Contributed By Wikborg Rein Advokatfirma AS
In Norway, the public procurement legislation is set out in one general framework law and various corresponding regulations. The general framework law (the Public Procurement Act) applies to all public contracts above NOK100,000*, and sets out the general procurement principles. The Public Procurement Act is then supplemented by the public procurement regulations, which set out detailed rules specific to the different sectors. The main regulation is the Procurement Regulation (“classic sector”), which applies to all sectors except those that are explicitly excluded. Then there is the Utilities Regulation (for the “utilities sector”), the Concession Contract Regulation, and the Regulation on Defence and Security Procurements.
Substantial parts of the Public Procurement Act and the regulations are based on EU/EEA directives and aim to ensure fair competition and transparency in the procurement process.
The different regulations share many common features and are based on the same principles, but they also have some regulatory approaches and specific provisions that differ between them.
In this practice guide, unless otherwise specified, we will focus on the Procurement Regulation (“classic sector”) and its Part III. This is the regulation mostly applied in Norway and Part III covers the procurements of contracts above the EU/EEA threshold value.
* With reference to 5.5 Legislative Amendments Under Consideration, there will be a change to the threshold for when the Public Procurement Act applies, namely an increase from the current NOK100,000 to NOK500,000. This amendment is intended to enter into force on 1 July 2026.
According to Section 2 of the Public Procurement Act, the following entities are subject to the Act and accompanying regulations:
The Public Procurement Act applies when contracting authorities enter into supply, service, or works contracts, including concession contracts, or conduct planning and design contests, with an estimated value equal to or exceeding NOK100,000 excluding VAT.
In addition, any of the mentioned contracts exceeding an estimated value equal to or exceeding NOK100,000 excluding VAT, would fall under the scope of one of the procurement regulations mentioned in 1.1 Public Procurement Legislation. These regulations have their own specific thresholds, setting out which parts of the regulations will apply.
The Procurement Regulation (“Classic Sector”)
The Procurement Regulation for the classic sector applies to all contracts not falling under any of the more specific regulations. It is divided into different parts.
Part I applies to all procurements covered by the regulation – ie, a value exceeding NOK100,000 excluding VAT.
Part II applies to contracts with an estimated value of at least NOK1.3 million excluding VAT, (but not exceeding the EEA threshold values), except for contracts for health and social services and contracts for special services with an estimated value of at least NOK1.3 million excluding VAT.
Part III applies to contracts with an estimated value equal to or exceeding the EEA threshold values.
(1) The EEA threshold values are:*
(2) The EEA threshold value is NOK7.8 million excluding VAT for contracts concerning specific services and for competitions related to health and social services.
(3) For central authorities’ supply contracts in the field of defence and security, the threshold value in paragraph (1)(a) applies only to goods listed in Annex 4, point 2 of Appendix I to the WTO Agreement on Government Procurement, while the threshold value in paragraph (1)(b) applies to all other goods in the field of defence and security.
Part IV applies to contracts for health and social services with an estimated value equal to or exceeding the EEA threshold.
Part V applies to planning and design contests with an estimated value of at least NOK1.49 million excluding VAT.
* Note that the European Commission has adopted new procurement thresholds for the period 2026–2027, which entered into force in the EU on 1 January 2026. Once the thresholds have been incorporated into the EEA Agreement, Norway will need to adopt the new threshold values in NOK through amendments to the relevant national procurement regulations. Until new Norwegian thresholds are formally adopted and published, contracting authorities must continue to apply the existing EEA thresholds set out in Section 5-3 of the Public Procurement Regulation (and corresponding provisions in the other regulations).
The Utilities Regulation (“Utilities Sector”)
The Utilities Regulation applies to certain contracts within the water, energy transport and postal services sectors.
Part I applies to all procurements covered by the regulation – ie, a value exceeding NOK100,000 excluding VAT.
