Procurement of labour market measures - Yrkesnorsk with practice, Fredrikstad, Halden and Sarpsborg.

The course shall strengthen participants ́ knowledge and skills in work-related Norwegian, particularly connected to the chosen branch/practice place through practical language training in ordinary working life. Furthermore, it is a goal to communicate participants to work or to strengthen participants ́ possibilities to get into further qualifying races. The …

CPV: 80000000 Education and training services, 80400000 Adult and other education services, 80580000 Provision of language courses, 80590000 Tutorial services
Deadline:
Aug. 15, 2025, 10 a.m.
Deadline type:
Submitting a bid
Place of execution:
Procurement of labour market measures - Yrkesnorsk with practice, Fredrikstad, Halden and Sarpsborg.
Awarding body:
ARBEIDS- OG VELFERDSETATEN
Award number:
25/47100

1. Buyer

1.1 Buyer

Official name : ARBEIDS- OG VELFERDSETATEN

2. Procedure

2.1 Procedure

Title : Procurement of labour market measures - Yrkesnorsk with practice, Fredrikstad, Halden and Sarpsborg.
Description : The course shall strengthen participants ́ knowledge and skills in work-related Norwegian, particularly connected to the chosen branch/practice place through practical language training in ordinary working life. Furthermore, it is a goal to communicate participants to work or to strengthen participants ́ possibilities to get into further qualifying races. The course will be for 12 weeks. There are 20 participants per call-off. Sub-competitions with delivery locations Fredrikstad, Halden and Sarpsborg.
Procedure identifier : 66317466-5ba3-4336-81e1-2162b5ed9b14
Internal identifier : 25/47100
Type of procedure : Open
Main features of the procedure : This procurement follows the procurement procedure in accordance with part IV of the Regulations. Principal reserves the right to make clarifications and negotiate with the tenderers to the degree that The contracting authority would like to find it appropriate.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 80590000 Tutorial services
Additional classification ( cpv ): 80000000 Education and training services
Additional classification ( cpv ): 80400000 Adult and other education services
Additional classification ( cpv ): 80580000 Provision of language courses

2.1.2 Place of performance

Country subdivision (NUTS) : Østfold ( NO083 )
Country : Norway
Additional information : Sub-competitions with delivery locations Fredrikstad, Halden and Sarpsborg.

2.1.3 Value

Estimated value excluding VAT : 25 500 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - The procurement is covered by the Public Procurement Act, 17 June 2016 no. 73 (LOA) and the public procurement regulations dated 12 August 2016 no. 974 (FOA). For this procurement applies to PPR parts I and IV.

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 1

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-0001

Title : Service area Fredrikstad
Description : The estimated 4 year value of the contract is NOK 10,500,000 and the estimated value of the procurement is NOK 10,500,000,-.
Internal identifier : 25/47247

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 80590000 Tutorial services
Additional classification ( cpv ): 80000000 Education and training services
Additional classification ( cpv ): 80400000 Adult and other education services
Additional classification ( cpv ): 80580000 Provision of language courses

5.1.2 Place of performance

Country subdivision (NUTS) : Østfold ( NO083 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.6 General information

Reserved participation : Participation is not reserved.

