Review of possible stand-by systems for qualification of refugees in connection with future high arrivals.

The aim of the assignment is to review alternative stand-by systems for labour market integration, including the facility of an introduction programme and Norwegian training, in future situations with very high arrivals. The stand-by solutions must respond to challenges identified with the labour market integration of refugees after 2015/2016 and …

CPV: 73000000 Research and development services and related consultancy services, 73200000 Research and development consultancy services, 73210000 Research consultancy services
spriocdháta:
Meith. 26, 2025, 10 r.n.
cineál spriocdháta:
tairisceana
áit fhorghníomhaithe:
Review of possible stand-by systems for qualification of refugees in connection with future high arrivals.
clárlann:
Arbeids- og inkluderingsdepartementet
uimhir dámhachtana:
24/2722

1. Buyer

1.1 Buyer

Official name : Arbeids- og inkluderingsdepartementet
Legal type of the buyer : Central government authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Review of possible stand-by systems for qualification of refugees in connection with future high arrivals.
Description : The aim of the assignment is to review alternative stand-by systems for labour market integration, including the facility of an introduction programme and Norwegian training, in future situations with very high arrivals. The stand-by solutions must respond to challenges identified with the labour market integration of refugees after 2015/2016 and driven from 2022. In particular, it is a challenge for the municipalities to build new qualification offers. At least one of the proposals for alternative solutions shall therefore mean that not all municipalities must be responsible for the qualification work. At least one of the proposals shall also be implemented within the current system and economic limits. The proposals shall look into the follow-up evaluation of the national offer of digital Norwegian training that shall be available in autumn 2025 and carried out by Proba etc. on assignment for the Directorate for Higher Education and Competence (HC-dir). The final delivery deadline for the contract is 14 September 2026. The estimated value of the procurement is NOK 2,000,000 excluding VAT. The estimated value is not binding for the contracting authority. See annex 1 of the contract for further details on the delivery.
Procedure identifier : f678a943-7a9f-4656-8b6d-e286aa65370e
Internal identifier : 24/2722
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The procurement will be made in accordance with the Act from 17 June 2016 no. 73 on public procurements (the Procurement Act) and regulations 12 August 2016 no. 974 on public procurements (the procurement regulations), part I and part III after the procurement procedure open tender contest, c.f. the procurement regulations § 13-1(1). The procurement is published in Doffin and TED. Negotiations are not allowed in this competition. Tenders cannot, therefore, be changed after the tender deadline has expired.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 73000000 Research and development services and related consultancy services
Additional classification ( cpv ): 73200000 Research and development consultancy services
Additional classification ( cpv ): 73210000 Research consultancy services

2.1.2 Place of performance

Anywhere

2.1.3 Value

Estimated value excluding VAT : 2 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU

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 : Approved procedures for punishable conditions Does 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, approved procedures for some of the punishable conditions mentioned above, j.f. the Procurement Regulations § 24-2, (2) paragraph, a-f? Serious errors that cause doubt about his professional integrity Has the tenderer otherwise committed serious errors that cause doubt about his professional integrity, cf.f. the procurement regulations § 24-2, (3) letter in?
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 : Review of possible stand-by systems for qualification of refugees in connection with future high arrivals.
Description : The aim of the assignment is to review alternative stand-by systems for labour market integration, including the facility of an introduction programme and Norwegian training, in future situations with very high arrivals. The stand-by solutions must respond to challenges identified with the labour market integration of refugees after 2015/2016 and driven from 2022. In particular, it is a challenge for the municipalities to build new qualification offers. At least one of the proposals for alternative solutions shall therefore mean that not all municipalities must be responsible for the qualification work. At least one of the proposals shall also be implemented within the current system and economic limits. The proposals shall look into the follow-up evaluation of the national offer of digital Norwegian training that shall be available in autumn 2025 and carried out by Proba etc. on assignment for the Directorate for Higher Education and Competence (HC-dir). The final delivery deadline for the contract is 14 September 2026. The estimated value of the procurement is NOK 2,000,000 excluding VAT. The estimated value is not binding for the contracting authority. See annex 1 of the contract for further details on the delivery.
Internal identifier : 24/2722

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 73000000 Research and development services and related consultancy services
Additional classification ( cpv ): 73200000 Research and development consultancy services
Additional classification ( cpv ): 73210000 Research consultancy services

5.1.2 Place of performance

Anywhere
Additional information :

5.1.3 Estimated duration

Duration : 12 Month

5.1.5 Value

Estimated value excluding VAT : 2 000 000 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 : Qualification Requirements The tenderer shall be a legally established company. Documentation requirement • Norwegian companies: Company Registration Certificate or printout from the Register of Entities for non-registration obliged individual companies. • Foreign companies: Confirmation that the company is registered in a trade or business register as prescribed by the law of the country where the company is established. The confirmation can be submitted in writing or with reference to BRIS.
Criterion : Technicians or technical bodies to carry out the work
Description : Qualification Requirements Tenderers shall have experience from similar assignments as described in Annex 1 of the contract. Documentation requirement • Description of the tenderer's up to three most relevant assignments in the last three years. The descriptions must also include a statement of the assignment ́s value, date and name of the recipient (if possible).

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Points will be awarded under this award criteria after comparing the tenders ́ total price for the assignment, cf. annex 5 to the contract.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10
Criterion :
Type : Quality
Name : Competence of offered personnel
Description : Completed Annex 4 to the contract, Administrative provisions. CVs for offered personnel with a description of the three most relevant assignments for each of the offered resources as well as the function that the tenderer had in the assignments. CVs should not exceed 2 A4 pages per offered resource.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Assignment comprehension
Description : Completed Annex 2 of the contract, the Tenderer ́s specification of the assignment. Completed annex 3 to the contract, Project and progress plan.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 60
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Deadline for requesting additional information : 13/06/2025 10:00 +00:00

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
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 26/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 2025 Year
Information about public opening :
Opening date : 27/06/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes

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

Mediation organisation : Oslo Tingrett -
Review organisation : Oslo Tingrett -
Organisation providing more information on the review procedures : Oslo Tingrett -
Organisation receiving requests to participate : Arbeids- og inkluderingsdepartementet -
Organisation processing tenders : Arbeids- og inkluderingsdepartementet -

8. Organisations

8.1 ORG-0001

Official name : Arbeids- og inkluderingsdepartementet
Registration number : 983 887 457
Postal address : Postboks 8019 Dep
Town : Oslo
Postcode : 0030
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Henrik Solvoll Navarsete
Telephone : +47 22249090
Roles of this organisation :
Buyer
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Oslo Tingrett
Registration number : 926 725 939
Postal address : Postboks 2106 Vika
Town : OSLO
Postcode : 0125
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : +47 22035200
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures
Mediation organisation
Notice information
Notice identifier/version : dc34e851-7bc3-45af-b6d4-96433e1feae0 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 22/05/2025 06:24 +00:00
Notice dispatch date (eSender) : 22/05/2025 09:01 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00335570-2025
OJ S issue number : 99/2025
Publication date : 23/05/2025