Communication services connected to the knowledge of the deposit guarantee.

The Norwegian Banks' Guarantee Fund shall enter into a framework agreement with one (1) tenderer for communication services connected to the knowledge of the deposit guarantee. One of The Norwegian Banks' Guarantee Fund targets in the current strategy period is to increase the knowledge of the deposit guarantee. We need …

CPV: 79340000 Storitve oglaševanja in trženja, 22462000 Reklamni material, 79341000 Oglaševalske storitve, 79341100 Storitve svetovanja pri oglaševanju, 79342000 Storitve trženja, 79410000 Storitve podjetniškega in managerskega svetovanja, 79411000 Storitve splošnega managerskega svetovanja, 79413000 Storitve svetovanja na področju trženja, 79416000 Storitve na področju odnosov z javnostmi, 79416100 Storitve upravljanja odnosov z javnostmi, 79416200 Storitve svetovanja na področju odnosov z javnostmi
Rok:
17. september 2025. 10:00
Vrsta roka:
Oddaja ponudbe
Kraj izvršitve:
Communication services connected to the knowledge of the deposit guarantee.
Organ za podeljevanje:
BANKENES SIKRINGSFOND
Številka dodelitve:
2025/4

1. Buyer

1.1 Buyer

Official name : BANKENES SIKRINGSFOND
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : Economic affairs

2. Procedure

2.1 Procedure

Title : Communication services connected to the knowledge of the deposit guarantee.
Description : The Norwegian Banks' Guarantee Fund shall enter into a framework agreement with one (1) tenderer for communication services connected to the knowledge of the deposit guarantee. One of The Norwegian Banks' Guarantee Fund targets in the current strategy period is to increase the knowledge of the deposit guarantee. We need assistance in this connection to develop a communication strategy and to implement the strategy by using cost efficient means. With assistance from the supplier, we would like to design a strategy where the goal is to increase the knowledge and knowledge of the deposit guarantee, without causing unrest, in the population. The strategy process ought, among other things, to include an assessment of relevant target groups, what is important to take into account in order for the strategy to meet the target group, as well as a description of possible cost effective means. After the strategy has been laid, we would like assistance with the development of means and channel choices. The Norwegian Banks' Guarantee Fund is not alone in the work of reassuring deposit customers. Banks are obliged to inform their customers about the deposit guarantee. The Norwegian Banks' Guarantee Fund do not currently have resources for larger, ongoing campaigns over a long period of time or to be present on social media and other surfaces at all times. In the strategy process, we would like to consider whether The Norwegian Banks' Guarantee Fund should be the sender, or whether we should develop an identity for the deposit guarantee that, among other things, banks can use in their contact with customers. Today we have framework agreements with several communication agencies that shall assist us in the development of our communication strategy in a bank crisis. The assignment for this procurement is therefore limited to the communication strategy and means for increasing the general knowledge and knowledge of the deposit guarantee.
Procedure identifier : 23bc366f-a9b3-4131-b8e1-a23fe802f950
Internal identifier : 2025/4
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : The Norwegian Banks' Guarantee Fund shall enter into a framework agreement with one (1) tenderer for communication services connected to the knowledge of the deposit guarantee. The estimated value of the procurement is NOK 4-5 million. Excluding VAT. Attention is relating to the uncertainty of the procurement ́s extent and estimated value. The requested scope of the communication services will depend on the communication strategy, and in particular which implementation measures and measures are chosen. It is foreseeable that the extent can exceed the procurement ́s estimated value. The maximum value of the procurement is therefore estimated to NOK 7 million. See the tender documentation for further information.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79340000 Advertising and marketing services
Additional classification ( cpv ): 22462000 Advertising material
Additional classification ( cpv ): 79341000 Advertising services
Additional classification ( cpv ): 79341100 Advertising consultancy services
Additional classification ( cpv ): 79342000 Marketing services
Additional classification ( cpv ): 79410000 Business and management consultancy services
Additional classification ( cpv ): 79411000 General management consultancy services
Additional classification ( cpv ): 79413000 Marketing management consultancy services
Additional classification ( cpv ): 79416000 Public relations services
Additional classification ( cpv ): 79416100 Public relations management services
Additional classification ( cpv ): 79416200 Public relations consultancy services