5.1.7 Strategic procurement

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 Documented by: • Foreign tenderers: Certificate of registration in a register of business enterprises as prescribed by the law of the country in which the tenderer is established • For Norwegian tenderers, a company registration certificate from the Brønnøysund Register Centre will be obtained through the eBevis service.
Criterion : General yearly turnover
Description : The tenderer ́s ("total") annual turnover for the number of financial years requested in the tender notice or in the procurement documents is as follows: Minimum qualification requirements Tenderers are required to have sufficient financial capacity to fulfil the contract. Documented by: • The company's most recent annual report, including the auditor's report to the relevant public authority in the country where the tenderer is established, for example the Brønnøysund Register Centre in Norway, as well as new information of relevance to the company's fiscal figures • The company's last annual financial statement with notes. For Norwegian tenderers, the company ́s accounts with notes in the last 3 years will be obtained through the service eBevis.
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 The tenderer has sufficient financial capacity to implement the contract. • Documented by a credit rating from a publicly certified credit rating institution. The assessment shall be based on the last known fiscal figures with an indication of how the credit rating has evolved during the past three years.
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 Experience from similar deliveries is required. Documented by a description of the tenderer's most important deliveries over the last three years, including a description of the assignment, their value, date and recipients.
Criterion : Measures for ensuring quality
Description : The tenderer utilises the following technical facilities and quality assurance measures and the tenderer ́s survey and research facility is as follows: Minimum qualification requirements A good, well functioning quality assurance system is required. Documented by: • A description of the tenderer's quality assurance measures/methods for quality assurance and/or certificate issued by a certification body that confirms fulfilment of the quality assurance standard (state which EU standard f.eks. ISO 9001) or equivalent.
Criterion : Relevant educational and professional qualifications
Description : The following education and professional qualifications are possessed by the tenderer and/or (depending on the requirements set in the notice or in the procurement documents) of the leading employees: Minimum qualification requirements Good implementation ability is required. Documented by: 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.
Criterion : Average yearly manpower
Description : The tenderer's average annual workforce in the last three years has been as follows: Minimum qualification requirements Good implementation ability is required. Norwegian tenderers will obtain the documentation through the e-Certificate service.
Criterion : Tools, plant, or technical equipment
Description : Tenderers can use the following tools, material and technical equipment to carry out the contract: Minimum qualification requirements Good implementation ability is required. Documented by: • A description of the tools, materials and technical equipment that the tenderer has at its disposal for fulfilment of the contract.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 08/08/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/260482015.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
Variants : Not allowed
Deadline for receipt of tenders : 15/08/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No

5.1 Lot technical ID : LOT-0002

Title : Service area Halden
Description : Central location as regards the transport junction in Halden town (for participants from Halden and Aremark). The estimated value of the procurement for 4 years is estimated to BE NOK 7,500,000,-.
Internal identifier : 25/47259

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 80590000 Tutorial services
Additional classification ( cpv ): 80000000 Education and training services
Additional classification ( cpv ): 80400000 Adult and other education services
Additional classification ( cpv ): 80580000 Provision of language courses

5.1.2 Place of performance

Country subdivision (NUTS) : Østfold ( NO083 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 7 500 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.

5.1.7 Strategic procurement

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 Documented by: • Foreign tenderers: Certificate of registration in a register of business enterprises as prescribed by the law of the country in which the tenderer is established • For Norwegian tenderers, a company registration certificate from the Brønnøysund Register Centre will be obtained through the eBevis service.
Criterion : General yearly turnover
Description : The tenderer ́s ("total") annual turnover for the number of financial years requested in the tender notice or in the procurement documents is as follows: Minimum qualification requirements Tenderers are required to have sufficient financial capacity to fulfil the contract. Documented by: • The company's most recent annual report, including the auditor's report to the relevant public authority in the country where the tenderer is established, for example the Brønnøysund Register Centre in Norway, as well as new information of relevance to the company's fiscal figures • The company's last annual financial statement with notes. For Norwegian tenderers, the company ́s accounts with notes in the last 3 years will be obtained through the service eBevis.
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 The tenderer has sufficient financial capacity to implement the contract. • Documented by a credit rating from a publicly certified credit rating institution. The assessment shall be based on the last known fiscal figures with an indication of how the credit rating has evolved during the past three years.
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 Experience from similar deliveries is required. Documented by a description of the tenderer's most important deliveries over the last three years, including a description of the assignment, their value, date and recipients.
Criterion : Measures for ensuring quality
Description : The tenderer utilises the following technical facilities and quality assurance measures and the tenderer ́s survey and research facility is as follows: Minimum qualification requirements A good, well functioning quality assurance system is required. Documented by: • A description of the tenderer's quality assurance measures/methods for quality assurance and/or certificate issued by a certification body that confirms fulfilment of the quality assurance standard (state which EU standard f.eks. ISO 9001) or equivalent.
Criterion : Relevant educational and professional qualifications
Description : The following education and professional qualifications are possessed by the tenderer and/or (depending on the requirements set in the notice or in the procurement documents) of the leading employees: Minimum qualification requirements Good implementation ability is required. Documented by: 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.
Criterion : Average yearly manpower
Description : The tenderer's average annual workforce in the last three years has been as follows: Minimum qualification requirements Good implementation ability is required. Norwegian tenderers will obtain the documentation through the e-Certificate service.
Criterion : Tools, plant, or technical equipment
Description : Tenderers can use the following tools, material and technical equipment to carry out the contract: Minimum qualification requirements Good implementation ability is required. Documented by: • A description of the tools, materials and technical equipment that the tenderer has at its disposal for fulfilment of the contract.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 08/08/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/260482015.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
Variants : Not allowed
Deadline for receipt of tenders : 15/08/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No

