Transport of technical aids for NAV Hjelpemiddelsentral Rogaland.

This procurement is for the transport of technical aids in Rogaland county in accordance with various scheduled driving routes. The deadline for submitting tenders is 28.0.2025, 12:00. This procurement is for the transport of technical aids in Rogaland county in accordance with various scheduled driving routes. The deadline for submitting …

CPV: 60100000 Straßentransport/-beförderung, 60112000 Öffentlicher Verkehr (Straße)
Frist:
28. Februar 2025 11:00
Art der Frist:
Angebotsabgabe
Ausführungsort:
Transport of technical aids for NAV Hjelpemiddelsentral Rogaland.
Vergabestelle:
ARBEIDS- OG VELFERDSETATEN
Vergabenummer:
24/26934

1. Buyer

1.1 Buyer

Official name : ARBEIDS- OG VELFERDSETATEN
Legal type of the buyer : Central government authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Transport of technical aids for NAV Hjelpemiddelsentral Rogaland.
Description : This procurement is for the transport of technical aids in Rogaland county in accordance with various scheduled driving routes. The deadline for submitting tenders is 28.0.2025, 12:00.
Procedure identifier : a11f2243-3cba-4dd3-bc34-757bf7e87907
Internal identifier : 24/26934
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The aim of the procurement is to enter into a contract with a tenderer who shall transport technical aids from NAV Hjelpemiddelsentral Rogaland ́ main warehouse at Forus (Koppholen 16) and municipal reception places in Rogaland county, as well as the return of aids from municipal reception places to NAV Hjelpemiddelsentral Rogaland ́ main warehouse of Forus.De most aids are ready assembled, so that it can be difficult to stack high. The largest aids currently are beds, whilst the volume items are wheelchairs, walkers etc. Some aids will weigh up to approx. 180 kg. (beds/wheelchairs) The contract value is estimated to approx. NOK 13.8 million, based on a contract length of maximum 2 years + 1 year + 1 year + 1 year + 1 year = 6 years. The deadline for submitting tenders is 28.0.2025, 12:00.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 60100000 Road transport services
Additional classification ( cpv ): 60112000 Public road transport services

2.1.2 Place of performance

Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway

2.1.4 General information

Additional information : According to the Public Procurement Regulations § 7-9, "Award criteria in accordance with the second and third paragraphs can be replaced with climate and environmental requirements in the requirement specifications, if it is clear that this provides a better climate and environmental effect and this is justified in the procurement documents. If the contracting authority does not prioritise in accordance with the third section, climate and environmental requirements shall be set in the requirement specifications, and this shall be justified in the procurement documents". In other words, the contracting authority can set climate and environmental requirements instead of the award criterion on climate and the environment, if it is clear that this results in better climate and environmental effect. In this procurement, nav has concluded that the requirement gives a better effect than the award criteria, and this will be justified in the following. Prior to this procurement, Nav has had a Market Survey (RFI) with the following questions: 1. Which of these routes will be able to be driven by electric lorry (as specified in the "Description"), also on winter roads, based on their vehicles? Please specify which of the routes can be carried out with an electric lorry on a charge. 2. Which of these routes can be driven by biogas vehicle (as specified in the "Description"), also on winter roads, based on their vehicles? Please specify which of the routes can be carried out by using a biogas vehicle (one tank). Nav received two responses to the market survey, one of which replied that this was possible for all routes, however, subject to some of the routes being able to demand refills. The other feedback did not want to answer this, as they believed that the sector has a great focus on sustainability in general and co-loading is part of the solution. In this competition NAV finally chose to demand that 3 of the seven drivers must use electric vehicles or vehicles on bio-fuel. The Norwegian Environment Agency writes that the use of bio-fuels can lead to smaller emissions of climate gases, compared to fossile fuels. Norway have a turnover requirement for bio-fuel for road transport. The main requirement means that those who sell fuel (turnover) must ensure that 19 percentage of the fuel they convert to road traffic in 2024 are bio-fuel. In the national climate gas accounts, emissions of CO2 are posted from burning biomass as zero in the energy sector. This also applies to bio-fuel for transport. This is then considered as a more environmentally friendly alternative to vehicles on fossile fuels. According to DFØ's guidelines point 10.3.1, it will in most cases be clear that it provides better climate and environmental effect to make requirements for emission-free cars and goods vans than to premiere emission-free solutions. This is because through requirements you will be guaranteed to get emission-free vehicles, provided the market is relatively mature and there is access to charging infrastructure and sufficient capacity in the electricity network. By awarding emission-free vehicles through the award criteria, however, you have no guarantee that price will trump the environmental criteria and will be decisive for which vehicle you will receive delivered. The condition for replacing the award criteria with requirements in accordance with § 7-9 fourth paragraph, the first sentence is therefore met. See DFØ ́s guideline point 10.3.2 stating: "Award criteria that promote low and zero emission vehicles, ought to be used for procurements of transport services, such as procurement types 2 and 3 in Table 5, where there is not sufficient maturity in the market to set requirements (which will ensure a greater climate and environmental effect)". NAV considered that there was sufficient maturity in the market to make demands on low and zero emission vehicles. The condition for replacing the award criteria with requirements in accordance with § 7-9 fourth paragraph, the first sentence is therefore met. Based on this, the Norwegian Labour and Welfare Administration requires that 3 out of 7 drivers must use electric vehicles or vehicles on bio-fuel.
Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften -