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.2 Place of performance

Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 7 000 000 Norwegian krone
Maximum value of the framework agreement : 7 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - Parts I and III

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 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.
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.
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.
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?
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.
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?
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 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?
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.
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.
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.
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.
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.
Analogous situation like bankruptcy, insolvency or arrangement with creditors 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.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Communication services connected to the knowledge of the deposit guarantee.
Description : The Norwegian Banks' Guarantee Fund shall enter into a framework agreement with one (1) tenderer for communication services connected to the knowledge of the deposit guarantee. One of The Norwegian Banks' Guarantee Fund targets in the current strategy period is to increase the knowledge of the deposit guarantee. We need assistance in this connection to develop a communication strategy and to implement the strategy by using cost efficient means. With assistance from the supplier, we would like to design a strategy where the goal is to increase the knowledge and knowledge of the deposit guarantee, without causing unrest, in the population. The strategy process ought, among other things, to include an assessment of relevant target groups, what is important to take into account in order for the strategy to meet the target group, as well as a description of possible cost effective means. After the strategy has been laid, we would like assistance with the development of means and channel choices. The Norwegian Banks' Guarantee Fund is not alone in the work of reassuring deposit customers. Banks are obliged to inform their customers about the deposit guarantee. The Norwegian Banks' Guarantee Fund do not currently have resources for larger, ongoing campaigns over a long period of time or to be present on social media and other surfaces at all times. In the strategy process, we would like to consider whether The Norwegian Banks' Guarantee Fund should be the sender, or whether we should develop an identity for the deposit guarantee that, among other things, banks can use in their contact with customers. Today we have framework agreements with several communication agencies that shall assist us in the development of our communication strategy in a bank crisis. The assignment for this procurement is therefore limited to the communication strategy and means for increasing the general knowledge and knowledge of the deposit guarantee.
Internal identifier : 2025/4

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79340000 Advertising and marketing services
Additional classification ( cpv ): 22462000 Advertising material
Additional classification ( cpv ): 79341000 Advertising services
Additional classification ( cpv ): 79341100 Advertising consultancy services
Additional classification ( cpv ): 79342000 Marketing services
Additional classification ( cpv ): 79410000 Business and management consultancy services
Additional classification ( cpv ): 79411000 General management consultancy services
Additional classification ( cpv ): 79413000 Marketing management consultancy services
Additional classification ( cpv ): 79416000 Public relations services
Additional classification ( cpv ): 79416100 Public relations management services
Additional classification ( cpv ): 79416200 Public relations consultancy services

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.2 Place of performance

Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : The contract period for the framework agreement is 2 years from when the contract is signed, with an option for The Norwegian Banks' Guarantee Fund as the contracting authority to extend the framework agreement on unchanged terms for 1+1 year, total 4 years.

5.1.5 Value

Estimated value excluding VAT : 7 000 000 Norwegian krone
Maximum value of the framework agreement : 7 000 000 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) : yes

5.1.7 Strategic procurement

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 05/09/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/260259063.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
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 17/09/2025 10:00 +00:00
Deadline until which the tender must remain valid : 76 Day
Information about public opening :
Opening date : 17/09/2025 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 : 1
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Oslo tingrett
Information about review deadlines : The standstill period: 10 days after selection of the tenderer and notification to the tenderers

8. Organisations

8.1 ORG-0001

Official name : BANKENES SIKRINGSFOND
Registration number : 940231531
Postal address : Dronning Mauds gate 10
Town : OSLO
Postcode : 0250
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Simon Døhlen von Krogh
Telephone : +47 23284242
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Oslo tingrett
Registration number : 926725939
Town : Oslo
Postcode : 0125
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : 818ee732-a60e-4fb5-8d99-5561150d473a - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 11/08/2025 13:29 +00:00
Notice dispatch date (eSender) : 11/08/2025 14:04 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00529864-2025
OJ S issue number : 154/2025
Publication date : 13/08/2025