Procurement of a registration system and assistance with events.

The objective of the procurement is to enter into a contract for support services within registration systems and assistance with events. IMDI annually hosts numerous meetings, webinars, seminars and conferences for physical and digital participation with registration. To handle this, IMDI needs an efficient system with good user experience for …

CPV: 55000000 Servicios comerciales al por menor de hostelería y restauración, 55100000 Servicios de hostelería, 55110000 Servicios de alojamiento hotelero, 55120000 Servicios de reuniones y congresos en hoteles, 55130000 Otros servicios hoteleros, 79000000 Servicios a empresas: legislación, mercadotecnia, asesoría, selección de personal, imprenta y seguridad, 79950000 Servicios de organización de exposiciones, ferias y congresos, 79951000 Servicio de organización de seminarios, 79952000 Servicios de eventos, 79953000 Servicios de organización de festivales, 79954000 Servicios de organización de fiestas, 79955000 Servicios de organización de desfiles de modas, 79956000 Servicios de organización de ferias y exposiciones
Plazo:
27 de septiembre de 2024 a las 10:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
Procurement of a registration system and assistance with events.
Organismo adjudicador:
Integrerings- og mangfoldsdirektoratet (IMDi)
Número de premio:
24/16082

1. Buyer

1.1 Buyer

Official name : Integrerings- og mangfoldsdirektoratet (IMDi)
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

1.1 Buyer

Official name : IMDi
Legal type of the buyer : Central government authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : IMDi
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Procurement of a registration system and assistance with events.
Description : The objective of the procurement is to enter into a contract for support services within registration systems and assistance with events. IMDI annually hosts numerous meetings, webinars, seminars and conferences for physical and digital participation with registration. To handle this, IMDI needs an efficient system with good user experience for handling entries to events. The registration system shall have an option for payment. In addition to procuring a registration system, IMDI also needs assistance with carrying out the events. The service provider shall assist, among other things, with booking and contact with suitable premises for the events, coordinating and keeping in touch with IMDI employees who are responsible for the event. The tenderer shall be responsible for preparations and administrative assignments. The aim of entering into a framework agreement is to ensure technical and organisational assistance in carrying out events with a high degree of professionalism. Participants shall find that our events are of good technical quality, efficient and simple solutions for registration and invoicing, as well as being attractive meeting places where they can increase their competence, network and share experiences.
Procedure identifier : bb0a920c-c388-4fe7-9484-24f9fbfe650a
Internal identifier : 24/16082
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79952000 Event services
Additional classification ( cpv ): 55000000 Hotel, restaurant and retail trade services
Additional classification ( cpv ): 55100000 Hotel services
Additional classification ( cpv ): 55110000 Hotel accommodation services
Additional classification ( cpv ): 55120000 Hotel meeting and conference services
Additional classification ( cpv ): 55130000 Other hotel services
Additional classification ( cpv ): 79000000 Business services: law, marketing, consulting, recruitment, printing and security
Additional classification ( cpv ): 79950000 Exhibition, fair and congress organisation services
Additional classification ( cpv ): 79951000 Seminar organisation services
Additional classification ( cpv ): 79953000 Festival organisation services
Additional classification ( cpv ): 79954000 Party organisation services
Additional classification ( cpv ): 79955000 Fashion shows organisation services
Additional classification ( cpv ): 79956000 Fair and exhibition organisation services

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 15 000 000 Norwegian krone
Maximum value of the framework agreement : 15 000 000 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 a registration system and assistance with events.
Description : The objective of the procurement is to enter into a contract for support services within registration systems and assistance with events. IMDI annually hosts numerous meetings, webinars, seminars and conferences for physical and digital participation with registration. To handle this, IMDI needs an efficient system with good user experience for handling entries to events. The registration system shall have an option for payment. In addition to procuring a registration system, IMDI also needs assistance with carrying out the events. The service provider shall assist, among other things, with booking and contact with suitable premises for the events, coordinating and keeping in touch with IMDI employees who are responsible for the event. The tenderer shall be responsible for preparations and administrative assignments. The aim of entering into a framework agreement is to ensure technical and organisational assistance in carrying out events with a high degree of professionalism. Participants shall find that our events are of good technical quality, efficient and simple solutions for registration and invoicing, as well as being attractive meeting places where they can increase their competence, network and share experiences.
Internal identifier : 24/16082

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79952000 Event services
Additional classification ( cpv ): 55000000 Hotel, restaurant and retail trade services
Additional classification ( cpv ): 55100000 Hotel services
Additional classification ( cpv ): 55110000 Hotel accommodation services
Additional classification ( cpv ): 55120000 Hotel meeting and conference services
Additional classification ( cpv ): 55130000 Other hotel services
Additional classification ( cpv ): 79000000 Business services: law, marketing, consulting, recruitment, printing and security
Additional classification ( cpv ): 79950000 Exhibition, fair and congress organisation services
Additional classification ( cpv ): 79951000 Seminar organisation services
Additional classification ( cpv ): 79953000 Festival organisation services
Additional classification ( cpv ): 79954000 Party organisation services
Additional classification ( cpv ): 79955000 Fashion shows organisation services
Additional classification ( cpv ): 79956000 Fair and exhibition organisation 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

