Inscrivez-vous 01 49 36 46 20
appel-offre
appel-offre
 
            
Date de publication : 25/03/2025
Date de péremption : 29/04/2026
Type de procédure : Procédure restreinte
Type de document : Avis de marché ou de concession – régime ordinaire
Norvège
appel-offre

Norvège - Services de publicité et de marketing - Procurement of advertising and communications services.

2025/S 2025-190277  (Voir l'avis original TED)
 
 
V  E  R  S  I  O  N      F  R  A  N  C  A  I  S  E
59/2025
190277-2025 - Mise en concurrence
Norvège – Services de publicité et de marketing – Procurement of advertising and communications services.
OJ S 59/2025 25/03/2025
Avis de marché ou de concession – régime ordinaire
Services

   1.  Acheteur
1.1.
Acheteur
Nom officiel: Integrerings- og mangfoldsdirektoratet (IMDi)
Adresse électronique: zett@imdi.no
Forme juridique de l’acheteur: Autorité publique centrale
Activité du pouvoir adjudicateur: Services d’administration générale

   2.  Procédure
2.1.
Procédure
Titre: Procurement of advertising and communications 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 the procurement of advertising and communications services for IMDi. IMDi would like to enter into a framework agreement with a total supplier for advertising and communication 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.
Identifiant de la procédure: 97afee1f-0b76-481b-b2ba-8fd07913e1a5
Identifiant interne: 25/04116
Type de procédure: Restreinte
La procédure est accélérée: non
Principales caractéristiques de la procédure: The procurement will be made in accordance with the Public Procurement Act of (LOA) dated 17 June 2016 no. 73 and the Public Procurement Regulations (FOA) dated 12 August 2016 no. 974, part III. The procurement will be carried out as a restricted tender contest, cf. the Public Procurement Regulations § 13-1 (1). The tender contest is initiated with a qualification phase. All interested parties can apply for participation in the competition by submitting a request for participation. Only interested parties who fulfil the qualification requirements and who are invited to participate in the competition will be able to submit a tender. IMDi has decided to limit the number of interested parties who will be invited to submit a tender. Interested parties who fulfil imdi ´s qualification requirements, cf. point
   3. 2 -
   3. 5 in the tender documentation, will, thus, be subject to a selection evaluation in accordance with the selection criteria stated in point
   3. 5 in the tender documentation. The qualified interested parties will rank according to the selection criteria and a maximum of five of these will be invited to participate in the competition. Tenders cannot be changed after a tender has been submitted. Negotiations will not be held, but the tenderer who submits a tender will be invited to present parts of the tender (see point
   6. 3 in the tender documentation) in a meeting with IMDi after the tender deadline. However, it may be relevant, based on the initiative of IMDi, to clarify uncertainties about the tenders.
2.1.1.
Objet
Nature du marché: Services
Nomenclature principale (cpv): 79340000 Services de publicité et de marketing
Nomenclature supplémentaire (cpv): 79341000 Services de publicité, 79341100 Services de conseils en publicité, 79341400 Services de campagne publicitaire, 79342000 Services de marketing, 79413000 Services de conseil en gestion du marketing, 79416000 Services de relations publiques, 92100000 Services cinématographiques et services vidéo, 92111200 Production de films et de vidéos publicitaires, de propagande et d'information, 92111210 Production de films publicitaires
2.1.2.
Lieu d’exécution
Adresse postale: Tollbugata 20
Ville: Oslo
Code postal: 0152
Subdivision pays (NUTS): Oslo (NO081)
Pays: Norvège
2.1.3.
Valeur
Valeur estimée hors TVA: 20 000 000,00 NOK
Valeur maximale de l’accord-cadre: 20 000 000,00 NOK
2.1.4.
Informations générales
Base juridique:
Directive 2014/24/UE
2.1.6.
Motifs d’exclusion
Situation analogue à la faillite prévue dans la législation nationale: 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.
Faillite: 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.
Concordat: 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 à une organisation criminelle: 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)
Accords avec d’autres opérateurs économiques en vue de fausser la concurrence: Has the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition?
Manquement aux obligations dans le domaine du droit environnemental: 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.
Blanchiment de capitaux ou financement du terrorisme: 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).
Fraude: 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).
Travail des enfants et autres formes de traite des êtres humains: 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).
