Procurement of Media Agency Services

The Directorate of Integration and Diversity (IMDi) is implementing the government's integration policy and is a specialist director and executive body for integration and diversity policies. The objective of the procurement is to enter into a contract for media agency services for IMDi. IMDi would like to enter into a …

CPV: 79340000 Advertising and marketing services, 79000000 Business services: law, marketing, consulting, recruitment, printing and security, 79300000 Market and economic research; polling and statistics, 79341000 Advertising services, 79341100 Advertising consultancy services, 79341400 Advertising campaign services, 79341500 Aeral advertising services, 79342000 Marketing services, 79342100 Direct marketing services, 79400000 Business and management consultancy and related services, 79410000 Business and management consultancy services, 79413000 Marketing management consultancy services, 79416000 Public relations services, 92400000 News-agency services
Deadline:
May 23, 2025, 10 a.m.
Deadline type:
Submitting a bid
Place of execution:
Procurement of Media Agency Services
Awarding body:
Integrerings- og mangfoldsdirektoratet (IMDi)
Award number:
25/05185

1. Buyer

1.1 Buyer

Official name : Integrerings- og mangfoldsdirektoratet (IMDi)
Legal type of the buyer : Central government authority
Activity of the contracting authority : Public order and safety

2. Procedure

2.1 Procedure

Title : Procurement of Media Agency Services
Description : The Directorate of Integration and Diversity (IMDi) is implementing the government's integration policy and is a specialist director and executive body for integration and diversity policies. The objective of the procurement is to enter into a contract for media agency services for IMDi. IMDi would like to enter into a framework agreement with a total supplier within media agency services. We are looking for a service provider who can deliver a broad spectrum of services and who has the capacity to handle several parallel assignments. The framework agreement has a maximum value of approx. NOK 800,0000 excluding VAT. The framework agreement period is 2 years. The contracting authority shall have the option to extend the framework agreement for a further 1+1 years, a total of 4 years.
Procedure identifier : 1648e895-9af4-4b4f-af9a-6f10bffb689d
Internal identifier : 25/05185
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The procurement will be carried out in accordance with the Public Procurement Act of 17 June 2016 (LOA) and the Public Procurement Regulations (FOA) FOR 2016-08-12-974 parts I and part III. The contract will be awarded in accordance with the open tender contest procedure, cf. FOA § 13-1(1). Negotiations are not allowed in this competition. Tenders cannot, therefore, be changed after the tender deadline has expired. Furthermore, attention is agreed that tenders that include significant deviations from the procurement documents shall be rejected in accordance with the Public Procurement Regulations § 24-8(1) b. The contracting authority can reject tenders that include deviations from the procurement documents, uncertainties etc., which must not be considered insignificant, cf. Regulations § 24-8(2) a. Tenderers are therefore strongly encouraged to follow the instructions given in this tender documentation with annexes and possibly ask questions about uncertainties via the contracting authority ́s KGV. Tenders shall be prepared in accordance with the guidelines given in this tender documentation with annexes, and submitted electronically by using the contracting authority ́s KGV.

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
Additional classification ( cpv ): 79341000 Advertising services
Additional classification ( cpv ): 79341100 Advertising consultancy services
Additional classification ( cpv ): 79341400 Advertising campaign services
Additional classification ( cpv ): 79341500 Aeral advertising services
Additional classification ( cpv ): 79342000 Marketing services
Additional classification ( cpv ): 79342100 Direct marketing services
Additional classification ( cpv ): 79400000 Business and management consultancy and related services
Additional classification ( cpv ): 79410000 Business and management consultancy services
Additional classification ( cpv ): 79413000 Marketing management consultancy services
Additional classification ( cpv ): 79416000 Public relations services
Additional classification ( cpv ): 92400000 News-agency services

2.1.2 Place of performance

Postal address : Tollbugata 20
Town : Oslo
Postcode : 0152
Country subdivision (NUTS) : Oslo ( NO081 )

2.1.3 Value

Estimated value excluding VAT : 8 000 000 Norwegian krone
Maximum value of the framework agreement : 8 000 000 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 : Procurement of Media Agency Services
Description : The Directorate of Integration and Diversity (IMDi) is implementing the government's integration policy and is a specialist director and executive body for integration and diversity policies. The objective of the procurement is to enter into a contract for media agency services for IMDi. IMDi would like to enter into a framework agreement with a total supplier within media agency services. We are looking for a service provider who can deliver a broad spectrum of services and who has the capacity to handle several parallel assignments. The framework agreement has a maximum value of approx. NOK 800,0000 excluding VAT. The framework agreement period is 2 years. The contracting authority shall have the option to extend the framework agreement for a further 1+1 years, a total of 4 years.
Internal identifier : 25/05185

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
Additional classification ( cpv ): 79341000 Advertising services
Additional classification ( cpv ): 79341100 Advertising consultancy services
Additional classification ( cpv ): 79341400 Advertising campaign services
Additional classification ( cpv ): 79341500 Aeral advertising services
Additional classification ( cpv ): 79342000 Marketing services
Additional classification ( cpv ): 79342100 Direct marketing services
Additional classification ( cpv ): 79400000 Business and management consultancy and related services
Additional classification ( cpv ): 79410000 Business and management consultancy services
Additional classification ( cpv ): 79413000 Marketing management consultancy services
Additional classification ( cpv ): 79416000 Public relations services
Additional classification ( cpv ): 92400000 News-agency services
Options :
Description of the options : The contract will be valid for two years from when it is signed, with an option for a further 1+1 year.