Part II applies to contracts with an estimated value equal to or exceeding the EEA threshold values, except for contracts for special services and contracts for health and social services. The EEA threshold values are (i) NOK4.6 million excluding VAT for supply and service contracts and planning and design contests; (ii) NOK57.8 million excluding VAT for construction works contracts; and (iii) NOK10.4 million excluding VAT for contracts for special services and health and social services.
Part III applies to contracts for special services and contracts for health and social services with an estimated value equal to or exceeding the EEA threshold value (iii).
Part IV applies to planning and design contests with an estimated value equal to or exceeding the EEA threshold value (i).
The Concession Contract Regulation
The Concession Contract Regulation applies to concession contracts.
Part I applies to all concession contracts covered by the regulation – ie, a value exceeding NOK100,000 excluding VAT.
Part II applies to concession contracts with an estimated value equal to or exceeding the EEA threshold of NOK57.8 million excluding VAT, except for concession contracts for special services and concession contracts for health and social services.
Part III applies to concession contracts for special services and health and social services with an estimated value equal to or exceeding the EEA threshold of NOK57.8 million excluding VAT.
The Regulation on Defence and Security Procurements
This regulation applies to defence and security procurements.
Part I of the regulation applies to all procurements covered by this regulation – ie, a value exceeding NOK100,000 excluding VAT. This does not directly follow from the regulation, but is a consequence of the enabling statute (see the Public Procurement Act Section 2).
Part II of the regulation applies to contracts where the estimated value exceeds the threshold values of (i) NOK4.6 million excluding VAT for supply and service contracts, and NOK57.8 million excluding VAT for construction works contracts; and (ii) where the combined estimated value of subcontracts mentioned in Section 2-3 seventh and eighth paragraphs (multiple subcontracts or sub-tasks) exceeds the values stated in (i), Part II of the regulation applies to all subcontracts. However, construction works contracts with an estimated value of less than NOK10.4 million excluding VAT and service contracts and supply contracts with an estimated value of less than NOK836,000 excluding VAT can still be entered into according to Part I of the regulation, provided the combined value of these subcontracts does not exceed 20% of the total combined value of all subcontracts. The Ministry of Trade, Industry, and Fisheries may amend the threshold values and CPV codes specified in this regulation.
Contracts concerning non-prioritised services (see Appendix 6) follow the rules in Part I even if the estimated value exceeds the threshold values specified above in (i) and (ii). Certain exceptions apply to contracts for the provision of training and rehabilitation services offered outside hospitals and covered by the regional health authorities’ responsibility for specialist health services, even if the service is not provided by a non-profit organisation.
The contract award procedures are open to any interested parties which are either (i) an entity legally established within an EU/EEA state, or (ii) an entity established in a state which has been granted rights under the WTO Agreement on Government Procurement or other international agreements by which Norway is bound, to the extent provided by such agreements.
An entity belonging to category (i) and (ii) is given direct rights under the public procurement regulations and may enforce them.
An entity not belonging to category (i) or (ii) may nevertheless participate in a contract award procedure if this is not prohibited by the procurement documents. However, the contracting authorities may choose to exclude such an entity from the procedure at any stage of it – unless it has specified otherwise in the procurement documents.
The awarding authorities must adhere to the general procurement principles stated in Section 4 of the Public Procurement Act in all procurement procedures. These principles include competition, equal treatment, predictability, verifiability, and proportionality. Additionally, the Public Procurement Act requires contracting authorities to consider environmental impacts during procurement. In addition, there are requirements regarding the use of apprentices in certain sectors; see Section 7 of the Procurement Act. On 1 August 2025, stricter requirements on the use of apprentices in public contracts entered into force through amendments to Section 6 of the Apprenticeship Regulation.
The Procurement Regulations mandate the announcement of competition prior to awarding contracts. The competition is announced in the national database Doffin, or, if it exceeds the EU/EEA thresholds, the TED database.