Insolvabilité: 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.
Manquement aux obligations dans le domaine du droit du travail: 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.
Biens administrés par un liquidateur: 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.
Coupable de fausses déclarations, non-communication, n’a pas été en mesure de fournir les documents requis et a obtenu des informations confidentielles de la présente procédure: 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'
Conflit d’intérêt créé par sa participation à la procédure de passation de marché: Are tenderers aware of a conflict of interest as stated in national law, the relevant notice or procurement documents'
Association directe ou indirecte à la préparation de cette procédure de passation de marché: 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?
Coupable d’une faute professionnelle grave: Has the tenderer committed serious errors in professional practice? If relevant, see the definitions in national law, the relevant notice or procurement documents.
Résiliation, dommages et intérêts ou autres sanctions comparables: 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'
Manquement aux obligations dans le domaine du droit social: 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.
Paiement des cotisations de sécurité sociale: 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?
État de cessation d’activités: 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.
Paiement d’impôts et 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?
Infractions terroristes ou infractions liées aux activités terroristes: 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: LOT-0000
Titre: Procurement of advertising and communications 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 the procurement of advertising and communications services for IMDi. IMDi would like to enter into a framework agreement with a total supplier for advertising and communication 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.
Identifiant interne: 25/04116
5.1.1.
Objet
Nature du marché: Services
Nomenclature principale (cpv): 79340000 Services de publicité et de marketing
Nomenclature supplémentaire (cpv): 79341000 Services de publicité, 79341100 Services de conseils en publicité, 79341400 Services de campagne publicitaire, 79342000 Services de marketing, 79413000 Services de conseil en gestion du marketing, 79416000 Services de relations publiques, 92100000 Services cinématographiques et services vidéo, 92111200 Production de films et de vidéos publicitaires, de propagande et d'information, 92111210 Production de films publicitaires
5.1.2.
Lieu d’exécution
Adresse postale: Tollbugata 20
Ville: Oslo
Code postal: 0152
Subdivision pays (NUTS): Oslo (NO081)
Pays: Norvège
5.1.3.
Durée estimée
Durée: 2 Ans
5.1.4.
Renouvellement
Nombre maximal de renouvellements: 2
L’acheteur se réserve le droit d’effectuer des achats supplémentaires auprès du contractant, comme décrit ici: 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.
Valeur
Valeur estimée hors TVA: 20 000 000,00 NOK
Valeur maximale de l’accord-cadre: 20 000 000,00 NOK
5.1.6.
Informations générales
Participation réservée: La participation n’est pas réservée.
Projet de passation de marché non financé par des fonds de l’UE
Le marché relève de l’accord sur les marchés publics (AMP): oui
Le marché en question convient aussi aux petites et moyennes entreprises (PME): oui
5.1.7.
Marché public stratégique
Critères marchés publics écologiques: Pas de critères applicables aux marchés publics écologiques
5.1.9.
Critères de sélection
Critère:
Type: Capacité économique et financière
Nom: 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:
Utilisation de ce critère: Utilisé

Critère:
Type: Capacité économique et financière
Nom: 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: 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 credit ratings or other financial information that, but not limited to, annual accounts including notes, the board's annual reports and auditor's reports.
Utilisation de ce critère: Utilisé

Critère:
Type: Autre
Nom: The award criteria in phase 2 - Price
Description: The evaluation criteria price is weighted by 30%. The weighted total hourly price/tender price will be used for evaluating the price. Documentation requirement: Completed price form.
Utilisation de ce critère: Utilisé

Critère:
Type: Autre
Nom: The award criteria in phase 2 - Quality.
Description: The award criteria ''Quality'' is weighted by 70%. Under this criteria ''Kvaltiet' will be assessed: - Competence/experience (CV) - Assignment comprehension Documentation Requirements: Completed in annex 1 and annex 3 See the tender documentation for further information on the award criteria 'quality'.
Utilisation de ce critère: Utilisé

