323702-2026 - Competition
Norway – Transport services (excl. Waste transport) – 26010 - Procurement of Freight and Forwarding Services
OJ S 91/2026 12/05/2026
Contract or concession notice – standard regime
Services
1. Buyer
1.1.
Buyer
Official nameDen Norske Opera & Ballett
Emailnicoleta.natalia.toma@operaen.no
Legal type of the buyerPublic undertaking
Activity of the contracting authorityRecreation, culture and religion
2. Procedure
2.1.
Procedure
Title26010 - Procurement of Freight and Forwarding Services
DescriptionThe Norwegian National Opera & Ballet (DNO&B) needs to enter into a framework agreement with one tenderer for the delivery of freight and forwarding services. The objective of the procurement is to ensure efficient, flexible and reliable transport systems for DNO&B ́s activities. The assignments will mainly include both international and national dispatches.
Procedure identifier92235a09-a038-4dd6-a4c4-d1a2cccc240e
Internal identifier5456
Type of procedureOpen
The procedure is acceleratedno
2.1.1.
Purpose
Main nature of the contractServices
Main classification (cpv): 60000000 Transport services (excl. Waste transport)
Additional classification (cpv): 60100000 Road transport services, 60161000 Parcel transport services
2.1.2.
Place of performance
Country subdivision (NUTS)Oslo (NO081)
CountryNorway
2.1.3.
Value
Estimated value excluding VAT5 000 000,00 NOK
Maximum value of the framework agreement6 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
Title26010 - Procurement of Freight and Forwarding Services
DescriptionThe Norwegian National Opera & Ballet (DNO&B) needs to enter into a framework agreement with one tenderer for the delivery of freight and forwarding services. The objective of the procurement is to ensure efficient, flexible and reliable transport systems for DNO&B ́s activities. The assignments will mainly include both international and national dispatches.
Internal identifier7113
5.1.1.
Purpose
Main nature of the contractServices
Main classification (cpv): 60000000 Transport services (excl. Waste transport)
Additional classification (cpv): 60100000 Road transport services, 60161000 Parcel transport services
5.1.2.
Place of performance
Country subdivision (NUTS)Oslo (NO081)
CountryNorway
5.1.3.
Estimated duration
Start date19/10/2026
Duration end date18/10/2030
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)yes
5.1.7.
Strategic procurement
Aim of strategic procurementReduction of environmental impacts
DescriptionReduction of environmental impact
5.1.9.
Selection criteria
Sources of selection criteriaProcurement Document
5.1.10.
Award criteria
Criterion
TypePrice
DescriptionPrice
Category of award weight criterionWeight (percentage, exact)
Award criterion number30
Criterion
TypeQuality
DescriptionQuality
Category of award weight criterionWeight (percentage, exact)
Award criterion number70
Criterion
TypeQuality
DescriptionThe contracting authority has assessed that climate and environmental considerations in this procurement are best safeguarded through requirements in the requirement specifications, rather than as the award criteria with weighting. There are concrete and binding requirements for the delivery, including, among other things, requirements for the use of low or zero emission vehicles. These requirements mean that all tenderers must fulfil a defined minimum level for environmental performance.
Category of award weight criterionWeight (percentage, exact)
Award criterion number0
5.1.11.
Procurement documents
Access to certain procurement documents is restricted
Information about restricted documents is available athttps://app.artifik.no/procurements/5456
Ad hoc communication channel
Namee-Tendering
5.1.12.
Terms of procurement
Terms of submission
Electronic submissionRequired
Address for submissionhttps://app.artifik.no/procurements/5456
Languages in which tenders or requests to participate may be submittedEnglishNorwegian
Electronic catalogueNot allowed
Deadline for receipt of tenders15/06/2026 10:00:00 (UTC+00:00) Western European Time, GMT
Duration during which the tender must remain valid199 Days
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 participants0
Information about the dynamic purchasing system
No dynamic purchase system
5.1.16.
Further information, mediation and review
Review organisationOslo tingrett
Organisation providing additional information about the procurement procedureDen Norske Opera & Ballett
Organisation providing more information on the review proceduresDen Norske Opera & Ballett
Organisation receiving requests to participateArtifik AS
8. Organisations
8.1.
ORG-0001
Official nameDen Norske Opera & Ballett
Registration number920201598
Postal addressKirsten Flagstads Plass 1
Townoslo
Postcode0150
Country subdivision (NUTS)Oslo (NO081)
CountryNorway
Contact pointNicoleta Toma
Emailnicoleta.natalia.toma@operaen.no
Telephone+47 92062819
Internet addresshttps://www.operaen.no
Buyer profilehttps://www.operaen.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 nameOslo tingrett
Registration number926725939
Postal addressPostboks 2106 Vika
TownOslo
Postcode0125
Country subdivision (NUTS)Oslo (NO081)
CountryNorway
Emailoslo.tingrett@domstol.no
Telephone+47 22035200
Internet addresshttps://www.domstol.no/no/domstoler/tingrett/oslo-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/version88285cce-f934-4635-ab59-1f58b60a523f  -  01
Form typeCompetition
Notice typeContract or concession notice – standard regime
Notice subtype16
Notice dispatch date11/05/2026 10:25:53 (UTC+00:00) Western European Time, GMT
Languages in which this notice is officially availableEnglish
Notice publication number323702-2026
OJ S issue number91/2026
Publication date12/05/2026