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy 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.
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.
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.
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.
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)
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?
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.
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).
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).
Child labour and 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).
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.
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.
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.
Guilty of 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?
Guilty of 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.
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 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.
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?
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.
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?
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.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Transport of technical aids for NAV Hjelpemiddelsentral Rogaland.
Description : This procurement is for the transport of technical aids in Rogaland county in accordance with various scheduled driving routes. The deadline for submitting tenders is 28.0.2025, 12:00.
Internal identifier : 24/26934

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 60100000 Road transport services
Additional classification ( cpv ): 60112000 Public road transport services

5.1.2 Place of performance

Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 72 Month

5.1.4 Renewal

Maximum renewals : 4
The buyer reserves the right for additional purchases from the contractor, as described here : 1 year + 1 year + 1 year + 1 year

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
This procurement is also suitable for small and medium-sized enterprises (SMEs)
Additional information : According to the Public Procurement Regulations § 7-9, "Award criteria in accordance with the second and third paragraphs can be replaced with climate and environmental requirements in the requirement specifications, if it is clear that this provides a better climate and environmental effect and this is justified in the procurement documents. If the contracting authority does not prioritise in accordance with the third section, climate and environmental requirements shall be set in the requirement specifications, and this shall be justified in the procurement documents". In other words, the contracting authority can set climate and environmental requirements instead of the award criterion on climate and the environment, if it is clear that this results in better climate and environmental effect. In this procurement, nav has concluded that the requirement gives a better effect than the award criteria, and this will be justified in the following. Prior to this procurement, Nav has had a Market Survey (RFI) with the following questions: 1. Which of these routes will be able to be driven by electric lorry (as specified in the "Description"), also on winter roads, based on their vehicles? Please specify which of the routes can be carried out with an electric lorry on a charge. 2. Which of these routes can be driven by biogas vehicle (as specified in the "Description"), also on winter roads, based on their vehicles? Please specify which of the routes can be carried out by using a biogas vehicle (one tank). Nav received two responses to the market survey, one of which replied that this was possible for all routes, however, subject to some of the routes being able to demand refills. The other feedback did not want to answer this, as they believed that the sector has a great focus on sustainability in general and co-loading is part of the solution. In this competition NAV finally chose to demand that 3 of the seven drivers must use electric vehicles or vehicles on bio-fuel. The Norwegian Environment Agency writes that the use of bio-fuels can lead to smaller emissions of climate gases, compared to fossile fuels. Norway have a turnover requirement for bio-fuel for road transport. The main requirement means that those who sell fuel (turnover) must ensure that 19 percentage of the fuel they convert to road traffic in 2024 are bio-fuel. In the national climate gas accounts, emissions of CO2 are posted from burning biomass as zero in the energy sector. This also applies to bio-fuel for transport. This is then considered as a more environmentally friendly alternative to vehicles on fossile fuels. According to DFØ's guidelines point 10.3.1, it will in most cases be clear that it provides better climate and environmental effect to make requirements for emission-free cars and goods vans than to premiere emission-free solutions. This is because through requirements you will be guaranteed to get emission-free vehicles, provided the market is relatively mature and there is access to charging infrastructure and sufficient capacity in the electricity network. By awarding emission-free vehicles through the award criteria, however, you have no guarantee that price will trump the environmental criteria and will be decisive for which vehicle you will receive delivered. The condition for replacing the award criteria with requirements in accordance with § 7-9 fourth paragraph, the first sentence is therefore met. See DFØ ́s guideline point 10.3.2 stating: "Award criteria that promote low and zero emission vehicles, ought to be used for procurements of transport services, such as procurement types 2 and 3 in Table 5, where there is not sufficient maturity in the market to set requirements (which will ensure a greater climate and environmental effect)". NAV considered that there was sufficient maturity in the market to make demands on low and zero emission vehicles. The condition for replacing the award criteria with requirements in accordance with § 7-9 fourth paragraph, the first sentence is therefore met. Based on this, the Norwegian Labour and Welfare Administration requires that 3 out of 7 drivers must use electric vehicles or vehicles on bio-fuel.

