Framework agreement for content production and media services for the Oslo School

We would like to enter into a framework agreement with one tenderer who can assist the Agency for Education with content production and media procurements. The Education Agency has a very important social mission of ensuring that all children and young people get the knowledge and competence they need to …

CPV: 79340000 Reklaami- ja turundusteenused, 79000000 Õigus-, turundus-, nõustamis-, värbamis-, trüki- ja turvaalased kommertsteenused, 79300000 Turu- ja majandusuuringud, avaliku arvamuse uuringud ja statistika
Tähtaeg:
mai 9, 2025, 10 e.l.
Tähtaja tüüp:
Pakkumise esitamine
Täitmise koht:
Framework agreement for content production and media services for the Oslo School
Auhindade andmise asutus:
Oslo kommune v/ Utdanningsetaten
Auhinna number:
25/7565

1. Buyer

1.1 Buyer

Official name : Oslo kommune v/ Utdanningsetaten
Legal type of the buyer : Public undertaking, controlled by a local authority
Activity of the contracting authority : Education

2. Procedure

2.1 Procedure

Title : Framework agreement for content production and media services for the Oslo School
Description : We would like to enter into a framework agreement with one tenderer who can assist the Agency for Education with content production and media procurements. The Education Agency has a very important social mission of ensuring that all children and young people get the knowledge and competence they need to be self-reliant adults who can create a good life. We would like to cooperate with an agency that understands the Oslo School ́s social mission and who can demonstrate a good understanding of the contracting authority ́s framework terms. Tenderers must have good experience with the target group and interested parties that the contracting authority would like to reach through both ongoing work and campaigns. The Education Agency wants a supplier with employees who can deliver good, new and exciting high quality systems that are adapted to our values. The estimated value of the contract based on previous contracts for the area is NOK 3-4 million per annum. The maximum total value of the agreement is NOK 20 million. See Annex 1 of SSA-O for further information on the contracting authority ́s description of the assignment.
Procedure identifier : a06adc1c-60ca-4c41-a433-8f5a02d10cc7
Internal identifier : 25/7565
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79340000 Advertising and marketing services
Additional classification ( cpv ): 79000000 Business services: law, marketing, consulting, recruitment, printing and security
Additional classification ( cpv ): 79300000 Market and economic research; polling and statistics

2.1.2 Place of performance

Anywhere in the European Economic Area

2.1.3 Value

Estimated value excluding VAT : 16 000 000 Norwegian krone
Maximum value of the framework agreement : 20 000 000 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 : Framework agreement for content production and media services for the Oslo School
Description : We would like to enter into a framework agreement with one tenderer who can assist the Agency for Education with content production and media procurements. The Education Agency has a very important social mission of ensuring that all children and young people get the knowledge and competence they need to be self-reliant adults who can create a good life. We would like to cooperate with an agency that understands the Oslo School ́s social mission and who can demonstrate a good understanding of the contracting authority ́s framework terms. Tenderers must have good experience with the target group and interested parties that the contracting authority would like to reach through both ongoing work and campaigns. The Education Agency wants a supplier with employees who can deliver good, new and exciting high quality systems that are adapted to our values. The estimated value of the contract based on previous contracts for the area is NOK 3-4 million per annum. The maximum total value of the agreement is NOK 20 million. See Annex 1 of SSA-O for further information on the contracting authority ́s description of the assignment.
Internal identifier : 25/7565

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79340000 Advertising and marketing services
Additional classification ( cpv ): 79000000 Business services: law, marketing, consulting, recruitment, printing and security
Additional classification ( cpv ): 79300000 Market and economic research; polling and statistics

5.1.2 Place of performance

Anywhere in the European Economic Area
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 framework agreement will apply from the time stated on the contract ́s (SSA-O) front page (commencement date) and for 2 (two) years. The contracting authority has the right to extend the framework agreement for a further one year at a time, up to 2 times. The contract will be extended automatically unless the Contracting Authority notifies that the extension is not wanted at least 1 month before the new extension will come into force.

5.1.5 Value

Estimated value excluding VAT : 16 000 000 Norwegian krone
Maximum value of the framework agreement : 20 000 000 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
This procurement is also suitable for small and medium-sized enterprises (SMEs)

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Tenderers must have sufficient economic and financial capacity to fulfil the contract. Tenderers shall be credit worthy.
Description : • Credit evaluation/rating, not older than six months, and which is based on the last known accounting figures. The rating shall be carried out by an officially certified credit rating institution.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : The tenderer shall be a legally established company.
Description : Norwegian companies: Company Registration Certificate Foreign companies: Proof that the company is registered in a trade or business register as prescribed by the law of the country where the tenderer is established.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Sufficient implementation ability to carry out the contract is required.
Description : A description of the personnel that the tenderer has at his disposal for fulfilment of the contract, shown in the organisation chart.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Experience from equivalent assignments is required.
Description : An overview of previous equivalent assignments in the last three years, with value and scope, date, name of the recipient and reference persons.
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description :
Weight (percentage, exact) : 20
Criterion :
Type : Quality
Name : • Assignment comprehension
Description : Quality • The tenderer's understanding of the assignment. When evaluating assignment comprehension, particular emphasis will be put on the submitted projects • The tenderer ́s solution proposal • Description of the tenderer's method for the development of communication measures and cooperation with the contracting authority • The consultants ́ total experience and competence.
Weight (percentage, exact) : 80
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

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
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 09/05/2025 10:00 +00:00
Deadline until which the tender must remain valid : 60 Day
Information about public opening :
Opening date : 09/05/2025 10:05 +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 : Oslo kommune v/ Utdanningsetaten
Registration number : 976 820 037
Postal address : Postboks 6127 Etterstad
Town : Oslo
Postcode : 0602
Country : Norway
Contact point : Anders Grotterød
Telephone : +47 02180
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 : a5d61dbb-f91c-4326-a1cf-dcac7b885413 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 03/04/2025 08:34 +00:00
Notice dispatch date (eSender) : 03/04/2025 09:00 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00217435-2025
OJ S issue number : 67/2025
Publication date : 04/04/2025