Project 1185602 VTM-BUT Audio visual equipment, multimedia and ICT - Qualification.

Statsbygg would like, in connection with project: 1185602 the Viking Age Museum, user equipment (VTM-BUT) to implement a qualification of tenderers who may be interested in submitting tenders for: K902 Audio visual equipment, multimedia and ICT related products for the Viking Age Museum, a minimum of 3 tenderers will be …

CPV: 32342000 Loudspeakers, 30200000 Computer equipment and supplies, 30231000 Computer screens and consoles, 30231300 Display screens, 32340000 Microphones and loudspeakers, 32320000 Television and audio-visual equipment, 32321200 Audio-visual equipment, 32322000 Multimedia equipment, 32323000 Video monitors, 32323400 Video-playback equipment, 32341000 Microphones, 32330000 Apparatus for sound, video-recording and reproduction, 38652100 Projectors, 48520000 Multimedia software package, 51000000 Installation services (except software), 51310000 Installation services of radio, television, sound and video equipment, 51313000 Installation services of sound equipment
Place of execution:
Project 1185602 VTM-BUT Audio visual equipment, multimedia and ICT - Qualification.
Awarding body:
STATSBYGG
Award number:
2021/3972

1. Buyer

1.1 Buyer

Official name : STATSBYGG
Legal type of the buyer : Public undertaking, controlled by a central government authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Project 1185602 VTM-BUT Audio visual equipment, multimedia and ICT - Qualification.
Description : Statsbygg would like, in connection with project: 1185602 the Viking Age Museum, user equipment (VTM-BUT) to implement a qualification of tenderers who may be interested in submitting tenders for: K902 Audio visual equipment, multimedia and ICT related products for the Viking Age Museum, a minimum of 3 tenderers will be invited to submit a tender, provided that there are a sufficient number of qualified tenderers.
Procedure identifier : 60c1c4e3-0ffd-44f8-a113-020ce709a461
Internal identifier : 2021/3972
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Main features of the procedure : The procurement is for audio visuals (HW/SW) etc. for the new Viking Age Museum at Bygdøy in Oslo. The assignment includes delivery of technical hardware and media systems that shall be used for digital visitor experiences and public information in the museum (typically projectors, monitors, speakers, computers, servers, playing equipment, interaction elements, converters, amplifiers, control systems, cameras, cables, licences etc.), brackets/assembly systems, as well as assembly work and testing related to the deliveries (assembly and testing of small monitors and play PCs that are integrated in exhibition elements will be handled as an option, see Delivery group 4b in the Media hardware list Annex 2). The Viking Age Museum will have more than 9,000 m² public areas, of which approx. 5,500 m² is exhibition areas. Projectors, monitors, loudspeakers etc. will be assembled in exhibitions and public areas, and playing equipment, computers etc. will be placed in the exhibition rooms and in central ICT rooms. The museum is planned to be opened to the public in Q4 - 2027.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 32321200 Audio-visual equipment
Additional classification ( cpv ): 30200000 Computer equipment and supplies
Additional classification ( cpv ): 30231000 Computer screens and consoles
Additional classification ( cpv ): 30231300 Display screens
Additional classification ( cpv ): 32320000 Television and audio-visual equipment
Additional classification ( cpv ): 32322000 Multimedia equipment
Additional classification ( cpv ): 32323000 Video monitors
Additional classification ( cpv ): 32323400 Video-playback equipment
Additional classification ( cpv ): 32330000 Apparatus for sound, video-recording and reproduction
Additional classification ( cpv ): 32340000 Microphones and loudspeakers
Additional classification ( cpv ): 32341000 Microphones
Additional classification ( cpv ): 32342000 Loudspeakers
Additional classification ( cpv ): 38652100 Projectors
Additional classification ( cpv ): 48520000 Multimedia software package
Additional classification ( cpv ): 51000000 Installation services (except software)
Additional classification ( cpv ): 51310000 Installation services of radio, television, sound and video equipment
Additional classification ( cpv ): 51313000 Installation services of sound equipment

2.1.2 Place of performance

Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway

2.1.4 General information

Additional information : Justification for use of the Public Procurement Regulations § 7-9 (4) This procurement uses the exclusionary provision in PPR § 7-9 (4), since it is clear that the climate and environmental requirements in the procurement have a better climate and environmental effect than the use of the award criteria. The procurement has mainly the following climate and environmental impacts: - Climate gas emissions from the production of materials. - Use of natural resources for the production of materials. - Energy use in the operation of equipment/products and system structure according to procurement. - The requirements set to reduce or eliminate the climate and environmental impact of the procurement are set to have the longest possible lifetime of the products, in order to avoid new climate and natural resource impact by replacing products quickly. This is done by i.a. to set a requirement that tenderers shall facilitate a maintenance and replacement program for the products and offer a repair contract for central parts of the equipment and that the electricity supply can be cut when the system is not in use and that equipment and products as far as possible should not be system proprietary. EPDs are being assessed for the products, but not to limit values for emissions for production (A1-A3). This is because the market has not developed enough EPDs so far, so it is difficult to set reliable and good threshold values for the products. These specially adapted requirements are set at a level where there is little potential to reduce the climate and environmental impact, particularly by awarding criteria on the environment. Statsbygg ́s assessment is therefore that in order to reduce the climate and environmental impact of this procurement, use the exclusionary provision in PPR § 7-9 (4), as the use of climate and environmental requirements is considered to have a clearly better climate and environmental effect than the use of the award criteria as described in PPR § 7-9 (2). The Directorate of Public Construction and Property is therefore exempted from the obligations to emphasise the environment or to prioritise the environment among the three highest prioritised award criteria.
Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - Threshold

