312358-2026 - Competition
Norway – Event services – Event agency services
OJ S 88/2026 07/05/2026
Contract or concession notice – standard regime
Services
1. Buyer
1.1.
Buyer
Official nameNorsk Tipping
Emailinger-hege.skjarstad@norsk-tipping.no
Legal type of the buyerBody governed by public law
Activity of the contracting authorityGeneral public services
2. Procedure
2.1.
Procedure
TitleEvent agency services
DescriptionThe aim of the procurement is to enter into a framework agreement with a professional event agency who can assist Norsk Tipping with planning, implementing and evaluating events and events.
Procedure identifier94cc0230-7d0a-43ab-8b42-25b4737ce70d
Internal identifier5210
Type of procedureOpen
The procedure is acceleratedno
2.1.1.
Purpose
Main nature of the contractServices
Main classification (cpv): 79952000 Event services
Additional classification (cpv): 79950000 Exhibition, fair and congress organisation services, 79900000 Miscellaneous business and business-related services, 79000000 Business services: law, marketing, consulting, recruitment, printing and security
2.1.2.
Place of performance
Country subdivision (NUTS)Innlandet (NO020)
CountryNorway
2.1.3.
Value
Estimated value excluding VAT20 000 000,00 NOK
Maximum value of the framework agreement20 000 000,00 NOK
2.1.4.
General information
Legal basis
Directive 2014/24/EU
2.1.6.
Grounds for exclusion
Sources of grounds for exclusionNotice
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national lawIs 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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
BankruptcyIs 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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
CorruptionIs 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 creditorsIs 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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
Participation in a criminal organisationIs 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 combating organised crime (EUT L 300 of 11.11.2008, p. 42).
Agreements with other economic operators aimed at distorting competitionHas the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition?
Breaching of obligations in the fields of environmental lawIs 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 financingIs 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).
FraudIs 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 including other forms of trafficking in human beingsIs 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).
InsolvencyIs 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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
Breaching of obligations in the fields of labour lawIs 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 liquidatorSpecify 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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
Misrepresentation, withheld information, unable to provide required documents or obtained confidential information of this procedureHas 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 procedureIs the tenderer 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 procedureHas 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?
Grave professional misconductHas 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 sanctionsHas 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 lawIs 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.
Breaching obligation relating to payment of social security contributionsHave 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 suspendedSpecify 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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
Breaching obligation relating to payment of taxesHas the tenderer not fulfilled all of his tax and duty obligations in both the country where 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 activitiesIs 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.
Offence concerning its professional conduct in the domain of defence procurementIs 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, have been legally convicted of offences regarding professional behaviour in defence procurements?
Lack of reliability to exclude risks to the security of the countryIs the tenderer assessed to lack reliability that is necessary to exclude the risk of national security?
Breaching of obligations set under purely national exclusion groundsThe 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.
5. Lot
5.1.
LotLOT-0001
TitleEvent agency services
DescriptionThe aim of the procurement is to enter into a framework agreement with a professional event agency who can assist Norsk Tipping with planning, implementing and evaluating events and events.
Internal identifier6805
5.1.1.
Purpose
Main nature of the contractServices
Main classification (cpv): 79952000 Event services
Additional classification (cpv): 79950000 Exhibition, fair and congress organisation services, 79900000 Miscellaneous business and business-related services, 79000000 Business services: law, marketing, consulting, recruitment, printing and security
5.1.2.
Place of performance
Country subdivision (NUTS)Innlandet (NO020)
CountryNorway
5.1.3.
Estimated duration
Start date30/06/2026
Duration end date29/06/2028
5.1.4.
Renewal
Maximum renewals1
Other information about renewalsOne year. 1+1 year, 29.06.2030
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
5.1.7.
Strategic procurement
Aim of strategic procurementReduction of environmental impacts
DescriptionReduction of environmental impact
5.1.9.
Selection criteria
Sources of selection criteriaNotice
CriterionEnvironmental management measures
Description of selection criterionRequirements: Tenderers shall have a satisfactory and well-functioning environmental management system. The environmental management system must cover all processes that are relevant for this contract. Documentation requirements: Documentation requirement: In order to document this, an ISO 14001 certificate or Environmental Lighthouse certification shall be enclosed.

