed1-635e-4849-aafb-a8dea6a1556e - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 25/09/2025 12:14 +00:00
Notice dispatch date (eSender) : 25/09/2025 12:15 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00631926-2025
OJ S issue number : 185/2025
Publication date : 26/09/2025