82-BYM-2024 Framework agreement for communication and arrangement services for Rusken.

Oslo municipality c/o the Agency for Urban Environment invites tenderers to qualify for a restricted tender contest for the procurement of 82-BYM-2024 Framework agreement for communication and arrangement services for Rusken. The framework agreement shall be signed with one tenderer. Rusken was established in 1976 and has since been Oslo …

CPV: 39294100 Informations- und Werbeerzeugnisse, 79000000 Dienstleistungen für Unternehmen: Recht, Marketing, Consulting, Einstellungen, Druck und Sicherheit, 79340000 Werbe- und Marketingdienstleistungen, 79341100 Werbeberatung, 79341400 Werbekampagnen, 79342000 Marketing, 79413000 Marketing-Beratung, 79415200 Entwurfsberatung, 79952000 Event-Organisation, 79952100 Organisation von Kulturveranstaltungen
Ausführungsort:
82-BYM-2024 Framework agreement for communication and arrangement services for Rusken.
Vergabestelle:
Oslo kommune v/ Bymiljøetaten
Vergabenummer:
24/90318

1. Buyer

1.1 Buyer

Official name : Oslo kommune v/ Bymiljøetaten
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : 82-BYM-2024 Framework agreement for communication and arrangement services for Rusken.
Description : Oslo municipality c/o the Agency for Urban Environment invites tenderers to qualify for a restricted tender contest for the procurement of 82-BYM-2024 Framework agreement for communication and arrangement services for Rusken. The framework agreement shall be signed with one tenderer. Rusken was established in 1976 and has since been Oslo municipality's commitment to a clean and pleasant city together with the population. Through Rusken's various activities, all inhabitants of the city can contribute to an environmentally friendly Oslo. The Rusken secretariat is located in the Agency for Urban Environment's environment division. They plan and administer all of Rusken's activities and campaigns, taking care of everything from practical facilitation to strategic work and communication. A main area is to raise awareness of and engage the entire town population to participate in the work of a clean and environmentally friendly city.
Procedure identifier : e4ef63de-f2ed-4c7b-a446-6e29abda69d7
Internal identifier : 24/90318
Type of procedure : Restricted
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The competition is being held as a restricted tender contest in accordance with the Public Procurement Regulations § 13-1 (1). The procedure consists of two stages. The first step means that all interested suppliers can send a request to participate in the competition. In stage two tenderers are invited to fulfil the qualification requirements and have been selected for the limited tender competition. The contracting authority plans to invite five to six tenderers to submit tender offers. See points 4 and 5 below for further information on the qualification requirements and the selection to submit tenders.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79000000 Business services: law, marketing, consulting, recruitment, printing and security
Additional classification ( cpv ): 39294100 Information and promotion products
Additional classification ( cpv ): 79340000 Advertising and marketing services
Additional classification ( cpv ): 79341100 Advertising consultancy services
Additional classification ( cpv ): 79341400 Advertising campaign services
Additional classification ( cpv ): 79342000 Marketing services
Additional classification ( cpv ): 79413000 Marketing management consultancy services
Additional classification ( cpv ): 79415200 Design consultancy services
Additional classification ( cpv ): 79952000 Event services
Additional classification ( cpv ): 79952100 Cultural event organisation services

2.1.2 Place of performance

Postal address : I Oslo.
Country subdivision (NUTS) : Oslo ( NO081 )

2.1.3 Value

Estimated value excluding VAT : 12 000 000 Norwegian krone
Maximum value of the framework agreement : 12 000 000 Norwegian krone

2.1.4 General information

Additional information : The main rule in accordance with the Procurement Regulations (FOA) § 7-9 second paragraph, is that climate and environmental considerations shall be weighted with a minimum of 30 percent in all procurements. The fifth paragraph of the provision is, however, open for failure to set requirements and criteria for climate and the environment, if the procurement has, in its nature, a climate footprint and an environmental impact that is immaterial. DFØ mentions in its guidelines to the environmental provision that consultancy procurements are typical procurements where the procured service normally does not include elements that have more than a marginal impact on climate and environmental considerations, and thus, according to nature, have a climate footprint and an environmental impact that is immaterial. Based on the guidelines for DFØ, as well as the nature of the procurement, climate and environmental considerations will not be weighted in this procurement.
Legal basis :
Directive 2014/24/EU

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?
Purely national exclusion grounds : In accordance with ESPD part III: Rejection Reasons, Section D: "Other rejection reasons stipulated in the national legislation in the contracting authority ́s member state". The Norwegian procurement regulations go further than what is stated in the rejection reasons stated in the EU Public Procurement Directive and in the standard form for ESPD. All the rejection reasons in this competition are in accordance with PPR § 24-2. This also includes the purely national rejection reasons. The following rejection reasons are purely national: 1. The Public Procurement Regulations § 24-2 states that "the contracting authority shall also reject a tenderer when he is aware that the tenderer has been legally convicted or has accepted a writy for the following punishable conditions: a) participation in a criminal organisation b) corruption c) fraud d) acts of terrorism or criminal acts relating to terrorist activity e) whitewashing money or financing terrorism f) child labour and other forms of human trafficking. The requirement that the contracting authority shall reject tenderers who have accepted a wreap for the stated punishable conditions is a distinctively Norwegian requirement. 2. Of foa 24-2(3) letter in follows that «Oppdragiveren kan avvise en leverandør [...] when the contracting authority can document that the tenderer has otherwise committed serious errors that cause doubt about his professional integrity." The rejection reason in the ESPD form only concerns serious errors in professional practice, whilst the Norwegian rejection reason also includes other serious errors that can lead to doubt about the tenderer's professional integrity.
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 : 82-BYM-2024 Framework agreement for communication and arrangement services for Rusken.
Description : Oslo municipality c/o the Agency for Urban Environment invites tenderers to qualify for a restricted tender contest for the procurement of 82-BYM-2024 Framework agreement for communication and arrangement services for Rusken. The framework agreement shall be signed with one tenderer. Rusken was established in 1976 and has since been Oslo municipality's commitment to a clean and pleasant city together with the population. Through Rusken's various activities, all inhabitants of the city can contribute to an environmentally friendly Oslo. The Rusken secretariat is located in the Agency for Urban Environment's environment division. They plan and administer all of Rusken's activities and campaigns, taking care of everything from practical facilitation to strategic work and communication. A main area is to raise awareness of and engage the entire town population to participate in the work of a clean and environmentally friendly city.
Internal identifier : 24/90318

