Sandnes arts centre: sound and lighting, small hall and foyer.

Sandnes Arts Centre was opened 31.12.1999 and is located at the head of sandnes. The site and associated buildings have a long history in Sandnes, and in the period 1906 – 1986 it was used by Sandnes Kamgarn Spinneri before alterations to a cultural house. The old factory pipe, by …

CPV: 32340000 Microphones and loudspeakers, 31500000 Lighting equipment and electric lamps, 31511000 Sealed-beam lamp units, 31518100 Floodlights, 31520000 Lamps and light fittings, 31527260 Lighting systems, 31530000 Parts of lamps and lighting equipment, 31532000 Parts of lamps and light fittings, 31532920 Bulbs and fluorescent lamps, 31612310 Blinkers, 31682220 Mixing panels, 31712341 Light-emitting diodes, 32320000 Television and audio-visual equipment, 32321200 Audio-visual equipment, 32322000 Multimedia equipment, 32331300 Sound-reproduction apparatus, 32341000 Microphones, 32342000 Loudspeakers, 32342300 Microphones and speaker sets, 32342400 Acoustic devices, 32342410 Sound equipment, 32342420 Studio mixing console, 32350000 Parts of sound and video equipment, 32351000 Accessories for sound and video equipment, 32351300 Audio equipment accessories, 32360000 Intercom equipment, 48952000 Public address systems
Deadline:
Sept. 25, 2025, 10 a.m.
Deadline type:
Submitting a bid
Place of execution:
Sandnes arts centre: sound and lighting, small hall and foyer.
Awarding body:
Sandnes kommune
Award number:
23/08304

1. Buyer

1.1 Buyer

Official name : Sandnes kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Sandnes arts centre: sound and lighting, small hall and foyer.
Description : Sandnes Arts Centre was opened 31.12.1999 and is located at the head of sandnes. The site and associated buildings have a long history in Sandnes, and in the period 1906 – 1986 it was used by Sandnes Kamgarn Spinneri before alterations to a cultural house. The old factory pipe, by the way the last in Sandnes, remains from the old spinnerium. Sandnes Arts Centre contains several halls, course and conference premises, with foyer that are used for concerts, companies and exhibitions. Sandnes municipality shall supplement the existing technical cultural equipment in the arts centre in order to increase the capacity and utilisation of Small hall and Foajé. The assignment is a pure goods delivery and is described in more detail in Part II of the contract documentation and annexes. Sandnes municipality intends to enter into a contract with one tenderer for the procurement and delivery of products as stated in Annex 3, Price Form and Requirement Specification.
Procedure identifier : 7f0f4089-0d42-4a41-984e-4e96284e8d7c
Internal identifier : 23/08304
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : Open tender contest (one stage)

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 32340000 Microphones and loudspeakers
Additional classification ( cpv ): 31500000 Lighting equipment and electric lamps
Additional classification ( cpv ): 31511000 Sealed-beam lamp units
Additional classification ( cpv ): 31518100 Floodlights
Additional classification ( cpv ): 31520000 Lamps and light fittings
Additional classification ( cpv ): 31527260 Lighting systems
Additional classification ( cpv ): 31530000 Parts of lamps and lighting equipment
Additional classification ( cpv ): 31532000 Parts of lamps and light fittings
Additional classification ( cpv ): 31532920 Bulbs and fluorescent lamps
Additional classification ( cpv ): 31612310 Blinkers
Additional classification ( cpv ): 31682220 Mixing panels
Additional classification ( cpv ): 31712341 Light-emitting diodes
Additional classification ( cpv ): 32320000 Television and audio-visual equipment
Additional classification ( cpv ): 32321200 Audio-visual equipment
Additional classification ( cpv ): 32322000 Multimedia equipment
Additional classification ( cpv ): 32331300 Sound-reproduction apparatus
Additional classification ( cpv ): 32341000 Microphones
Additional classification ( cpv ): 32342000 Loudspeakers
Additional classification ( cpv ): 32342300 Microphones and speaker sets
Additional classification ( cpv ): 32342400 Acoustic devices
Additional classification ( cpv ): 32342410 Sound equipment
Additional classification ( cpv ): 32342420 Studio mixing console
Additional classification ( cpv ): 32350000 Parts of sound and video equipment
Additional classification ( cpv ): 32351000 Accessories for sound and video equipment
Additional classification ( cpv ): 32351300 Audio equipment accessories
Additional classification ( cpv ): 32360000 Intercom equipment
Additional classification ( cpv ): 48952000 Public address systems

2.1.2 Place of performance

Postal address : Mauritz Kartevolds plass 1
Town : SANDNES
Postcode : 4306
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 3 600 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften -

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 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 : Sandnes arts centre: sound and lighting, small hall and foyer.
Description : Sandnes Arts Centre was opened 31.12.1999 and is located at the head of sandnes. The site and associated buildings have a long history in Sandnes, and in the period 1906 – 1986 it was used by Sandnes Kamgarn Spinneri before alterations to a cultural house. The old factory pipe, by the way the last in Sandnes, remains from the old spinnerium. Sandnes Arts Centre contains several halls, course and conference premises, with foyer that are used for concerts, companies and exhibitions. Sandnes municipality shall supplement the existing technical cultural equipment in the arts centre in order to increase the capacity and utilisation of Small hall and Foajé. The assignment is a pure goods delivery and is described in more detail in Part II of the contract documentation and annexes. Sandnes municipality intends to enter into a contract with one tenderer for the procurement and delivery of products as stated in Annex 3, Price Form and Requirement Specification.
Internal identifier : 23/08304