Critère:
Type: Aptitude à exercer l’activité professionnelle
Nom: 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. 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.
Utilisation de ce critère: Utilisé

Critère:
Type: Aptitude à exercer l’activité professionnelle
Nom: Tax Certificate
Description: Documentation requirement: Tenderers shall have their tax, payroll tax and VAT payments in order. Tax certificate, not older than 6 months calculated from the deadline for submitting a request for participation in the competition.
Utilisation de ce critère: Utilisé

Critère:
Type: Capacité technique et professionnelle
Nom: 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.
Utilisation de ce critère: Utilisé

Critère:
Type: Capacité technique et professionnelle
Nom: The tenderer ´s technical and professional qualifications.
Description: Requirement: The tenderer shall have the necessary competence to be able 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.
Utilisation de ce critère: Utilisé
Les critères seront appliqués pour sélectionner les candidats à convoquer pour la seconde étape de la procédure

Critère:
Type: Capacité technique et professionnelle
Nom: Selection criteria in the prequalification phase.
Description: The selection of qualified tenderers will be based on the qualification requirement Technical and professional qualifications - experience from relevant assignments. When assessing experience from relevant assignments, emphasis will be put on how comparable the assignments are to IMDi's need, by, among other things, solving complex challenges with relevant means for limited budgets. The tenderer who documents the most relevant experience will be given ten points. The other qualified tenderers ´ points attainment will be determined judgementally in relation to the best tenderer. The five best qualified tenderers with the highest number of points will be invited to participate in the competition.
Utilisation de ce critère: Utilisé
Les critères seront appliqués pour sélectionner les candidats à convoquer pour la seconde étape de la procédure

Critère:
Type: Capacité technique et professionnelle
Nom: Tenderers shall have good experience from relevant assignments.
Description: Requirement: The tenderer shall have good experience from relevant assignments. Three reference assignments shall be submitted:
   1.  An information campaign aimed at employers/entrepreneurs as target group
   2.  An attitude campaign taken out in different areas and channels
   3.  Example of a visual profile that was developed or further developed for a customer Note: - The assignments should have been carried out in the period 2022-2025 - At least one of the reference assignments should have been carried out for public customers. - All the reference assignments shall be developed by one or several of the resources that the tenderer offers as IMDi's main team Documentation Requirement: The description with the information shall be filled in annex 1 the tenderer ´s technical and professional qualifications - experience from relevant assignments. Short description: - Name of the contracting authority - Short description of the assignment, including purpose - What assignment/challenge should solve - Target group - Campaign target - Justification for the chosen solution set against the campaign ´s aims/aims of the assignment - Goal achievement and evaluation - Budget - Contact information for reference at the contracting authority.
Utilisation de ce critère: Utilisé
Les critères seront appliqués pour sélectionner les candidats à convoquer pour la seconde étape de la procédure
Informations sur la seconde étape d’une procédure en deux étapes:
Nombre minimal de candidats à convoquer pour la seconde étape de la procédure: 5
Nombre maximal de candidats à convoquer pour la seconde étape de la procédure: 5
La procédure se déroulera en plusieurs étapes. À chaque étape, certains participants peuvent être éliminés
5.1.11.
Documents de marché
Canal de communication ad hoc:
Nom: Benytter KGV til leverandør som er EU-supply
5.1.12.
Conditions du marché public
Conditions de la procédure:
Date d’envoi estimée des invitations à soumissionner: 09/05/2025
Conditions de présentation:
Présentation par voie électronique: Requise
Langues dans lesquelles les offres ou demandes de participation peuvent être présentées: norvégien
Catalogue électronique: Autorisée
Variantes: Non autorisée
Les soumissionnaires peuvent présenter plusieurs offres: Non autorisée
Date limite de réception des demandes de participation: 29/04/2025 10:00:00 (UTC)
Conditions du marché:
Le marché doit être exécuté dans le cadre de programmes d’emplois protégés: Non
Un accord de confidentialité est requis: non
Facturation en ligne: Requise
La commande en ligne sera utilisée: oui
Le paiement en ligne sera utilisé: oui
5.1.15.
Techniques
Accord-cadre: Accord-cadre, sans remise en concurrence
Informations sur le système d’acquisition dynamique: Pas de système d’acquisition dynamique
Enchère électronique: non
5.1.16.
Informations complémentaires, médiation et réexamen
Organisation chargée des procédures de recours: Oslo tingrett
Organisation qui fournit des informations sur le cadre réglementaire général qui, en matière de fiscalité, est applicable au lieu où la prestation doit être réalisée: Oslo tingrett
Organisation qui fournit des informations sur le cadre réglementaire général qui, en matière de protection de l’environnement, est applicable au lieu où la prestation doit être réalisée: Oslo tingrett
Organisation qui fournit des informations sur le cadre réglementaire général qui, en matière de protection du travail et de conditions de travail, est applicable au lieu où la prestation doit être réalisée: Oslo tingrett
Organisation qui fournit des informations complémentaires sur la procédure de passation de marché: Integrerings- og mangfoldsdirektoratet (IMDi)
Organisation qui fournit un accès hors ligne aux documents de marché: Integrerings- og mangfoldsdirektoratet (IMDi)
Organisation qui fournit des précisions concernant l’introduction des recours: Oslo tingrett
Organisation qui reçoit les demandes de participation: Integrerings- og mangfoldsdirektoratet (IMDi)
Organisation qui traite les offres: Integrerings- og mangfoldsdirektoratet (IMDi)