There are various types of announcements, including prior information notices, contract notices, preliminary notices, buyer profile notices, intent notices, and contract award notices. In the following, we will focus on the contract notice, which is the most common in the classic sector.
The announcement must contain all essential information about the procurement to ensure predictability for the supplier. The Ministry prescribes the forms in which the procurement must be announced.
The announcement forms require, amongst other things, the following information:
Note that the above applies to contracts over the EU/EEA threshold values set out in Part III of the Procurement Regulation (“classic sector”). Part II procurements (exceeding the national threshold value but below EU/EEA thresholds) only need to be announced in Doffin. For Part I procurements (below the national threshold value) it is optional whether the competition should be announced.
It is permitted to conduct preliminary market consultations to prepare the procurement and provide information to the suppliers about plans and needs. For procurements subject to Part III of the Public Procurement Regulations, this is set out in Section 12-1. The contracting authority may seek or receive advice from independent experts, authorities, suppliers, or other market actors. The advice can be used in the planning and implementation of the procurement, provided that the advice does not distort competition or lead to a violation of the principle of equal treatment.
Market dialogue must be documented to ensure that the requirements for predictability and equal treatment are maintained throughout the process.
If the contracting authority has received advice from a supplier or an entity affiliated with the supplier prior to the competition, the contracting authority must take appropriate measures to ensure that the supplier does not gain an unfair competitive advantage if they participate in the competition. This can be ensured by providing other suppliers participating in the competition with the same relevant information as the supplier who has been involved, and/or by setting a deadline for the receipt of bids to level any differences between the suppliers.
The Procurement Regulation specifies various types of tender procedures that are permitted for use under its Part III. It is always permissible to use the following procedures:
Subject to specific limitations, it is also permitted to use the following tender procedures:
Generally, the procurement procedures require that the competition be announced. However, exceptions exist that allow for competitive negotiation without prior notice, or direct procurement without competition, but only subject to strict conditions. The overall approach is that these exceptions are permitted solely in situations where announcing the procurement would be an inefficient use of resources or otherwise impractical.
In cases of competitive negotiation without prior notice, the contracting authority is still required to uphold the fundamental principles of competition and, as far as possible, follow the procedural rules set out in Part III.
Whether the contracting authority prefers an open or restricted tender procedure is subject to the discretion of the contracting authority. The other tender procedures may only be used under specific conditions.
A competitive procedure with negotiation after prior notice and competitive dialogue may only be used when:
The contracting authority can use the competitive innovation partnership procedure only in cases where the purpose is to develop and procure innovative goods, services, or construction works.
Competitive negotiation without prior notice and procurement without competition are permitted only under strict conditions, as detailed in 2.3 Tender Procedure for the Award of a Contract.
The Procurement Regulation permits direct contract awards in certain cases, which are exhaustively listed in Section 13-4. These are where:
These exemptions permitting direct contract awards are considered exceptional rules and are interpreted restrictively. The contracting authority bears the burden of proof that the conditions are met.
The tender documents must be available from the day the contracting authority publishes the competition in the TED database or sends an invitation to confirm interest from suppliers (Section 14-1 of the Procurement Regulation).
The tender documents must contain the following information (unless already sufficiently described in the announcement):
In a competition for an innovation partnership, the tender documents must additionally include information on a description of the need for the innovative goods, services, or construction work, and the arrangements regarding intellectual property rights.
The Procurement Regulation Section 14-3 generally requires that the contracting authority provide free, direct, and unrestricted electronic access to the tender documents. The announcement or invitation must include the internet address where the tender documents are available. If the contracting authority cannot provide free, direct, and unrestricted access to parts of the tender documents, the announcement or invitation to confirm interest must specify how these documents can be accessed. It might also be the case that the contracting authority cannot provide free, direct, and unrestricted electronic access to all documents due to documents that contain business secrets. In such instances, the contracting authority must specify the necessary measures to ensure the confidentiality of the information and how suppliers can access the documents. In these cases, the contracting authority must extend the bidding deadline by five days (except in urgent procurement cases).
