Hire of personnel for the establishment and execution of a training dock.

The Norwegian Defence Materiel Agency (FMA) is the contracting authority and is responsible for implementing the procurement. The contracting authority shall enter into this agreement on behalf of the Norwegian Armed Forces. The Norwegian Defence Materiel Agency (FMA) is the contracting authority and is responsible for implementing the procurement. The …

CPV: 72224000 Usluge savjetovanja na području vođenja projekta, 73220000 Usluge savjetovanja na području razvoja, 80600000 Usluge izobrazbe u području obrambenih i sigurnosnih sredstava
rok:
1. rujna 2025. 10:00
vrsta roka:
nadmetanje
mjesto izvršenja:
Hire of personnel for the establishment and execution of a training dock.
registar:
FORSVARSMATERIELL
nagradni broj:
2025026176

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 : Hire of personnel for the establishment and execution of a training dock.
Description : The Norwegian Defence Materiel Agency (FMA) is the contracting authority and is responsible for implementing the procurement. The contracting authority shall enter into this agreement on behalf of the Norwegian Armed Forces.
Procedure identifier : fe196922-491f-49ef-a4c6-990c6381da61
Internal identifier : 2025026176
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : The Norwegian Air Force c/o the Air Maintenance Squadron needs to enter into a contract with a tenderer for the hire of personnel to provide training and education of first year apprentices in training docks at Bardufoss Air Station. The aim and objective of the procurement is to educate technical apprentices from the start of the academic year 25/26 so that the Norwegian Air Force is to a greater degree self-sufficient with flight technicians in the area. See the tender documents for further information on the procurement.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 80600000 Training services in defence and security materials
Additional classification ( cpv ): 72224000 Project management consultancy services
Additional classification ( cpv ): 73220000 Development consultancy services

2.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : Bardufoss Air Station

2.1.3 Value

Estimated value excluding VAT : 40 000 000 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 : 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 : Hire of personnel for the establishment and execution of a training dock.
Description : The Norwegian Defence Materiel Agency (FMA) is the contracting authority and is responsible for implementing the procurement. The contracting authority shall enter into this agreement on behalf of the Norwegian Armed Forces.
Internal identifier : 2025026176

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 80600000 Training services in defence and security materials
Additional classification ( cpv ): 72224000 Project management consultancy services
Additional classification ( cpv ): 73220000 Development consultancy services

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : Bardufoss Air Station

5.1.3 Estimated duration

Duration : 24 Month

5.1.5 Value

Estimated value excluding VAT : 40 000 000 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) : no

5.1.7 Strategic procurement

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : The total evaluation price is calculated based on the sum of the hourly rate for the five specified roles, multiplied by the estimated annual call-offs per role. In addition, the total evaluation price will be added hourly rate connected to multiplied by a number of hours stated for evaluation purposes. • B1 instructor • B2 instructor • Skilled worker 1 • Skilled worker 2 • Administrative support function 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, etc.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Quality
Name : Quality
Description : The award criteria is divided into the following sub-criteria • Competence (75%) Competence and experience There will be an overall assessment of the offered roles CVs per resource, with the following elements being particularly weighted: For B1/B2 instructors/skilled workers; -Number of years experience with Seaking -Described experience with teaching within the discipline. For all functions; -number of years experience within the services each resource shall provide during the contract period. • Availability (25%) Tenderers will be evaluated at the stated time for the available capacity as requested per resource.
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 : 20/08/2025 21:59 +00:00
Address of the procurement documents : https://permalink.mercell.com/261469738.aspx

5.1.12 Terms of procurement

Terms of the procedure :
Security clearance is required
Description : Personnel at the tenderer who shall provide assistance under the contract must be able to be security cleared and authorised for CONFIDENTIAL/NATO Confidential before the delivery starts.
Deadline for obtaining security clearance : 01/11/2025
Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Allowed
Variants : Not allowed
Deadline for receipt of tenders : 01/09/2025 10:00 +00:00
Deadline until which the tender must remain valid : 92 Day
Information about public opening :
Opening date : 01/09/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : yes
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : no
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 offline access to the procurement documents : 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 offline access to the procurement documents

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 : 4cfb2245-714e-4bfb-923f-0e6a27872186 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 10/07/2025 12:58 +00:00
Notice dispatch date (eSender) : 10/07/2025 13:49 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00463066-2025
OJ S issue number : 134/2025
Publication date : 16/07/2025