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
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.
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).
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).
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)
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.
Child labour and including 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).
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.
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.
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.
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?
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.
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?
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 set under purely national exclusion grounds : The 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. Will the purely national rejection reasons, as stated in the relevant notice or in the procurement documents, apply?
Breaching obligation relating to 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?
Breaching obligation relating to 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?
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.
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.
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.
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.
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.
Analogous situation like bankruptcy, insolvency or arrangement with creditors 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.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Project 1185602 VTM-BUT Audio visual equipment, multimedia and ICT - Qualification.
Description : Statsbygg would like, in connection with project: 1185602 the Viking Age Museum, user equipment (VTM-BUT) to implement a qualification of tenderers who may be interested in submitting tenders for: K902 Audio visual equipment, multimedia and ICT related products for the Viking Age Museum, a minimum of 3 tenderers will be invited to submit a tender, provided that there are a sufficient number of qualified tenderers.
Internal identifier : 2021/3972

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 32321200 Audio-visual equipment
Additional classification ( cpv ): 30200000 Computer equipment and supplies
Additional classification ( cpv ): 30231000 Computer screens and consoles
Additional classification ( cpv ): 30231300 Display screens
Additional classification ( cpv ): 32320000 Television and audio-visual equipment
Additional classification ( cpv ): 32322000 Multimedia equipment
Additional classification ( cpv ): 32323000 Video monitors
Additional classification ( cpv ): 32323400 Video-playback equipment
Additional classification ( cpv ): 32330000 Apparatus for sound, video-recording and reproduction
Additional classification ( cpv ): 32340000 Microphones and loudspeakers
Additional classification ( cpv ): 32341000 Microphones
Additional classification ( cpv ): 32342000 Loudspeakers
Additional classification ( cpv ): 38652100 Projectors
Additional classification ( cpv ): 48520000 Multimedia software package
Additional classification ( cpv ): 51000000 Installation services (except software)
Additional classification ( cpv ): 51310000 Installation services of radio, television, sound and video equipment
Additional classification ( cpv ): 51313000 Installation services of sound equipment

5.1.2 Place of performance

Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 31/10/2025
Duration end date : 31/12/2027

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
Additional information : Justification for use of the Public Procurement Regulations § 7-9 (4) This procurement uses the exclusionary provision in PPR § 7-9 (4), since it is clear that the climate and environmental requirements in the procurement have a better climate and environmental effect than the use of the award criteria. The procurement has mainly the following climate and environmental impacts: - Climate gas emissions from the production of materials. - Use of natural resources for the production of materials. - Energy use in the operation of equipment/products and system structure according to procurement. - The requirements set to reduce or eliminate the climate and environmental impact of the procurement are set to have the longest possible lifetime of the products, in order to avoid new climate and natural resource impact by replacing products quickly. This is done by i.a. to set a requirement that tenderers shall facilitate a maintenance and replacement program for the products and offer a repair contract for central parts of the equipment and that the electricity supply can be cut when the system is not in use and that equipment and products as far as possible should not be system proprietary. EPDs are being assessed for the products, but not to limit values for emissions for production (A1-A3). This is because the market has not developed enough EPDs so far, so it is difficult to set reliable and good threshold values for the products. These specially adapted requirements are set at a level where there is little potential to reduce the climate and environmental impact, particularly by awarding criteria on the environment. Statsbygg ́s assessment is therefore that in order to reduce the climate and environmental impact of this procurement, use the exclusionary provision in PPR § 7-9 (4), as the use of climate and environmental requirements is considered to have a clearly better climate and environmental effect than the use of the award criteria as described in PPR § 7-9 (2). The Directorate of Public Construction and Property is therefore exempted from the obligations to emphasise the environment or to prioritise the environment among the three highest prioritised award criteria.

5.1.7 Strategic procurement

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Authorisation or membership of a particular organisation needed for service contracts
Description : Tenderers are required to have a legally established company.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Other economic or financial requirements
Description : Tenderers shall have a financial position that enables them to fulfil their contractual obligations throughout the entire contract period. The financial strength will be assessed in relation to turnover, operating degree, solidity and liquidity.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : References on specified services
Description : Good professional competence within AV/multimedia, product breadth and an established service organisation.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : References on specified works
Description : Significant experience from equivalent types and comparable assignments with deliveries to a private or public institution.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Measures for ensuring quality
Description : Possess a quality assurance system that is suitable for the entity's operations
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 3
Maximum number of candidates to be invited for the second stage of the procedure : 100
The procedure will take place in successive stages. At each stage, some participants may be eliminated
The buyer reserves the right to award the contract on the basis of the initial tenders without any further negotiations

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Address of the procurement documents : https://permalink.mercell.com/260572524.aspx

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 : Not allowed
Variants : Not allowed
Deadline for receipt of requests to participate : 11/08/2025 13:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Oslo Tingrett
Information about review deadlines : See the notification letter
Organisation providing more information on the review procedures : Oslo Tingrett

8. Organisations

8.1 ORG-0001

Official name : STATSBYGG
Registration number : 971278374
Postal address : Biskop Gunnerus' gate 6
Town : OSLO
Postcode : 0103
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Katarina Linnea Pejby
Telephone : 95279408
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Oslo Tingrett
Registration number : 974714647
Town : Oslo
Postcode : 0164
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : 22035200
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures

Notice information

Notice identifier/version : a73dea34-da9c-4d95-9152-c347204e9ead - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 27/06/2025 07:29 +00:00
Notice dispatch date (eSender) : 27/06/2025 08:06 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00418487-2025
OJ S issue number : 122/2025
Publication date : 30/06/2025