Deadlines for submitting tenders or expressing interest in participating in the competition are set by the contracting authority in the tender documents. The Procurement Regulation establishes minimum deadlines based on the time after the publication of the procurement documents. The minimum deadlines vary depending on the tender procedure used by the contracting authority.
For open tender procedures, the deadline for receiving bids shall be at least 30 days from the day the notice is sent to the TED database (35 days if the contracting authority does not require bids to be submitted electronically). It is possible to shorten the bidding deadline to 15 days under specific conditions.
For restricted tender procedures, the minimum deadline for receiving requests to participate is also at least 30 days. The deadline for receiving bids from suppliers invited to submit bids shall be at least 25 days from the day the contracting authority sends the invitation (30 days if the contracting authority does not require bids to be submitted electronically). It is possible to shorten the deadlines under specific conditions (see Section 20-3). Note that the entire tender documentation must be published at the same time, even if the procedure is carried out in two stages.
In a competitive procedure with negotiation after prior notice, the deadline for receiving requests to participate shall be at least 30 days from the day the notice is sent to the TED database. Once invitations are issued, suppliers must again be afforded at least 25 days to submit their bids, or 30 days where electronic submission is not required by the contracting authority.
In an innovation partnership procedure and competitive dialogue, the deadline for receiving requests to participate shall be at least 30 days from the day the notice is sent to the TED database.
The contracting authority must always take into account the complexity of the contract and the time it takes for suppliers to prepare requests and bids when setting the specific deadline for the submission of requests to participate or bids.
The contracting authority may set qualification requirements/selection criteria that interested suppliers must meet. For procurements under Part III of the Procurement Regulation, it may be required that the supplier be appropriately registered and possess the necessary authorisations. Furthermore, the contracting authority may set criteria relating to the economic and financial standing and technical and professional ability (experience). Chapter 16 of the Procurement Regulation also sets out an exhaustive regulation of the documentation requirements that may be lawfully imposed.
In a restricted tender procedure, competitive procurement with negotiations after prior notice, competition for innovation partnerships, and competitive dialogue, the contracting authority can set a lower and, if applicable, also an upper limit on the number of suppliers selected to submit a tender (see Section 16-12). The contracting authority shall specify the lower and upper limits in the notice or in the invitation to confirm interest, along with objective and non-discriminatory criteria or rules for the selection of the suppliers.
The contracting authority shall select a number of participants sufficient to ensure genuine competition, but not fewer than five in a restricted tender competition or fewer than three in a competitive procedure with negotiation following a prior notice, competition for innovation partnerships and competitive dialogue. The contracting authority may select fewer suppliers than stated in the notice or invitation if there are not a sufficient number of suppliers.
Tenders are evaluated and the winner of the contract award procedure is determined based on the award criteria that are set in advance by the contracting authority. The contracting authority shall select the offer based on the best balance between price or cost and quality. The award criteria can be determined based on the contracting authority’s needs, and Section 18-1 outlines some examples, including quality, the organisation of the proposed staffing, customer service, etc. Thus, the contracting authority has discretion when setting the award criteria, but they cannot be so discretionary that the contracting authority obtains unlimited freedom of choice. The award criteria must also be related to the delivery that the procurement concerns. The contracting authority shall also specify the documentation requirements for each award criterion.
In Section 7-9 of the Procurement Regulation, there is an explicit provision requiring that climate and environmental considerations be weighted at 30% in procurement evaluations, unless certain exceptions are met.
The Procurement Regulation contains provisions regulating exclusion grounds related to both the supplier and the tenders submitted. There are obligatory and discretionary exclusion grounds.