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 2 Year

5.1.4 Renewal

Maximum renewals : 2

5.1.5 Value

Estimated value excluding VAT : 15 000 000 Norwegian krone
Maximum value of the framework agreement : 15 000 000 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 : EU Green Public Procurement criteria

5.1.8 Accessibility criteria

Accessibility criteria for persons with disabilities are included

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
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. • 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. • The contracting authority reserves the right to obtain further credit ratings or other financial information that, but not limited to, annual accounts including notes, the board's annual reports and auditor's reports.
Use of this criterion : Used
Criterion :
Type : Other
Name : System for quality assurance and environmental considerations.
Description : A good and well-functioning quality assurance system is required for the services that shall be provided. 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. 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. 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 the environment and safety. - Impact of the service's climate Tenderers can document the requirement by presenting relevant environmental certificates, such as EMAS, Miljøfyrtårn ,ISO 14001 or equivalent, or by a description of their own system and procedures for environmental policy and environmental management scheme, and document this.
Use of this criterion : Used
Criterion :
Type : Other
Name : Privacy and information security
Description : Cf. privacy and information security requirements in the tender documentation, the tenderer documents the requirement by presenting relevant certificates, such as ISO 27001, ISO 27701 or equivalent, or by presenting a description of their own system and procedures for information security and privacy protection.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : The tenderer's certificates, authorisations, etc.
Description : Tenderers shall be registered in a company register, professional register or registered in a commerce register in the country where the tenderer is established. • Norwegian companies: Company Registration Certificate. Foreign companies: Documentation that the tenderer 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 : 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 : Technical and professional ability
Name : The tenderer ́s technical and professional qualifications.
Description : Tenderers shall have experience from comparable contracts. Description of up to 3 of the tenderer's most relevant contracts in the course of the last 3 years. The description must include a statement of the contract ́s value, date and recipient (name, telephone number and e-mail address). It is the tenderer ́s responsibility to document relevance through the description. Tenderers can document their experience by referring to competence of the personnel he has at his disposal and can use this assignment, even if the experience has been worked up while the personnel have served another service provider. Tenderers must have sufficient capacity to carry out the delivery within the stated limits and deadlines. A description of the tenderer's average workforce and the number of employees in the management during the last three years.
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Price (25% weighting)
Criterion :
Type : Quality
Name : Offered personnel
Description : Tilbudt personell (30 %)
Criterion :
Type : Quality
Name : Quality
Description : Quality (45%). A written reply on the attached annex 1 (Requirement Specifications Registration System) and Annex 2 (Requirement Specifications Assistance with Events).
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

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 19/09/2024 10:00 +00:00
Ad hoc communication channel :
Name : Benytter KGV til leverandør som er 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 : 27/09/2024 10:00 +00:00
Information about public opening :
Opening date : 03/10/2024 22:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : Yes
Conditions relating to the performance of the contract : Attached contract
A non-disclosure agreement is required : no
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : Cf. the tender documentation

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

Mediation organisation : Oslo tingrett
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
Organisation receiving requests to participate : Integrerings- og mangfoldsdirektoratet (IMDi)
Organisation processing tenders : Integrerings- og mangfoldsdirektoratet (IMDi)

8. Organisations

8.1 ORG-0001

Official name : Integrerings- og mangfoldsdirektoratet (IMDi)
Registration number : 987879696
Town : Narvik
Postcode : 8508
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Zelalem Terfasa Temesgen
Telephone : +47 47467855
Roles of this organisation :
Buyer
Group leader
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Oslo tingrett
Registration number : 926725939
Postal address : C. J. Hambros plass 4
Town : OSLO
Postcode : 0164
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : +47 22035200
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures
Mediation organisation
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

8.1 ORG-0003

Official name : IMDi
Registration number : IMDi
Department : IMDi
Postal address : Tollbugata 20
Town : Oslo
Postcode : 0152
Country : Norway
Contact point : IMDi
Telephone : 47467855
Internet address : https://www.imdi.no/
Roles of this organisation :
Buyer

8.1 ORG-0004

Official name : IMDi
Registration number : IMDi
Department : IMDi
Postal address : Tollbugata 20
Town : Oslo
Postcode : 0152
Country : Norway
Contact point : IMDi
Telephone : 47467855
Internet address : https://www.imdi.no/
Roles of this organisation :
Buyer

11. Notice information

11.1 Notice information

Notice identifier/version : f3af57d1-ec8e-42f9-a79a-94582203c2cf - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 15/08/2024 11:00 +00:00
Notice dispatch date (eSender) : 15/08/2024 11:00 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00497546-2024
OJ S issue number : 160/2024
Publication date : 19/08/2024