5.1 Lot technical ID : LOT-0003

Title : Service area Sarpsborg
Description : Central location as regards the transport junction in Sarpsborg town (for participants from Sarpsborg and Rakkestad). The estimated value of the procurement for 4 years is estimated to BE NOK 7,500,000,-.
Internal identifier : 25/47260

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 80590000 Tutorial services
Additional classification ( cpv ): 80000000 Education and training services
Additional classification ( cpv ): 80400000 Adult and other education services
Additional classification ( cpv ): 80580000 Provision of language courses

5.1.2 Place of performance

Country subdivision (NUTS) : Østfold ( NO083 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 7 500 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.

5.1.7 Strategic procurement

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 Documented by: • Foreign tenderers: Certificate of registration in a register of business enterprises as prescribed by the law of the country in which the tenderer is established • For Norwegian tenderers, a company registration certificate from the Brønnøysund Register Centre will be obtained through the eBevis service.
Criterion : General yearly turnover
Description : The tenderer ́s ("total") annual turnover for the number of financial years requested in the tender notice or in the procurement documents is as follows: Minimum qualification requirements Tenderers are required to have sufficient financial capacity to fulfil the contract. Documented by: • The company's most recent annual report, including the auditor's report to the relevant public authority in the country where the tenderer is established, for example the Brønnøysund Register Centre in Norway, as well as new information of relevance to the company's fiscal figures • The company's last annual financial statement with notes. For Norwegian tenderers, the company ́s accounts with notes in the last 3 years will be obtained through the service eBevis.
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 The tenderer has sufficient financial capacity to implement the contract. • Documented by a credit rating from a publicly certified credit rating institution. The assessment shall be based on the last known fiscal figures with an indication of how the credit rating has evolved during the past three years.
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 Experience from similar deliveries is required. Documented by a description of the tenderer's most important deliveries over the last three years, including a description of the assignment, their value, date and recipients.
Criterion : Measures for ensuring quality
Description : The tenderer utilises the following technical facilities and quality assurance measures and the tenderer ́s survey and research facility is as follows: Minimum qualification requirements A good, well functioning quality assurance system is required. Documented by: • A description of the tenderer's quality assurance measures/methods for quality assurance and/or certificate issued by a certification body that confirms fulfilment of the quality assurance standard (state which EU standard f.eks. ISO 9001) or equivalent.
Criterion : Relevant educational and professional qualifications
Description : The following education and professional qualifications are possessed by the tenderer and/or (depending on the requirements set in the notice or in the procurement documents) of the leading employees: Minimum qualification requirements Good implementation ability is required. Documented by: 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.
Criterion : Average yearly manpower
Description : The tenderer's average annual workforce in the last three years has been as follows: Minimum qualification requirements Good implementation ability is required. Norwegian tenderers will obtain the documentation through the e-Certificate service.
Criterion : Tools, plant, or technical equipment
Description : Tenderers can use the following tools, material and technical equipment to carry out the contract: Minimum qualification requirements Good implementation ability is required. Documented by: • A description of the tools, materials and technical equipment that the tenderer has at its disposal for fulfilment of the contract.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 08/08/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/260482015.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
Variants : Not allowed
Deadline for receipt of tenders : 15/08/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No

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 : Marte Mandt
Telephone : 41678815
Internet address : http://www.nav.no/
Roles of this organisation :
Buyer

Notice information

Notice identifier/version : de1eb7ef-53e5-4cc0-8c6f-a7a77e841b2f - 01
Form type : Competition
Notice type : Contract notice – light regime
Notice dispatch date : 27/06/2025 06:19 +00:00
Notice dispatch date (eSender) : 27/06/2025 06:19 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00419671-2025
OJ S issue number : 122/2025
Publication date : 30/06/2025