When it comes to the exclusion grounds for suppliers, the most common cause for exclusion is when the supplier does not meet the qualification requirements/selection criteria in the competition. However, there are also other exclusion grounds set out in Section 24-2 of the Procurement Regulation. Some of these are mandatory exclusion grounds and some of them are at the discretion of the contracting authority.
When it comes to the exclusion grounds for tenders, the most common exclusion ground is related to non-conforming tenders – ie, that they do not meet the requirements of the specification in the procurement documents. Where the non-conformity is deemed substantial, the contracting authority is under an obligation to exclude the tender. There are also other exclusion grounds set out in Section 24-8 of the Procurement Regulation, some of which are mandatory and some of which are discretionary.
In a case where the contracting authority is permitted to select the number of bidders allowed to participate, the selection criteria must be specified in the announcement of the tender or in the invitation to confirm interest. The criteria must be based on objective and non-discriminatory criteria.
When it comes to the evaluation methodology for evaluating tenders, the contracting authority must set the award criteria and must also stipulate the relative weighting of the award criteria.
There is no further requirement for the contracting authority to share the evaluation method prior to awarding the contract. However, should the contracting authority choose to do so in the procurement documents, they must adhere to the methodology described. Also, when awarding the contract, the contracting authority must in the notification letter explain the evaluation method in the justification, for instance the point scale applied and which volume figures have been used as a basis.
The contracting authority shall “promptly” provide suppliers who are not selected with a written notice of the selection to participate in the contract award procedure. The notice shall include a brief justification.
“Promptly” means that the justification must be provided in sufficient time before the deadline for submitting offers so that the supplier has the opportunity to take effective measures to challenge the decision. It is deemed good practice to notify parties who have not been selected for participation at the same time as the invitation to participate is sent to the selected suppliers.
The contracting authority must justify which suppliers are selected in a competition. The justification can be “brief”, but should allow suppliers to determine if they want to appeal the decision. It must clearly show that the contracting authority has assessed applications against all selection criteria and ranked suppliers in a factually correct and reasonable manner. The justification must contain information on the score differences. Simply referring to the criteria in the procurement documents is insufficient without indicating the actual circumstances that the decision is based on.
The contracting authority shall provide written notice, known as an award letter, simultaneously and to all affected suppliers about the selection of the supplier. The term “all affected suppliers” means “suppliers who have submitted a request to participate in the competition and have not received a notification that the request has been rejected or discarded, and all suppliers who have submitted bids”.
The contracting authority must provide a justification for the selection and specify a “standstill period” in the notice during which it is prevented from entering into the contract (Section 25-1 first paragraph). The justification must not only name the chosen supplier, but also describe the chosen offer’s characteristics and relative advantages in accordance with the award criteria. Simply stating the result is insufficient. The justification must specify which award criteria were used in the evaluation. If the contracting authority has specified sub-criteria for the individual award criteria, the justification should, as a general rule, show how the chosen offer was evaluated against each sub-criterion.
There is no requirement for prior notification in Norwegian procurement law.
Section 25-2 of the Procurement Regulation requires the contracting authority to set a standstill period of at least ten days, counted from the day after the notice of the chosen supplier has been sent. If the contracting authority has made an exception from the requirement to use electronic communication, the standstill period must be at least 15 days.
The body responsible for the review of the awarding authority’s decisions in Norway is the Norwegian Complaints Board for Public Procurement (KOFA). KOFA handles complaints and can issue advisory opinions and impose fines in certain cases.
Furthermore, the Norwegian courts play a crucial role in reviewing decisions made by awarding authorities. In particular, interim injunctions may be used to challenge award decisions or other decisions adopted by the contracting authorities.
According to the Public Procurement Act, several remedies are available. A financial penalty may be imposed (Section 12 of the Act), the contract may be declared ineffective (Section 13) and the duration of the contract may be shortened (Section 14). However, in practice the latter two remedies are not widely used.
In addition to the remedies mentioned above, a party, having experienced any breach of the procurement regulations by the contracting authorities, may also put forward claims for compensatory damages.
