Boards

The Norwegian Police Shared Services announces a tender contest for a framework agreement for communication services. See the tender documentation for more information. The contract will be used by politi- og lensmannsetaten and Politiets sikkerhetstjeneste. The Norwegian Police Shared Services announces a tender contest for a framework agreement for communication …

CPV: 79410000 Servicios de consultoría comercial y en gestión, 22462000 Material de publicidad, 79340000 Servicios de publicidad y de marketing, 79341000 Servicios de publicidad, 79341100 Servicios de consultoría en publicidad, 79341400 Servicios de campañas de publicidad, 79342000 Servicios de marketing, 79411100 Servicios de consultoría en desarrollo comercial, 79413000 Servicios de consultoría en gestión de marketing, 79415200 Servicios de consultoría en diseño, 85312300 Servicios de orientación y asesoramiento, 85312320 Servicios de asesoramiento
Plazo:
19 de mayo de 2025 a las 10:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
Boards
Organismo adjudicador:
Politiets fellestjenester
Número de premio:
24/215899

1. Buyer

1.1 Buyer

Official name : Politiets fellestjenester
Legal type of the buyer : Central government authority
Activity of the contracting authority : Public order and safety

2. Procedure

2.1 Procedure

Title : Boards
Description : The Norwegian Police Shared Services announces a tender contest for a framework agreement for communication services. See the tender documentation for more information. The contract will be used by politi- og lensmannsetaten and Politiets sikkerhetstjeneste.
Procedure identifier : f3015e3b-6e78-480e-a225-d505d59510a4
Internal identifier : 24/215899
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 ): 79410000 Business and management consultancy services
Additional classification ( cpv ): 22462000 Advertising material
Additional 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 ): 79342000 Marketing services
Additional classification ( cpv ): 79411100 Business development consultancy services
Additional classification ( cpv ): 79413000 Marketing management consultancy services
Additional classification ( cpv ): 79415200 Design consultancy services
Additional classification ( cpv ): 85312300 Guidance and counselling services
Additional classification ( cpv ): 85312320 Counselling services

2.1.2 Place of performance

Anywhere

2.1.3 Value

Estimated value excluding VAT : 18 000 000 Norwegian krone
Maximum value of the framework agreement : 18 000 000 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 : Have the tenderer:a) given grossly incorrect information when notifying the information required to verify that there is no basis for rejection, or of the qualification requirements being met,b) failed to provide such information,c) subject to immediately submitting the supporting documents requested by the Contracting Authority, ord) improperly affecting the Contracting Authority's decision process to acquire confidential information that could give this an unlawful advantage in connection with competition, or negligently has given misleading information that can have a significant influence on decisions on rejection, selection or award?
Conflict of interest due to its participation in the procurement procedure : Are tenderers aware of a conflict of interest as stated in national law, the relevant notice or procurement documents?
Direct or indirect involvement in the preparation of this procurement procedure : Has the tenderer or an entity associated with the supplier advised the contracting authority or in another way been involved in the planning of the competition?
Guilty of grave professional misconduct : Has the tenderer committed serious errors in professional practice? If relevant, see the definitions in national law, the relevant notice or procurement documents.
Early termination, damages or other comparable sanctions : Has the tenderer committed significant breaches of contract in connection with the fulfilment of a previous public contract, a previous contract with a public contracting authority or a previous concession contract, where the breach has led to the cancellation of the contract, compensation or other similar sanctions?
Breaching of obligations in the fields of social law : Is the tenderer aware of breaches of provisions on social conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Payment of social security contributions : Have tenderers failed to fulfil all their social security obligations in the country where they are established and in their member state, if this is a different country than what he is established in?
Business activities are suspended : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Payment of taxes : Has the tenderer not fulfilled his tax and duty obligations in the country in which he is established, and in the contracting authority's member state, if this is a different country than what he is established in?
Terrorist offences or offences linked to terrorist activities : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body, or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of acts of terrorism or criminal acts connected to terrorist activities by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Acts of terrorism or criminal acts relating to terrorist activity as defined in Article 1 and 3 of the Council ́s framework decision 2002/475/RIA of 13 June 2002 on combating terrorism (EFT L 164, af 22.6.2002, p. 3). This rejection reason also includes incitement to, participation or attempts to commit such actions as included in Article 4 in the mentioned framework decision.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Boards
Description : The Norwegian Police Shared Services announces a tender contest for a framework agreement for communication services. See the tender documentation for more information. The contract will be used by politi- og lensmannsetaten and Politiets sikkerhetstjeneste.
Internal identifier : 24/215899