CriterionAverage yearly manpower
Description of selection criterionRequirements: Tenderers shall have sufficient implementation ability and capacity within the requested areas. If a tenderer will use the capacity of sub-suppliers (supporting companies) to fulfil the requirements of the tenderer ́s technical and professional qualifications, documentation must be enclosed for each sub-supplier in accordance with the documentation requirement below. The requirement applies regardless of the legal connection between the tenderer and sub-supplier(s). This also means that a group company that will use other companies in the group, for each supporting company, shall enclose documentation in accordance with the documentation requirement below. Documentation requirements: Documentation requirement: Overview of the tenderer's total manpower as well as capacity for all types of roles that the company has at its disposal within the requested areas (the overview shall show manpower/capacity per role). A statement of the tenderer's average workforce in the last 3 years and for the implements, machines, tools, materials or technical equipment that the tenderer can use for fulfilment of the contract/assignment. If a tenderer will use the capacity of sub-suppliers (supporting companies) to fulfil the requirements of the tenderer's implementation ability and capacity, a signed commitment statement shall be enclosed for each sub-supplier (supporting company) by completing the attached document "Commitment Statement". The declaration of commitment shall include the following information: * Name of the tenderer who will rely on sub-suppliers (supporting business) * Sub-supplier (supporting business) *Name * Organisation number * Description of the organisation * Company Form * Ownership structure * Manager * Mobile No. General Manager * E-mail address, Managing Director * Description of the estimated contribution (percentage of the total volume) that sub-suppliers shall submit in connection with the contract. * Description of which deliveries/services sub-providers shall be responsible for in connection with the contract. * A description of how the co-operation relationship between the tenderer and sub-suppliers (supporting business) is based and organised, and whether it involves long-term co-operation relation and any indication of the time aspect of the relationship.

CriterionReferences on specified services
Description of selection criterionRequirements: Tenderers shall have good competence and experience in the areas requested and shall be able to refer to relevant assignments/deliveries carried out during the last three years. If a tenderer will use the capacity of sub-suppliers (supporting companies) to fulfil the requirements of the tenderer ́s technical and professional qualifications, documentation must be enclosed for each sub-supplier in accordance with the documentation requirement below. The requirement applies regardless of the legal connection between the tenderer and sub-supplier(s). This also means that a group company that will use other companies in the group, for each supporting company, shall enclose documentation in accordance with the documentation requirement below. Documentation requirements: Documentation requirement: * Description of the tenderer's most relevant assignments/deliveries carried out during the last 3 years. The description of each assignment/delivery must include: * name of the contracting authority * Contact information for the contracting authority (name, telephone number and email address) * brief description of the assignment * the assignment ́s length * the assignment ́s value and extent References must be contactable if necessary, to clarify the relevance of the assignment. However, it is the tenderer ́s responsibility to document relevance through the description. If a tenderer will use the capacity of sub-suppliers (supporting companies) to fulfil the requirements of the tenderer's competence and experience, a signed commitment statement must be enclosed with the attached document "Commitment Statement". The declaration of commitment shall include the following information: * Name of the tenderer who will rely on sub-suppliers (supporting business) * Sub-supplier (supporting business) *Name * Organisation number * Description of the organisation * Company Form * Ownership structure * Manager * Mobile No. General Manager * E-mail address, Managing Director * Description of the estimated contribution (percentage of the total volume) that sub-suppliers shall submit in connection with the contract. * Description of which deliveries/services sub-providers shall be responsible for in connection with the contract. * A description of how the co-operation relationship between the tenderer and sub-suppliers (supporting business) is based and organised, and whether it involves long-term co-operation relation and any indication of the time aspect of the relationship.

CriterionOther economic or financial requirements
Description of selection criterionRequirements: * Tenderers shall have satisfactory finances. Documentation requirements: Documentation requirement: * Income statement and balance with notes, as well as annual reports and auditor's report for the last two years. In addition a cash flow statement is required for the companies that are obliged to set this up. * Credit evaluation/rating, not older than 6 months from the tender deadline. * If it is more than 6 months since the balance sheet for the last annual accounts, the sub-year accounts must be enclosed. * Any other information of relevance to the company's fiscal figures. If a tenderer, for a justifiable reason, cannot present the documentation that Norsk Tipping has requested, he can prove his economic and financial style with any other document that the contracting authority can accept. If the tenderer has such a justifiable reason, he may contact Norsk Tipping in writing in order to clarify which other documentation is acceptable. If a tenderer will use the capacity of sub-suppliers (supporting companies) to fulfil the requirements of the tenderer's economic and financial capacity, a signed commitment statement must be enclosed with the attached document "Commitment Statement". The declaration of commitment shall include the following information: * Name of the tenderer who will rely on sub-suppliers (supporting business) * Sub-supplier (supporting business) *Name * Organisation number * Description of the organisation * Company Form * Ownership structure * Manager * Mobile No. General Manager * E-mail address, Managing Director * Description of the estimated contribution (percentage of the total volume) that sub-suppliers shall submit in connection with the contract. * Description of which deliveries/services sub-providers shall be responsible for in connection with the contract. * A description of how the co-operation relationship between the tenderer and sub-suppliers (supporting business) is based and organised, and whether it involves long-term co-operation relation and any indication of the time aspect of the relationship.