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79000000 Business services: law, marketing, consulting, recruitment, printing and security
Additional classification ( cpv ): 39294100 Information and promotion products
Additional classification ( cpv ): 79340000 Advertising and marketing services
Additional classification ( cpv ): 79341100 Advertising consultancy services
Additional classification ( cpv ): 79341400 Advertising campaign services
Additional classification ( cpv ): 79342000 Marketing services
Additional classification ( cpv ): 79413000 Marketing management consultancy services
Additional classification ( cpv ): 79415200 Design consultancy services
Additional classification ( cpv ): 79952000 Event services
Additional classification ( cpv ): 79952100 Cultural event organisation services

5.1.2 Place of performance

Postal address : I Oslo.
Country subdivision (NUTS) : Oslo ( NO081 )
Additional information :

5.1.3 Estimated duration

Duration : 2 Year

5.1.4 Renewal

Maximum renewals : 2
The buyer reserves the right for additional purchases from the contractor, as described here : The contracting authority has the option to extend the framework agreement for 1 plus 1 year.

5.1.5 Value

Estimated value excluding VAT : 12 000 000 Norwegian krone
Maximum value of the framework agreement : 12 000 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.
The names and professional qualifications of the staff assigned to perform the contract must be given : Request to participate requirement
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 : The main rule in accordance with the Procurement Regulations (FOA) § 7-9 second paragraph, is that climate and environmental considerations shall be weighted with a minimum of 30 percent in all procurements. The fifth paragraph of the provision is, however, open for failure to set requirements and criteria for climate and the environment, if the procurement has, in its nature, a climate footprint and an environmental impact that is immaterial. DFØ mentions in its guidelines to the environmental provision that consultancy procurements are typical procurements where the procured service normally does not include elements that have more than a marginal impact on climate and environmental considerations, and thus, according to nature, have a climate footprint and an environmental impact that is immaterial. Based on the guidelines for DFØ, as well as the nature of the procurement, climate and environmental considerations will not be weighted in this procurement.

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Tenderers shall have sufficient economic and financial capacity to carry out assignments under the framework agreement.
Description : The contracting authority will obtain a credit rating from Dun & Bradstreet.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : The tenderer shall be a legally established company.
Description : Documentation requirement: Norwegian companies: Company registration certificate or register printout. Foreign companies: Proof that the company is registered in a trade or business register as prescribed by the law of the country where the company is established.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : a) Tenderers shall have experience from equivalent assignments as described in the tender documentation and annexes and annexes. Tenderers must have experience with sustainable themes within their own discipline, good knowledge of Oslo ́s environmental challenges and commitment areas for environment and sustainability.
Description : Documentation requirement: An overview of 5 most important deliveries and services in the last 3 years. The overview shall state the contract ́s size/value, date of delivery or execution and the name of the recipient/contracting authority. In addition it must be apparent what role the tenderer had in the assignment/service and the use of any sub-suppliers. Tenderers shall give a short description of the assignments for each assignment/services that show relevance for the contracting authority with a particular focus on the selection criteria described in point 5.2 below.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : b) Tenderers shall have the resources and competence to carry out assignments under the framework agreement and as a minimum be able to offer the following resources of their own employees: For further information, see the qualification documentation point 4.2.3, letter b.
Description : Documentation requirement: Information on education and professional competence (CV) for a senior consultant/senior adviser, contractor and administrative coordinator (project manager).
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : c) Tenderers shall have sufficient capacity to carry out assignments under the framework agreement, minimum 6 events/activities during the year.
Description : Documentation requirement: A description of the tenderer's average workforce and the number of employees in the management in the last three years. The description can be a competence matrix or organisation chart for mad names and roles.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : d) Tenderers are required to have implemented environmental management measures. This means that the tenderer has methods for working actively and systematically to reduce negative environmental impact from activities connected to the execution of the communication and event service.
Description : Documentation requirement: A description of the tenderer's environmental management measures. If a tenderer has certificates from EMAS, ISO 14001 or Miljøfyrtårn, these can be presented as documentation.
Use of this criterion : Used

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian

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
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 27/02/2025 11:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : 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 : Oslo Tingrett

8. Organisations

8.1 ORG-0001

Official name : Oslo kommune v/ Bymiljøetaten
Registration number : 996 922 766
Postal address : Postboks 636 Løren
Town : Oslo
Postcode : 0507
Country : Norway
Contact point : Jannicke Andersen
Telephone : +47 21802180
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Oslo Tingrett
Registration number : 926 725 939
Postal address : Postboks 2106 Vika
Town : Oslo
Postcode : 0125
Country : Norway
Telephone : +47 22035200
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : e1b779f4-2e7e-482f-b1db-3ee9cd6bb607 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 23/01/2025 13:20 +00:00
Notice dispatch date (eSender) : 23/01/2025 13:30 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00053422-2025
OJ S issue number : 17/2025
Publication date : 24/01/2025