Tourism services Ryfylke

The municipalities in Ryfylke shall enter into a framework agreement for tourism services from 01.01.2026.The contracting authority is Hjelmeland municipality, Sauda municipality, Sandnes municipality, Strand municipality and Suldal municipality. An agreement will be signed with each municipality. The municipalities in Ryfylke shall enter into a framework agreement for tourism services …

CPV: 39294100 Artykuły informacyjne i promocyjne, 63510000 Usługi biur podróży i podobne, 63515000 Usługi podróżne, 72212224 Usługi opracowywania oprogramowania do edycji stron WWW, 72415000 Usługi hostingowe dla stron WWW, 72413000 Usługi w zakresie projektowania stron WWW, 79342000 Usługi marketingowe, 79413000 Usługi doradcze w zakresie zarządzania obrotem
Termin:
13 sierpnia 2025 10:00
Rodzaj terminu:
Złożenie oferty
Miejsce wykonania:
Tourism services Ryfylke
Miejsce udzielenia zamówienia:
Suldal Kommune
Numer nagrody:
25/799

1. Buyer

1.1 Buyer

Official name : Suldal Kommune
Legal type of the buyer : Public undertaking, controlled by a local authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Tourism services Ryfylke
Description : The municipalities in Ryfylke shall enter into a framework agreement for tourism services from 01.01.2026.The contracting authority is Hjelmeland municipality, Sauda municipality, Sandnes municipality, Strand municipality and Suldal municipality. An agreement will be signed with each municipality.
Procedure identifier : c8892e97-11e2-4bc5-a126-c18abb2c0bb0
Internal identifier : 25/799
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : Description of the assignment The supplier shall profile/promote Ryfylke and the individual municipalities as a travel destination. The promotion shall include digital marketing on websites and social media including Fjord Norway and Visit Norway, announcements/campaigns, participating at tourism fairs, press trips and viewing trips for tour operators. Developing and strengthening Ryfylke and Preikestolen as brands, thereby strengthening the tourism destination position on both the national and international markets. The destination company shall also contribute to creating active and good tourism networks and partnerships for both the public, business and other tourism organisations in the region. Propose strategy and methodology for the implementation of the tourism work (marketing, product development, cooperation with the business sector, etc.). Innovation and ability to use new digital solutions and sustainable work methods. Create a plan for general marketing locally, nationally and internationally. Make proposals for a joint tourism strategy for Ryfylke, including a focus on the labelling scheme "Sustainable Destinations", Contact and Dialogue (collaboration) with the tourism industry.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79342000 Marketing services
Additional classification ( cpv ): 39294100 Information and promotion products
Additional classification ( cpv ): 63510000 Travel agency and similar services
Additional classification ( cpv ): 63515000 Travel services
Additional classification ( cpv ): 72212224 Web page editing software development services
Additional classification ( cpv ): 72413000 World wide web (www) site design services
Additional classification ( cpv ): 72415000 World wide web (www) site operation host services
Additional classification ( cpv ): 79413000 Marketing management consultancy services

2.1.2 Place of performance

Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 9 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - No comment.

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
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.
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).
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).
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)
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.
Child labour and including 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).
Breaching of obligations set under purely national exclusion grounds : The contracting authority shall state that in Norway there are national rejection reasons. These shall be described in the procurement documents. Tenderers must respond to whether they are in one or more of the situations described in the national rejection reasons. Will the purely national rejection reasons, as stated in the relevant notice or in the procurement documents, apply?
Breaching obligation relating to 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?
Breaching obligation relating to 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?

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Tourism services Ryfylke
Description : The municipalities in Ryfylke shall enter into a framework agreement for tourism services from 01.01.2026.The contracting authority is Hjelmeland municipality, Sauda municipality, Sandnes municipality, Strand municipality and Suldal municipality. An agreement will be signed with each municipality.
Internal identifier : 25/799

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79342000 Marketing services
Additional classification ( cpv ): 39294100 Information and promotion products
Additional classification ( cpv ): 63510000 Travel agency and similar services
Additional classification ( cpv ): 63515000 Travel services
Additional classification ( cpv ): 72212224 Web page editing software development services
Additional classification ( cpv ): 72413000 World wide web (www) site design services
Additional classification ( cpv ): 72415000 World wide web (www) site operation host services
Additional classification ( cpv ): 79413000 Marketing management consultancy services
Options :
Description of the options : 1 + 1 year.

5.1.2 Place of performance

Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 31/12/2025
Duration end date : 31/12/2027

5.1.5 Value

Estimated value excluding VAT : 9 000 000 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

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex. Minimum qualification requirements Enclose Company Registration Certificate
Criterion : References on specified services
Description : Only for services: In the reference period, the tenderer has carried out the following important goods deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three years to be taken into consideration. Minimum qualification requirements At least 1 relevant assignment in the last 3 years.
Criterion : Relevant educational and professional qualifications
Description : The following education and professional qualifications are possessed by the tenderer and/or (depending on the requirements set in the notice or in the procurement documents) of the leading employees: Minimum qualification requirements
Criterion : Certificates by independent bodies about quality assurance standards
Description : Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements? Minimum qualification requirements Enclose a certificate for seritification (ISO or equivalent).
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards? Minimum qualification requirements Enclose certificates for certification (Miljøfyrtårn, IS0 9001 or equivalent).

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Fixed price for the assignment
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : Experience and competence
Description : Enclose a detailed description of the tenderer ́s experience. Enclose reference projects/assignments Enclose detailed CVs for the employees who shall carry out the assignment with an overview of education, work experience and relevant reference projects.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Comprehension
Description : Answer out the korleis you want to lie to the assignment. The contracting authority will emphasise The service provider's understanding of the assignment including understanding of challenges and development moglegheits for the tourism industry in Ryfylke. The tenderer ́s local knowledge and network among the tourism companies in the municipalities. Proposal for methodology for assessing goal achievement. Good organisation and quality assurance. Good digital licences. Good innovative solutions. Korleis cooperate internally/externally.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 30
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

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 06/08/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/258928354.aspx

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
Deadline for receipt of tenders : 13/08/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 13/08/2025 10:00 +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 : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 5
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Haugaland og sunnhordland tingrett -
Information about review deadlines : Normal requirements are complied with.

8. Organisations

8.1 ORG-0001

Official name : Suldal Kommune
Registration number : 964979189
Postal address : Eidsvegen 7
Town : SAND
Postcode : 4230
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Contact point : Ronny Mehus Rugland
Telephone : +47 52792200
Fax : +47 52792205
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Haugaland og sunnhordland tingrett
Registration number : Haugaland og sunnhordland tingrett
Department : Haugaland og sunnhordland tingrett
Postal address : Sørhauggata 80
Town : HAUGESUND
Postcode : 5528
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : be6b07a6-99d5-4ee6-8a8b-086655555136 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 06/06/2025 12:08 +00:00
Notice dispatch date (eSender) : 06/06/2025 12:50 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00376041-2025
OJ S issue number : 110/2025
Publication date : 11/06/2025