20250006 Framework Agreement, Advertising Agency Services

The Norwegian Tax Administration communicates with the entire population of Norway, both wage earners, pensioners, entrepreneurs, young people, elderly and foreign employees. The governmental communication policy, which i.a. emphasises transparency and inclusive communication, sets high demands on the Tax Administration's approach to educate and guide the population. We must actively …

CPV: 79340000 Advertising and marketing services, 79341000 Advertising services, 79341100 Advertising consultancy services, 79341400 Advertising campaign services, 92100000 Motion picture and video services, 92111200 Advertising, propaganda and information film and video-tape production, 92111210 Advertising film production
Place of execution:
20250006 Framework Agreement, Advertising Agency Services
Awarding body:
Skatteetaten
Award number:
2025/157

1. Buyer

1.1 Buyer

Official name : Skatteetaten
Legal type of the buyer : Public undertaking, controlled by a central government authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : 20250006 Framework Agreement, Advertising Agency Services
Description : The Norwegian Tax Administration communicates with the entire population of Norway, both wage earners, pensioners, entrepreneurs, young people, elderly and foreign employees. The governmental communication policy, which i.a. emphasises transparency and inclusive communication, sets high demands on the Tax Administration's approach to educate and guide the population. We must actively inform on several channels about both obligations and rights, and reach out with different information and messages to all target groups. The Norwegian Tax Administration would like to enter into a framework agreement with a tenderer who can be a good consultant for market campaigns and paid communication - for the purpose of ensuring that we communicate purposefully and efficiently to relevant target groups. A tenderer must fulfil our total need for advertising agency services. This includes i.a. concept and idea development, film production, creative and creative consulting, text and graphic design, knowledge and understanding of channel choices.
Procedure identifier : a2b83e68-7070-40e6-831d-3d731b5f34b9
Internal identifier : 2025/157
Type of procedure : Restricted
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The procurement will be made in accordance with the Public Procurement Act of (LOA) dated 17 June 2016 no. 73 and the Public Procurement Regulations (FOA) dated 12 August 2016 no. 974, part III. The procurement will be carried out as a restricted tender contest, cf. the Public Procurement Regulations § 13-1 (1). The tender contest is initiated with a qualification phase. All interested parties can apply for participation in the competition by submitting a request for participation. Only interested parties who fulfil the qualification requirements and who are invited to participate in the competition will be able to submit a tender. The Norwegian Tax Administration has decided to limit the number of interested parties who will be invited to submit a tender. Interested parties who fulfil the Tax Administration ́s qualification requirements, cf. point 2.2 - 2.4, will, thus, be subject to a selection evaluation in accordance with the selection criteria stated in point 2.5. The qualified interested parties will rank according to the selection criteria and a maximum of five of these will be invited to participate in the competition. Tenders cannot be changed after a tender has been submitted. Negotiations will not be held, but the tenderer who submits a tender will be invited to present parts of the tender in a meeting with the Norwegian Tax Administration after the tender deadline. However, it may be necessary, on the initiative of the Norwegian Tax Administration, to clarify uncertainties in the tenders.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79340000 Advertising and marketing services
Additional classification ( cpv ): 79341000 Advertising services
Additional classification ( cpv ): 79341100 Advertising consultancy services
Additional classification ( cpv ): 79341400 Advertising campaign services
Additional classification ( cpv ): 92100000 Motion picture and video services
Additional classification ( cpv ): 92111200 Advertising, propaganda and information film and video-tape production
Additional classification ( cpv ): 92111210 Advertising film production

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 30 000 000 Norwegian krone
Maximum value of the framework agreement : 30 000 000 Norwegian krone

2.1.4 General information

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 : Has the tenderer: a) given grossly incorrect information with the notification of the information required to verify that there is no basis for rejection, or of the qualification requirements being fulfilled, b) failed to provide such information, c) made reservations immediately to present the supporting documents requested by the contracting authority, or d) improperly affected 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 : 20250006 Framework Agreement, Advertising Agency Services
Description : The Norwegian Tax Administration communicates with the entire population of Norway, both wage earners, pensioners, entrepreneurs, young people, elderly and foreign employees. The governmental communication policy, which i.a. emphasises transparency and inclusive communication, sets high demands on the Tax Administration's approach to educate and guide the population. We must actively inform on several channels about both obligations and rights, and reach out with different information and messages to all target groups. The Norwegian Tax Administration would like to enter into a framework agreement with a tenderer who can be a good consultant for market campaigns and paid communication - for the purpose of ensuring that we communicate purposefully and efficiently to relevant target groups. A tenderer must fulfil our total need for advertising agency services. This includes i.a. concept and idea development, film production, creative and creative consulting, text and graphic design, knowledge and understanding of channel choices.
Internal identifier : 2025/157