CriterionEnrolment in a trade register
Description of selection criterionRequirements: * Tenderers shall be a legally established company. Documentation requirements: Documentation requirement: * 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 company is established. If a tenderer has documented a company registration certificate via e-Certificate, documentation in pdf/equivalent must not be enclosed.

CriterionOther economic or financial requirements
Description of selection criterionRequirements: * Tenderers shall have their tax and VAT payments in order. Documentation requirements: Documentation requirement: * Norwegian companies: Tax certificate for tax and VAT. The tax and VAT certificate is delivered by the Norwegian Tax Administration and can be ordered via Altinn. * Foreign companies: Must provide certificates from equivalent authorities to the Norwegian ones. If their authorities do not issue such documents, the tenderer shall enclose a declaration stating that taxes and VAT have been paid. The declaration shall be confirmed and signed by the company's financial manager and auditor. The documents must be presented before the tender deadline and must not be older than 6 months from the tender deadline. If a tenderer has documented a tax certificate via e-Certificate, documentation in pdf/equivalent must not be enclosed.
5.1.10.
Award criteria
Criterion
TypePrice
DescriptionPrice
Category of award weight criterionWeight (percentage, exact)
Award criterion number30
Criterion
TypeQuality
DescriptionClimate and environment
Category of award weight criterionWeight (percentage, exact)
Award criterion number30
Criterion
TypeQuality
DescriptionQuality
Category of award weight criterionWeight (percentage, exact)
Award criterion number40
5.1.11.
Procurement documents
Access to certain procurement documents is restricted
Information about restricted documents is available athttps://app.artifik.no/procurements/5210
Ad hoc communication channel
Namee-Tendering
5.1.12.
Terms of procurement
Terms of submission
Electronic submissionRequired
Address for submissionhttps://app.artifik.no/procurements/5210
Languages in which tenders or requests to participate may be submittedEnglishNorwegian
Electronic catalogueNot allowed
Deadline for receipt of tenders09/06/2026 08:00:00 (UTC+00:00) Western European Time, GMT
Duration during which the tender must remain valid3 Months
Terms of contract
The execution of the contract must be performed within the framework of sheltered employment programmesNo
Conditions relating to the performance of the contractN/A
Electronic invoicingRequired
Electronic ordering will be usedyes
Electronic payment will be usedyes
Financial arrangementN/A
5.1.15.
Techniques
Framework agreement
Framework agreement, without reopening of competition
Maximum number of participants1
Information about the dynamic purchasing system
No dynamic purchase system
5.1.16.
Further information, mediation and review
Review organisationHedmarken og Østerdal tingrett
Organisation providing additional information about the procurement procedureNorsk Tipping
Organisation providing more information on the review proceduresNorsk Tipping
Organisation receiving requests to participateArtifik AS
8. Organisations
8.1.
ORG-0001
Official nameNorsk Tipping
Registration number925836613
Postal addressPostboks 4414
TownHAMAR
Postcode2325
Country subdivision (NUTS)Innlandet (NO020)
CountryNorway
Contact pointInger Hege Skjærstad
Emailinger-hege.skjarstad@norsk-tipping.no
Telephone+47 62514000
Internet addresshttps://www.norsk-tipping.no
Buyer profilehttps://www.norsk-tipping.no
Roles of this organisation
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing more information on the review procedures
8.1.
ORG-0002
Official nameHedmarken og Østerdal tingrett
Registration number935364892
Postal addressPostboks 4450
TownHamar
Postcode2326
Country subdivision (NUTS)Innlandet (NO020)
CountryNorway
Emailtoinpost@domstol.no
Telephone+47 62550650
Internet addresshttps://www.domstol.no/no/domstoler/tingrett/hedmarken-og-osterdal-tingrett/
Roles of this organisation
Review organisation
8.1.
ORG-0003
Official nameArtifik AS
Registration number925364967
Postal addressStortingsgata 12
TownOslo
Postcode0161
Country subdivision (NUTS)Oslo (NO081)
CountryNorway
Emailsupport@artifik.no
Internet addresshttps://artifik.no
Roles of this organisation
Procurement service provider
Organisation receiving requests to participate
Notice information
Notice identifier/versionc0a28a51-d4f5-404b-9d63-0572f127d103  -  01
Form typeCompetition
Notice typeContract or concession notice – standard regime
Notice subtype16
Notice dispatch date06/05/2026 08:50:44 (UTC+00:00) Western European Time, GMT
Languages in which this notice is officially availableEnglish
Notice publication number312358-2026
OJ S issue number88/2026
Publication date07/05/2026