Framework agreement for recruitment services

The Norwegian Labour Inspection Authority needs external assistance for the execution of recruitment services within different areas. Tenderers shall have recruitment as their primary work and must have knowledge of rules and guidelines for government appointments. The objective of the agreement is to ensure the contracting authority access to qualified …

CPV: 79600000 Servicios de contratación, 79000000 Servicios a empresas: legislación, mercadotecnia, asesoría, selección de personal, imprenta y seguridad, 79414000 Servicios de consultoría en gestión de recursos humanos, 79631000 Servicios de personal y de nóminas, 79635000 Servicios de centros de evaluación para selección de personal
Plazo:
30 de abril de 2025 a las 10:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
Framework agreement for recruitment services
Organismo adjudicador:
ARBEIDSTILSYNET
Número de premio:
2025/14489

1. Buyer

1.1 Buyer

Official name : ARBEIDSTILSYNET
Legal type of the buyer : Body governed by public law, controlled by a central government authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Arbeidstilsynet
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Framework agreement for recruitment services
Description : The Norwegian Labour Inspection Authority needs external assistance for the execution of recruitment services within different areas. Tenderers shall have recruitment as their primary work and must have knowledge of rules and guidelines for government appointments. The objective of the agreement is to ensure the contracting authority access to qualified employment assistance. The Norwegian Labour Inspection Authority needs good recruitment processes that effectively contribute to attracting, choosing and hiring competent and motivated candidates. The contract is divided into the following sub-contracts: • Sub-contract 1 - Recruitment of departmental director • Sub-contract 2 - Recruitment of section managers • Sub-contract 3 - Recruitment of employees
Procedure identifier : 3aad4dc0-92f2-49a1-b044-91189effee2e
Internal identifier : 2025/14489
Type of procedure : Open
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79600000 Recruitment services
Additional classification ( cpv ): 79000000 Business services: law, marketing, consulting, recruitment, printing and security
Additional classification ( cpv ): 79414000 Human resources management consultancy services
Additional classification ( cpv ): 79631000 Personnel and payroll services
Additional classification ( cpv ): 79635000 Assessment centre services for recruitment

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 8 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 3
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 3

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-0001

Title : Sub-contract 1 - Recruitment of departmental director
Description : The Norwegian Labour Inspection Authority needs external assistance for the execution of recruitment services within different areas. Tenderers shall have recruitment as their primary work and must have knowledge of rules and guidelines for government appointments. The objective of the agreement is to ensure the contracting authority access to qualified employment assistance. The Norwegian Labour Inspection Authority needs good recruitment processes that effectively contribute to attracting, choosing and hiring competent and motivated candidates.
Internal identifier : 1

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79600000 Recruitment services
Additional classification ( cpv ): 79000000 Business services: law, marketing, consulting, recruitment, printing and security
Additional classification ( cpv ): 79414000 Human resources management consultancy services
Additional classification ( cpv ): 79631000 Personnel and payroll services
Additional classification ( cpv ): 79635000 Assessment centre services for recruitment
Options :
Description of the options : 2

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 2 Year

5.1.5 Value

Estimated value excluding VAT : 8 000 000 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

5.1.9 Selection criteria

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 : 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.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Use of this criterion : Not used

5.1.11 Procurement documents

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Allowed
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Allowed
Deadline for receipt of tenders : 30/04/2025 10:00 +00:00
Information about public opening :
Opening date : 30/04/2025 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 :
Framework agreement, without reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Klagenemda for offentlige anskaffelser

5.1 Lot technical ID : LOT-0002

Title : Sub-contract 2 - Recruitment of section managers
Description : The Norwegian Labour Inspection Authority needs external assistance for the execution of recruitment services within different areas. Tenderers shall have recruitment as their primary work and must have knowledge of rules and guidelines for government appointments. The objective of the agreement is to ensure the contracting authority access to qualified employment assistance. The Norwegian Labour Inspection Authority needs good recruitment processes that effectively contribute to attracting, choosing and hiring competent and motivated candidates.
Internal identifier : 2

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79600000 Recruitment services
Additional classification ( cpv ): 79000000 Business services: law, marketing, consulting, recruitment, printing and security
Additional classification ( cpv ): 79414000 Human resources management consultancy services
Additional classification ( cpv ): 79631000 Personnel and payroll services
Additional classification ( cpv ): 79635000 Assessment centre services for recruitment
Options :
Description of the options : 2

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 2 Year

5.1.5 Value

Estimated value excluding VAT : 8 000 000 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

5.1.9 Selection criteria

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 : 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.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Use of this criterion : Not used

5.1.11 Procurement documents

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Allowed
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Allowed
Deadline for receipt of tenders : 30/04/2025 10:00 +00:00
Information about public opening :
Opening date : 30/04/2025 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 :
Framework agreement, without reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Klagenemda for offentlige anskaffelser

5.1 Lot technical ID : LOT-0003

Title : Sub-contract 3 - Recruiting employees
Description : The Norwegian Labour Inspection Authority needs external assistance for the execution of recruitment services within different areas. Tenderers shall have recruitment as their primary work and must have knowledge of rules and guidelines for government appointments. The objective of the agreement is to ensure the contracting authority access to qualified employment assistance. The Norwegian Labour Inspection Authority needs good recruitment processes that effectively contribute to attracting, choosing and hiring competent and motivated candidates.
Internal identifier : 3

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79600000 Recruitment services
Additional classification ( cpv ): 79000000 Business services: law, marketing, consulting, recruitment, printing and security
Additional classification ( cpv ): 79414000 Human resources management consultancy services
Additional classification ( cpv ): 79631000 Personnel and payroll services
Additional classification ( cpv ): 79635000 Assessment centre services for recruitment
Options :
Description of the options : 2

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 2 Year

5.1.5 Value

Estimated value excluding VAT : 8 000 000 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

5.1.9 Selection criteria

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 : 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.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Use of this criterion : Not used

5.1.11 Procurement documents

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Allowed
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Allowed
Deadline for receipt of tenders : 30/04/2025 10:00 +00:00
Information about public opening :
Opening date : 30/04/2025 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 :
Framework agreement, without reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Klagenemda for offentlige anskaffelser

8. Organisations

8.1 ORG-0001

Official name : ARBEIDSTILSYNET
Registration number : 974761211
Postal address : Postboks 4720 Torgarden
Town : TRONDHEIM
Postcode : 7468
Country : Norway
Contact point : Malin Sætervik
Telephone : +47 93658980
Roles of this organisation :
Buyer
Group leader

8.1 ORG-0002

Official name : Arbeidstilsynet
Registration number : 974761211
Department : Arbeidstilsynet
Postal address : Prinsens gate 1
Town : 7004 Trondheim
Postcode : 7013
Country : Norway
Telephone : +47 73199700
Roles of this organisation :
Buyer
Central purchasing body acquiring supplies and/or services intended for other buyers

8.1 ORG-0003

Official name : Klagenemda for offentlige anskaffelser
Registration number : 918 195 548
Postal address : Postboks 511 Sentrum
Town : Bergen
Postcode : 5805
Country : Norway
Telephone : +47 55193000
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : b5b6145d-a2b1-4004-8842-0655428c1e8c - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 28/03/2025 12:52 +00:00
Notice dispatch date (eSender) : 28/03/2025 13:01 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00204686-2025
OJ S issue number : 63/2025
Publication date : 31/03/2025