It is possible to lodge a petition for an interim injunction with the court, which may result in the suspension of the contract award procedure by the awarding authority.
It is also possible to request the contracting authority to postpone signing the contract and have the case treated as a prioritised case by KOFA.
A complaint to KOFA may relate to omissions, actions, or decisions made by the contracting authority during the procurement process and which constitute a breach of the Public Procurement Act and/or the corresponding regulations. A complaint may be filed by anyone who has a legitimate interest in having the legality of such omission, action, or decision assessed. In practice, the complaint will be lodged by a supplier that participated in the competition. For cases involving claims of illegal direct procurement, anyone can file a complaint.
In order to bring a case before the courts in Norway, the applicant must demonstrate a sufficient legal interest in the case.
Complaints to KOFA may be lodged at any time before the contract is signed, and up to six months after contract signing or after the contracting authority cancels the competition. In cases of unlawful direct procurement, a complaint can be lodged up to two years from the contract’s signing date.
When it comes to challenging the awarding authority’s decision before the courts, one needs to distinguish between claims for interim measures and other claims:
Based on KOFA’s latest annual report from 2024, the average processing time is 156 days for advisory cases and 68 days for prioritised advisory cases.
During the last five years, KOFA has considered an average of approximately 195 cases per year.
When a complaint is lodged before KOFA, there is a fee of NOK8,000 for advisory cases and NOK1,000 for penalty cases involving allegations of illegal direct procurement. The parties bear their own costs in connection with the complaint proceedings.
If a claim is lodged before the ordinary courts, court fees are imposed. In addition, legal fees could accrue. Also, if the case is lost, the losing party may have to bear the costs of the winning party. Legal costs vary significantly depending on the type of case, the number of days in court, etc.
The modification of a contract after an award is permissible under certain conditions (Sections 28-1 and 28-2 of the Procurement Regulation).
Modifications are not allowed if they result in the contract being substantially different from the original contract. A modification is always considered substantially different if it:
Notwithstanding the above, the following modifications are always allowed:
As a general rule, Norwegian law allows for the termination of a contract if the other party has committed a serious breach of their obligations under that contract.
The Norwegian procurement legislation does, however, specify some grounds which may always lead to a contract termination (Section 28-3 of the Procurement Regulation):
The contracting authority enjoys a certain amount of discretion when assessing certain aspects of a competition, like the selection criteria and the award criteria. The amount of discretion is, however, dependent on how the criteria have been formulated. Furthermore, the contracting authority may also cancel competitions in certain circumstances – for instance if there is a lack of adequate bids, budgetary constraints, errors in procurement documents, uncertainty as to whether the procurement procedure has been lawfully carried out, etc.
There have been several notable court decisions handed down in the past year. Below are three key decisions from the past year.
Supreme Court Decision 8 December 2025 (HR-2025-2425-A)
The case concerns the question of whether a contracting authority may reserve the right to participate in a competition for the delivery of nursing home places only for suppliers that are non-profit organisations. Whether a contracting authority may reserve procurements of health and social services for non-profit organisations has been a contested issue in Norwegian law, particularly given its significant EU/EEA law implications, as such reservations entail a prima facie breach of the principle of equality.
Both the EFTA Court and the European Court of Justice have clarified that contracts for health and social services may be reserved for non-profit organisations, provided that certain criteria are fulfilled.
The Supreme Court, applying the case law from the EFTA Court and the Court of Justice, emphasised that the state enjoys a wide margin of appreciation in organising its welfare system. It then summarised the criteria for when contracts for health and social services may be reserved for non-profit organisations. Firstly, the procurement must concern universal and solidarity-based services that are generally available to those in need regardless of ability to pay and form part of the welfare system. Secondly, the non-profit operator must pursue general social interests and reinvest any surplus to this aim. Thirdly, the tender documents must ensure compliance with the conditions for reserving the competition at both the award and performance stages. It is not required that the procurement results in lower prices or passes a proportionality assessment.