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 32340000 Microphones and loudspeakers
Additional classification ( cpv ): 31500000 Lighting equipment and electric lamps
Additional classification ( cpv ): 31511000 Sealed-beam lamp units
Additional classification ( cpv ): 31518100 Floodlights
Additional classification ( cpv ): 31520000 Lamps and light fittings
Additional classification ( cpv ): 31527260 Lighting systems
Additional classification ( cpv ): 31530000 Parts of lamps and lighting equipment
Additional classification ( cpv ): 31532000 Parts of lamps and light fittings
Additional classification ( cpv ): 31532920 Bulbs and fluorescent lamps
Additional classification ( cpv ): 31612310 Blinkers
Additional classification ( cpv ): 31682220 Mixing panels
Additional classification ( cpv ): 31712341 Light-emitting diodes
Additional classification ( cpv ): 32320000 Television and audio-visual equipment
Additional classification ( cpv ): 32321200 Audio-visual equipment
Additional classification ( cpv ): 32322000 Multimedia equipment
Additional classification ( cpv ): 32331300 Sound-reproduction apparatus
Additional classification ( cpv ): 32341000 Microphones
Additional classification ( cpv ): 32342000 Loudspeakers
Additional classification ( cpv ): 32342300 Microphones and speaker sets
Additional classification ( cpv ): 32342400 Acoustic devices
Additional classification ( cpv ): 32342410 Sound equipment
Additional classification ( cpv ): 32342420 Studio mixing console
Additional classification ( cpv ): 32350000 Parts of sound and video equipment
Additional classification ( cpv ): 32351000 Accessories for sound and video equipment
Additional classification ( cpv ): 32351300 Audio equipment accessories
Additional classification ( cpv ): 32360000 Intercom equipment
Additional classification ( cpv ): 48952000 Public address systems

5.1.2 Place of performance

Postal address : Mauritz Kartevolds plass 1
Town : SANDNES
Postcode : 4306
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 1 Year

5.1.5 Value

Estimated value excluding VAT : 3 600 000 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) : no
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : Demand: The tenderer shall be a legally established company. Documentation: Norwegian companies: Company Registration Certificate from the Brønnøysund Register Centre. Foreign companies: Registration certificate in a professional register as determined by legislation in the country where the tenderer is established.
Criterion : Other economic or financial requirements
Description : Demand: Tenderers must not have significant tax and VAT arrears, or an approved repayment plan must be in existence. Documentation: Norwegian companies: Tax and VAT certificate, not older than 6 months calculated from the tender deadline (Altinn - Certificate order). Foreign companies: Certificate issued by the relevant authority in the tenderer's home country confirming that the company has fulfilled its tax and VAT payments. The certificate shall not be older than 6 months from the deadline for receipt of tenders.
Criterion : Financial ratio
Description : Demand: Tenderers shall have settled financial conditions and the financial capacity to fulfil the contract. Tenderers must achieve a minimum rating of creditworthy. Documentation: Norwegian companies: As documentation, the Contracting Authority will obtain the credit rating Commercial Delphi Score from Experian. Tenderers must achieve a minimum rating of "Credit worthy", i.e. tenderers must be in risk class 5 or higher on Experians scale. Alternatively, tenderers can enclose an updated credit rating with the tender from a certified credit rating company, which shows that the tenderer achieves an equivalent credit level. The credit rating shall show the current financial situation of the company. If a tenderer has a justifiable reason for not submitting the documentation that the contracting authority has required, he can document his economic and financial capacity by presenting any other document that the Contracting Authority deems appropriate. Foreign companies: Credit rating from a certified credit rating company that shows that the tenderer fulfils the requirement. The credit rating shall be based on the last available accounting system and it shall be carried out by a company with licence to carry out credit information activities.
Criterion : Certificates by independent bodies about quality assurance standards
Description : Demand: Tenderers shall have a quality assurance system suited to the delivery ́s complexity, risk and aims. Documentation: A description of the tenderer's quality assurance measures. As a minimum, a general description of the system ́s content, including an overview of inspection plans and check-lists that are relevant for the assignment, must be submitted. If a tenderer is certified in accordance with ISO 9001 or equivalent quality assurance certifications, it is sufficient to enclose a copy of a valid certificate.
Criterion : Environmental management measures
Description : Demand: Tenderers shall have an environmental management system adapted to the delivery's environmental properties, complexity and risk. Documentation: A description of the tenderer's environmental management measures. Tenderers shall provide a short account, stating the tenderer's stated environmental goals, the status of environmental work in their own business and planned measures, of relevance to this contract. If a tenderer is certified in accordance with ISO 14001, EMAS or Miljøfyrtårn or equivalent, it is sufficient to enclose a copy of a valid certificate provided that the environmental management measures are covered by the certification scheme.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : The lowest price
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 100

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 15/09/2025 10:00 +00:00

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 : 25/09/2025 10:00 +00:00
Deadline until which the tender must remain valid : 90 Day
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 : Sør-Rogaland tingrett
Information about review deadlines : See the tender documentation.

8. Organisations

8.1 ORG-0001

Official name : Sandnes kommune
Registration number : 964965137
Postal address : Rådhusgata 1
Town : Sandnes
Postcode : 4306
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Contact point : Einar Senstad
Telephone : +47 95790367
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Sør-Rogaland tingrett
Registration number : 926 723 448
Town : Sandnes
Postcode : 4306
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Contact point : Sandnes Kommune
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : af77c229-dcea-467e-a40a-4dd1793a7db2 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 20/08/2025 21:22 +00:00
Notice dispatch date (eSender) : 21/08/2025 13:00 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00553678-2025
OJ S issue number : 161/2025
Publication date : 25/08/2025