The hire of a quality inspector for the establishment and execution of a training dock.

The Norwegian Defence Materiel Agency (FMA) is the contracting authority (henceforth referred to as the Contracting Authority or 'Customer') and is responsible for implementing the procurement. The Norwegian Defence Materiel Agency (FMA) is the contracting authority (henceforth referred to as the Contracting Authority or 'Customer') and is responsible for implementing …

CPV: 50210000 Repair, maintenance and associated services related to aircraft and other equipment, 75112000 Administrative services for business operations, 75220000 Defence services, 80000000 Education and training services, 80600000 Training services in defence and security materials
Deadline:
Nov. 28, 2025, 11 a.m.
Deadline type:
Submitting a bid
Place of execution:
The hire of a quality inspector for the establishment and execution of a training dock.
Awarding body:
FORSVARSMATERIELL
Award number:
2025036214

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 : The hire of a quality inspector for the establishment and execution of a training dock.
Description : The Norwegian Defence Materiel Agency (FMA) is the contracting authority (henceforth referred to as the Contracting Authority or 'Customer') and is responsible for implementing the procurement.
Procedure identifier : 55396a45-0198-49aa-a744-f100e9ef0d17
Internal identifier : 2025036214
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : The consultant shall assist the Norwegian Air Force with hiring personnel who shall support establishing and quality assurance of maintenance docks in 131 Luftving ́s Maintenance squadron. The Consultant shall provide assistance in the form of one (1) resource that shall have allocated 75% capacity to the customer under the contract. See the tender documents for further information on the procurement.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50210000 Repair, maintenance and associated services related to aircraft and other equipment
Additional classification ( cpv ): 75112000 Administrative services for business operations
Additional classification ( cpv ): 75220000 Defence services
Additional classification ( cpv ): 80000000 Education and training services
Additional classification ( cpv ): 80600000 Training services in defence and security materials

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 3 500 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - The procurement has been assessed to not meet the conditions for FOSA to be used, and must therefore be implemented in accordance with classical regulations.

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : European Single Procurement Document (ESPD), 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 : The hire of a quality inspector for the establishment and execution of a training dock.
Description : The Norwegian Defence Materiel Agency (FMA) is the contracting authority (henceforth referred to as the Contracting Authority or 'Customer') and is responsible for implementing the procurement.
Internal identifier : 2025036214

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50210000 Repair, maintenance and associated services related to aircraft and other equipment
Additional classification ( cpv ): 75112000 Administrative services for business operations
Additional classification ( cpv ): 75220000 Defence services
Additional classification ( cpv ): 80000000 Education and training services
Additional classification ( cpv ): 80600000 Training services in defence and security materials

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 12 Month

5.1.4 Renewal

Maximum renewals : 0

5.1.5 Value

Estimated value excluding VAT : 3 500 000 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) : no

5.1.9 Selection criteria

Sources of selection criteria : European Single Procurement Document (ESPD), 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 Documentation requirement Norwegian tenderers: -Registration Foreign tenderers: - Confirmation that the tenderer is registered in a company register or trade register in the country where 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 Tenderers shall have the necessary economic and financial capacity to fulfil the contract. It is sufficient to fulfil the requirement that the tenderer has achieved the credit rating of "credit worthy" or equivalent. Documentation requirement A credit rating from a certified credit rating company based on the most recent accounting figures. The assessment must not be more than three months old.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price 50%
Description : The total evaluation price is calculated based on the sum of the hourly rate, multiplied by the estimated annual call-off for the role. In addition, the total evaluation price will be added to the hourly rate for travel time multiplied by a number of hours stated for the evaluation purpose. • Quality controller • Hourly rate travel time The stated prices in the price form shall include all costs that the tenderer has associated with the service, including, for example, administration costs, travel costs in case of any need for travel to the agreed service place, costs imposed, social costs, commuter costs, etc.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Quality
Name : Quality
Description : Competence and experience Under this criteria, the offered resource will be assessed for their education, competence and experience that is relevant for the contract. The evaluation is based on the degree of fulfilment of requirements nos. 2 and 3, see Annex 1 the Customer ́s description of the delivery. When evaluating, particularly the relevance of the resource ́s education, competence and experience will be weighted, in addition to highlighted experience with relevant assignments for the consultant during the contract ́s lifetime (see Annex 1, under "Further description of the assistance"). The tender ́s total relevant competence will be assessed.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 21/11/2025 22:59 +00:00
Address of the procurement documents : https://permalink.mercell.com/267647849.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
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 28/11/2025 11:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 28/11/2025 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
Financial arrangement : The contracting authority will require that the chosen tenderer delivers a tax certificate for VAT and a tax certificate, cf. the Public Procurement Regulations § 7-2. This only applies to Norwegian tenderers. The tax certificate must not be older than six months calculated from the deadline for receipt of tenders.

5.1.15 Techniques

Framework agreement :
No framework agreement
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 : A waiting period will be held in accordance with the rules.
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 : June Bjørnvik
Telephone : 92667887
Internet address : https://FMA.NO
Roles of this organisation :
Buyer
Organisation providing more information on the review procedures

8.1 ORG-0002

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

Notice information

Notice identifier/version : a89ef5cf-2b79-40c8-8c09-fa3b13d29646 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 21/10/2025 08:19 +00:00
Notice dispatch date (eSender) : 21/10/2025 10:25 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00696703-2025
OJ S issue number : 203/2025
Publication date : 22/10/2025