The Supreme Court concluded that these requirements were met in the case at hand. The decision to reserve the procurement for non-profit organisations ultimately remained a political choice.
Supreme Court Decision 13 June 2025 (HR-2025-1098-A)
The Norwegian Coastal Administration had nominated a contractor as the winner of a tender competition for the improvement of a harbour facility. This contractor had offered a solution for corrosion protection that deviated from the requirements in the tender documents.
The question to be assessed was whether the contracting authority was under a duty to reject the tender due to deviations from technical specifications, particularly where such specifications express minimum requirements. The specifications at issue concerned requirements for cathodic protection in construction works (ICCP). The procurement documents were based on Norwegian industry standards (NS 3420).
The Supreme Court held that not all technical specifications constitute minimum requirements, even where they form part of recognised industry standards. Accordingly, the Supreme Court rejected the parties’ arguments that a technical specification found in the Norwegian industry standard must always be regarded as a minimum requirement. Whether a specification constitutes a minimum requirement depends on an individual assessment of the specific procurement, based on what is expressly stated in the procurement documents.
Since the requirement for corrosion protection was not found to be a minimum requirement, the contracting party was not under a duty to reject the winning tender.
Appellate Court Decision 7 November 2025 (LB-2025-5921)
The case concerns a competition under the Utilities Directive, where the Norwegian Complaints Board for Public Procurement had found that the contracting authority had committed an error when changing the evaluation method after opening the tenders.
One of the suppliers sought damages for the costs incurred in preparing its tender (reliance interest).
The Appellate Court summarised the legal criteria for establishing claims for reliance interest. After having analysed the Utilities Directive, it held that the threshold for establishing liability is lower in the utilities sector than in the classic sector. Furthermore, the requirements for demonstrating a causal link differ between the sectors. In the utilities sector, the claimant must demonstrate that it had a real opportunity to have the contract awarded.
The court concluded that the claimant would not have been awarded the contract even if its tender had been properly evaluated. Accordingly, the requisite causal link was not established.
Partial Revision of the Current Public Procurement Legislation
Norway is currently in the final stages of a partial revision of the public procurement legislation. Following two committee reports (NOU 2023:26 and NOU 2024:9) and a subsequent legislative proposal from the government (Prop. 147 L (2024–2025)), the Parliament’s Standing Committee on Trade and Industry published its recommendation (Innst. 38 L (2025–2026)) on 13 January 2026. The Committee broadly supports the government’s proposal but recommended, among other things, a higher threshold value than originally proposed. The act was then passed by the Norwegian Parliament following first and second readings on 29 January and 5 February 2026.
Key amendments include the following:
The Ministry aims for these amendments to come into force on 1 July 2026, though it will provide further details regarding the timing of the Section 4 repeal in due course.
A Revision of the Regulation on Defence and Security Procurements
In September 2025, an external working group appointed by the Ministry of Defence submitted its proposal for a new act governing defence and security procurements. This initiative responds to the significantly altered security landscape in Europe and globally, which has prompted increased emphasis on defence, security, and preparedness in Norway. The proposed act would govern all public procurement within the defence and security sector, including the acquisition of weapons, ammunition, war materials, technology, and related essential services.
The proposal includes the following key amendments:
It is uncertain how the Ministry will respond to this proposal, and whether it will proceed with proposing new legislation.
Preparation of Possible New EU Procurement Rules
Finally, the Ministry of Trade and Fisheries, being responsible for the public procurement legislation, has established a national reference group which will closely follow the possible revision of the EU procurement rules. On 26 January 2026, the Ministry submitted Norway’s consultation response to the EU’s public consultation on the new EU procurement rules, highlighting the need for more flexibility in the implementation of public procurement, increased emphasis on working conditions and climate and environmental considerations, and enhanced digitalisation of the procurement process.