5.1.7 Strategic procurement

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : 'Total' annual 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:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average annual turnover
Description : The tenderer ́s average annual turnover for the number of years requested in the notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : "Specific annual turnover"
Description : Are the tenderer's ("specific") annual turnover within the area that the contract applies to and specified in the notice or in the procurement documents for the number of accounting years requested is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average set-up
Description : Is the tenderer's average annual turnover within the area requested by the contract and specified in the notice or in the procurement documents for the number of financial years requested:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : The tenderer's establishment date
Description : If the information about the turnover (combined or specific) is not available for the entire requested period, please state the date the company was established, or the tenderers started their business:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Financial key figures
Description : For financial key figures stated in the notice or in the procurement documents, the tenderer declares that the actual value(s) of the requested key figures are as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Liability insurance
Description : The insured amount in the tenderer ́s liability insurance is the following:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Other economic and 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 are required to have sufficient financial capacity to fulfil the contract. The contracting authority will obtain a credit rating carried out by Experian, see the www.experian.no. If the tenderer feels that the credit rating will not provide an accurate picture, please send supplementary information together with the tender.
Use of this criterion : Used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for quality assurance standards.
Description : Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements?
Use of this criterion : Not used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for environmental management standards.
Description : Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards?
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register
Description : Tenderers are registered in a professional 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.
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register or company 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.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : In the case of service contracts: Authorisations from a particular organisation required
Description : Is a specific authorisation required from a particular organisation to provide the service in the tenderer's home country?
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : In the case of service contracts: Membership in a particular organisation is required
Description : Is it necessary to have a particular membership in a particular organisation in order to provide the service in the tenderer ́s home country?
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Services only
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 Description of the requirement/documentation: 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. The responses are typed here.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Technical personnel or technical units
Description : Tenderers can use the following technical personnel or technical units , particularly those who are responsible for quality control: For technical personnel or technical units that do not directly belong to the tenderer ́s business, but if the capacity the tenderer will use, cf. part II, section C, separate ESPD forms shall be supplemented.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Technical facilities and quality assurance measures
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. The responses are typed here.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Investigation and research facilities
Description : The tenderer ́s survey and research facilitates are as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Management and tracing of the supply chain
Description : The tenderer will be able to use the following management of the supply chain and tracing systems for the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Control Permission
Description : For goods or services that are complicated, or that in exceptional cases shall be used for a particular purpose: Will the tenderer allow checks of the tenderer's production capacity or technical capacity and, where necessary, of the survey and research facilities that the tenderer has at its disposal and of quality control measures? The inspections shall be undertaken by the contracting authority or the contracting authority can leave it to a competent public body in the country where the tenderer is established.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Education 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:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Environmental management measures
Description : Tenderers can employ the following environmental management measures in connection with the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Number of employees in the management
Description : The tenderer ́s number of employees in the management during the last three years was as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Average workforce
Description : The tenderer's average annual workforce in the last three years has been as follows: Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Tools, materials and 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. 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. A description of the tools, materials and technical equipment that the tenderer has at its disposal for fulfilment of the contract. The responses are typed here.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Portion of the contract to sub-suppliers.
Description : The tenderer is considering to outsource the following part (as a percentage) of the contract to sub-suppliers. Note that if the tenderer has decided to outsource a part of the contract to sub-suppliers and will use the sub-suppliers ́ capacity to carry out this part, a special ESPD will be supplemented for such sub-suppliers, see part II, section C, above.
Use of this criterion : Not used

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Address of the procurement documents : https://permalink.mercell.com/244821724.aspx

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Not allowed
Variants : Not allowed
Deadline for receipt of tenders : 28/02/2025 11:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 28/02/2025 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 : 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
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Oslo Tingrett
Organisation providing additional information about the procurement procedure : ARBEIDS- OG VELFERDSETATEN
Organisation providing offline access to the procurement documents : ARBEIDS- OG VELFERDSETATEN

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 ( NO071 )
Country : Norway
Contact point : Marianne Urdal
Telephone : 00
Internet address : http://www.nav.no/
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents

8.1 ORG-0002

Official name : Oslo Tingrett
Registration number : 926725939
Town : Oslo
Country : Norway
Telephone : +47 22035200
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : 14cad100-6860-4777-b3b1-09950858f571 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 27/01/2025 09:29 +00:00
Notice dispatch date (eSender) : 27/01/2025 10:14 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00058387-2025
OJ S issue number : 19/2025
Publication date : 28/01/2025