5.1.2 Place of performance

Postal address : Tollbugata 20
Town : Oslo
Postcode : 0152
Country subdivision (NUTS) : Oslo ( NO081 )
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 contract will be valid for two years from when it is signed, with an option for a further 1+1 year.

5.1.5 Value

Estimated value excluding VAT : 8 000 000 Norwegian krone
Maximum value of the framework agreement : 8 000 000 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)

5.1.7 Strategic procurement

Green Procurement Criteria : National Green Public Procurement criteria

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Financial key figures
Description : For financial key figures stated in the notice or in the procurement documents, the tenderer declares that the actual value(s) of the requested key figures are as follows:
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Tax Certificate
Description : Tenderers shall have their tax, payroll tax and VAT payments in order. Documentation requirement: Tax certificate, not older than 6 months calculated from the deadline for submitting a request for participation in the competition.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register or company 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. Tenderers shall be registered in a company register, professional register or registered in a commerce register in the country where the tenderer is established. Documentation requirement : • Norwegian companies: Company Registration Certificate • Foreign companies: Proof that the company is registered in a company register, professional register or a commerce register in the country where the tenderer is established.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : The tenderer's economic and financial capacity
Description : Tenderers must have sufficient economic and financial capacity to be able to fulfil the contract. Creditworthiness with no requirement for collateral will be sufficient to meet the requirement. Documentation requirement: • A credit rating based on the most recent financial figures. The rating shall be carried out by a credit rating company with licence to conduct this service. Key figures for liquidity, equity ratio and debt ratio must be shown in the credit rating. The contracting authority reserves the right to obtain further credit ratings or other financial information that, but not limited to, annual financial statements including notes, the board's annual reports and auditor's reports.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Services only
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.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : The tenderer ́s technical and professional qualifications.
Description : The tenderer shall have the necessary competence to carry out the assignment. Documentation requirement: Information on the tenderer ́s organisation and manpower. Description of the tenderer's personnel and units that the tenderer has at its disposal for fulfilment of the contract the tenderer shall have sufficient ability and experience to fulfil a contract of an equivalent nature and scope. Tenderers shall have good experience from relevant assignments. Documentation requirement: A description of two of the tenderer's most relevant assignments.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : System for quality assurance and environmental considerations.
Description : Requirement: The services that are to be provided must have a good and well-functioning quality assurance system. The concept of a quality management system is i.a. other things that the tenderer has a awareness of, for example, quality objectives, planning, securing, handling deviations and quality improvement. Documentation requirement: An account of the company's quality assurance system. If a tenderer is certified by a public certification body, it is sufficient to enclose a copy of an issued certificate. If a tenderer is not certified, the quality system must be documented, for example, by enclosing a quality handbook that provides a description of the quality management system and how it is implemented in the organisation. Requirement: The tenderer shall have systems and procedures that ensure low environmental impact when performing the delivery. The system must i.a. ensure continual improvement of: - The organisation's competence in environment and safety - The service ́s climate impact Documentation requirement: Tenderers can document the requirement by presenting relevant environmental certificates, such as EMAS, Miljøfyrtårn [Eco-Lighthouse], ISO 14001 or equivalent, or a description of their own system and routines for environmental policy and environmental management scheme, and document this.
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Quality
Name : Quality
Description : Quality weighted by 70 %
Criterion :
Type : Price
Name : Price
Description : Price weighted by 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

Ad hoc communication channel :
Name : EU-supply

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 : Allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 23/05/2025 10:00 +00:00
Information about public opening :
Opening date : 23/05/2025 11:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : 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
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
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed : Oslo tingrett
Organisation providing information concerning the general regulatory framework for environmental protection applicable in the place where the contract is to be performed : Oslo tingrett
Organisation providing information concerning the general regulatory framework for employment protection and working conditions applicable in the place where the contract is to be performed : Oslo tingrett
Organisation providing additional information about the procurement procedure : Integrerings- og mangfoldsdirektoratet (IMDi)
Organisation providing offline access to the procurement documents : Integrerings- og mangfoldsdirektoratet (IMDi)
Organisation providing more information on the review procedures : Oslo tingrett

8. Organisations

8.1 ORG-0001

Official name : Integrerings- og mangfoldsdirektoratet (IMDi)
Registration number : 987879696
Postal address : Tollbugata 20
Town : OSLO
Postcode : 0152
Country : Norway
Contact point : Zelalem Terfasa Temesgen
Telephone : +47 47467855
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents

8.1 ORG-0002

Official name : Oslo tingrett
Registration number : 987879696
Postal address : C. J. Hambros plass 4
Town : OSLO
Postcode : 0164
Country : Norway
Telephone : +47 22035200
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed
Organisation providing information concerning the general regulatory framework for environmental protection applicable in the place where the contract is to be performed
Organisation providing information concerning the general regulatory framework for employment protection and working conditions applicable in the place where the contract is to be performed

11. Notice information

11.1 Notice information

Notice identifier/version : a174dea5-81dd-43dd-bdbb-d0aebd50fecc - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 16/04/2025 09:00 +00:00
Notice dispatch date (eSender) : 16/04/2025 10:02 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00252778-2025
OJ S issue number : 76/2025
Publication date : 17/04/2025