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79340000 Advertising and marketing services
Additional classification ( cpv ): 79341000 Advertising services
Additional classification ( cpv ): 79341100 Advertising consultancy services
Additional classification ( cpv ): 79341400 Advertising campaign services
Additional classification ( cpv ): 92100000 Motion picture and video services
Additional classification ( cpv ): 92111200 Advertising, propaganda and information film and video-tape production
Additional classification ( cpv ): 92111210 Advertising film production

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 21/06/2025
Duration end date : 20/06/2027

5.1.4 Renewal

Maximum renewals : 2
The buyer reserves the right for additional purchases from the contractor, as described here : Renewal lenght is 12 months

5.1.5 Value

Estimated value excluding VAT : 30 000 000 Norwegian krone
Maximum value of the framework agreement : 30 000 000 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 : 2.3 THE TENDERER'S ECONOMIC AND FINANCIAL CAPACITY
Description : Tenderers shall have sufficient financial capacity to fulfil the contractual obligations. A minimum of positive equity ratio and credit rating are required to be credit worthy or equivalent. Documentation requirement: Credit rating from a certified credit institution The assessment shall be based on the last known fiscal figures with an indication of how the credit rating has evolved during the past three years. Key figures for liquidity, equity ratio and debt ratio must be shown in the credit rating.
Use of this criterion : Used
Criterion :
Type : Other
Name : The tenderer fulfils the stated qualification requirements:
Description : All the necessary selection criteria specified in the notice or in the procurement documents mentioned in the notice are fulfilled.
Use of this criterion : Used
Criterion :
Type : Other
Name : This fulfils the objective and non-discriminatory criteria or rules that shall be used to select the number of tenderers in the following way: If certain certificates or other forms of documentation are requested, indicate for each individual whether the tenderer is in possession of the requested documents:
Description : If any of these certificates or other forms of documentation are available in electronic form, the certificates are to be provided for each:
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : 2.2 TAX CERTIFICATE
Description : Tenderers must have fulfilled their obligations with respect to the payment of taxes, payroll tax and value added tax (VAT). Documentation requirement: Certificate for paid Tax and duties. The certificate can be ordered and downloaded from Altinn. http://www.skatteetaten.no/skatteattest/ The certificate must not be older than 6 months calculated from the deadline for receipt of tenders. Any arrears and other notes must be explained.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : 2.4 TECHNICAL AND PROFESSIONAL QUALIFICATIONS OF THE TENDERER
Description : The tenderer shall have the necessary competence to carry out the assignment. Documentation requirement: Information on the tenderer ́s organisation and manpower. Description of the tenderer's personnel and units that the tenderer has at its disposal for fulfilment of the contract.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : 2.4 TECHNICAL AND PROFESSIONAL QUALIFICATIONS OF THE TENDERER
Description : Tenderers shall have good experience from relevant assignments. 3 reference assignments shall be submitted, referring to campaigns, concepts or similar assignments carried out in the last three years. The reference assignments shall be carried out for: - A large customer (public or private) - A public customer - An optional customer Documentation requirement: The overview shall include the following information: • Name of the contracting authority. • Brief description of the assignment • When the assignment was carried out • Which assignments, needs, challenges the campaign/concept shall solve • The target groups the campaign/concept was aimed at. • Justification for choosing direction and means for the campaign/concept • Goal achievement and experience • Reference, name, telephone number and email address. The information shall be submitted in Annex 1 - the tenderer ́s technical and professional qualifications - experience from relevant assignments.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : 2.5 SELECTION CRITERIA
Description : The selection of qualified tenderers will be based on the qualification requirement Technical and professional qualifications - experience from relevant assignments. When assessing experience from relevant assignments, emphasis will be put on how comparable the assignments are to the Need of the Norwegian Tax Administration, by, among other things, solving complex challenges with relevant means for limited budgets. The tenderer who documents the most relevant experience will be given ten points. The other qualified tenderers ́ points attainment will be determined judgementally in relation to the best tenderer. The five best qualified tenderers with the highest number of points will be invited to participate in the competition.
Use of this criterion : Used

5.1.11 Procurement documents

Deadline for requesting additional information : 16/03/2025 23:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=46367

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 : Allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 24/03/2025 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 : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 1
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 : Skatteetaten
Registration number : 974761076
Department : Anskaffelser
Postal address : Fredrik Selmers vei 4
Town : Oslo
Postcode : 0663
Country : Norway
Contact point : Liesl Hagelberg
Telephone : +47 80080000
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 subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : 22 03 52 00
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : 35ea2ba0-ea70-4c66-a841-96093f0c1c30 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 19/02/2025 08:23 +00:00
Notice dispatch date (eSender) : 19/02/2025 08:32 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00116362-2025
OJ S issue number : 36/2025
Publication date : 20/02/2025