   8.  Organisations
8.1.
ORG-0001
Nom officiel: Integrerings- og mangfoldsdirektoratet (IMDi)
Numéro d’enregistrement: 987879696
Adresse postale: Tollbugata 20
Ville: OSLO
Code postal: 0152
Pays: Norvège
Point de contact: Zelalem Terfasa Temesgen
Adresse électronique: zett@imdi.no
Téléphone: +47 47467855
Rôles de cette organisation:
Acheteur
Organisation qui fournit des informations complémentaires sur la procédure de passation de marché
Organisation qui fournit un accès hors ligne aux documents de marché
Organisation qui reçoit les demandes de participation
Organisation qui traite les offres
8.1.
ORG-0002
Nom officiel: Oslo tingrett
Numéro d’enregistrement: 987879696
Département: IMDi
Adresse postale: C. J. Hambros plass 4
Ville: OSLO
Code postal: 0164
Pays: Norvège
Adresse électronique: oslo.tingrett@domstol.no
Téléphone: +47 22035200
Rôles de cette organisation:
Organisation chargée des procédures de recours
Organisation qui fournit des précisions concernant l’introduction des recours
Organisation qui fournit des informations sur le cadre réglementaire général qui, en matière de fiscalité, est applicable au lieu où la prestation doit être réalisée
Organisation qui fournit des informations sur le cadre réglementaire général qui, en matière de protection de l’environnement, est applicable au lieu où la prestation doit être réalisée
Organisation qui fournit des informations sur le cadre réglementaire général qui, en matière de protection du travail et de conditions de travail, est applicable au lieu où la prestation doit être réalisée
Informations relatives à l’avis
Identifiant/version de l’avis: 177136bc-3a8c-42fc-9bbb-ddad491c508f - 01
Type de formulaire: Mise en concurrence
Type d’avis: Avis de marché ou de concession – régime ordinaire
Sous-type d’avis: 16
Date d’envoi de l’avis: 21/03/2025 15:59:21 (UTC)
Date d’envoi de l’avis (eSender): 21/03/2025 16:10:40 (UTC)
Langues dans lesquelles l’avis en question est officiellement disponible: anglais
Numéro de publication de l’avis: 190277-2025
Numéro de publication au JO S: 59/2025
Date de publication: 25/03/2025

 
 
C L A S S E    C P V
79340000 - Services de publicité et de marketing 
79341000 - Services de publicité 
79341100 - Services de conseils en publicité 
79341400 - Services de campagne publicitaire 
79342000 - Services de marketing 
79413000 - Services de conseil en gestion du marketing 
79416000 - Services de relations publiques 
92100000 - Services cinématographiques et services vidéo 
92111200 - Production de films et de vidéos publicitaires, de propagande et d'information 
92111210 - Production de films publicitaires