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79410000 Business and management consultancy services
Additional classification ( cpv ): 22462000 Advertising material
Additional 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 ): 79342000 Marketing services
Additional classification ( cpv ): 79411100 Business development consultancy services
Additional classification ( cpv ): 79413000 Marketing management consultancy services
Additional classification ( cpv ): 79415200 Design consultancy services
Additional classification ( cpv ): 85312300 Guidance and counselling services
Additional classification ( cpv ): 85312320 Counselling services

5.1.2 Place of performance

Anywhere
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 : Option for a 1+1 year extension.

5.1.5 Value

Estimated value excluding VAT : 18 000 000 Norwegian krone
Maximum value of the framework agreement : 18 000 000 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) : yes

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Creditworthiness
Description : Tenderers must have sufficient economic and financial capacity to fulfil the contract. Creditworthiness with no requirement for collateral will be sufficient to meet the requirement.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Tax Certificate
Description : Norwegian tenderers shall submit a "Tax and VAT certificate". The tax certificate can be ordered in Altinn, and it must not be older than 6 months calculated from the deadline for submitting a request for participation in the competition or tender.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registration
Description : Tenderers shall be registered in a company register, professional register or a commerce register in the country where the tenderer is established.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Self-declaration on Russian involvement in public procurements.
Description : Public Contracting Authorities are obliged not to enter into contracts with legal persons/companies covered by § 8n in the Regulations on Restrictive Measures regarding actions that undermine or threaten Ukraine's territorial integrity, sovereignty, independence and stability of 15 August 2014 no. 1076 (The Sanctions Regulations of Ukraine (territorial integrity etc.)), unless the Ministry of Foreign Affairs gives a licence pursuant to § 8n other sections.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Quality Assurance System
Description : Tenderers shall have a good and well-functioning quality assurance and management system for the services that shall be provided.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Support from other entities
Description : A binding statement (Annex A) for any entities that the tenderer will use, cf. "Rules for the competition", shall be enclosed here.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Relevant experience
Description : Tenderers shall have experience from comparable contracts. Comparable assignments means assignments where the tenderer is responsible for the type of services described in Annex 1 to comparable contracting authorities (e.g. the public sector, complex organiasations etc.).
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Rates
Weight (percentage, exact) : 40
Criterion :
Type : Quality
Name : Resources and work methods
Description :
Weight (percentage, exact) : 60
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Deadline for requesting additional information : 09/05/2025 10:00 +00:00

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
Deadline for receipt of tenders : 19/05/2025 10:00 +00:00
Deadline until which the tender must remain valid : 2025 Year
Information about public opening :
Opening date : 19/05/2025 10:05 +00:00
Additional information : Tender deadline 19.05.25 (12:00).
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 : Oslo tingrett

8. Organisations

8.1 ORG-0001

Official name : Politiets fellestjenester
Registration number : 974761157
Postal address : Fridtjof Nansens vei 14
Town : OSLO
Postcode : 0369
Country : Norway
Contact point : Astrid Røer Bjerke
Telephone : +47 61318000
Internet address : http://www.politiet.no
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
Internet address : https://www.domstol.no/
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : 4a4f3fa7-a1ea-48c7-9127-748540cadaf4 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 01/04/2025 07:44 +00:00
Notice dispatch date (eSender) : 01/04/2025 10:00 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00212915-2025
OJ S issue number : 65/2025
Publication date : 02/04/2025