NRK 2025 - 533 Framework agreement for the hire of equipment and the procurement of services sound - lighting and AV

NRK would like to establish new framework agreements for the hire of equipment and the procurement of services within lighting with AV and sound. One tenderer will be awarded a contract for equipment hire for one year at a time at fixed prices. The first year the contract will be …

CPV: 31527260 Sistemas de alumbrado, 32321200 Equipo audiovisual, 32321300 Materiales audiovisuales, 51313000 Servicios de instalación de equipo de sonido, 79953000 Servicios de organización de festivales, 92200000 Servicios de radio y televisión, 92221000 Servicios de producción de televisión
Plazo:
18 de agosto de 2025 a las 10:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
NRK 2025 - 533 Framework agreement for the hire of equipment and the procurement of services sound - lighting and AV
Organismo adjudicador:
Norsk rikskringkasting AS
Número de premio:
2025/533

1. Buyer

1.1 Buyer

Official name : Norsk rikskringkasting AS
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : NRK 2025 - 533 Framework agreement for the hire of equipment and the procurement of services sound - lighting and AV
Description : NRK would like to establish new framework agreements for the hire of equipment and the procurement of services within lighting with AV and sound. One tenderer will be awarded a contract for equipment hire for one year at a time at fixed prices. The first year the contract will be awarded to the best tender. The following years the contract will be awarded in accordance with mini competitions between the contract parties. The contract is for delivery to all of NRK, regardless of production type or genre, and includes both small and large productions nationwide. The tenderer who is awarded the contract in the relevant year will be NRK ́s primary equipment supplier for all productions within the contract ́s scope.
Procedure identifier : 1574b033-3818-4789-bc0a-3b6d4e8aeec1
Internal identifier : 2025/533
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : We envisage that the agreement period will run from August to August, with mini competitions in June. However, some adjustments can be made according to planned productions.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 92221000 Television production services
Additional classification ( cpv ): 31527260 Lighting systems
Additional classification ( cpv ): 32321200 Audio-visual equipment
Additional classification ( cpv ): 32321300 Audio-visual materials
Additional classification ( cpv ): 51313000 Installation services of sound equipment
Additional classification ( cpv ): 79953000 Festival organisation services
Additional classification ( cpv ): 92200000 Radio and television services

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 60 000 000 Norwegian krone
Maximum value of the framework agreement : 60 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - Law and regulations on public procurements. Classical sector. Open tender contest.

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 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?

5. Lot

5.1 Lot technical ID : LOT-0000

Title : NRK 2025 - 533 Framework agreement for the hire of equipment and the procurement of services sound - lighting and AV
Description : NRK would like to establish new framework agreements for the hire of equipment and the procurement of services within lighting with AV and sound. One tenderer will be awarded a contract for equipment hire for one year at a time at fixed prices. The first year the contract will be awarded to the best tender. The following years the contract will be awarded in accordance with mini competitions between the contract parties. The contract is for delivery to all of NRK, regardless of production type or genre, and includes both small and large productions nationwide. The tenderer who is awarded the contract in the relevant year will be NRK ́s primary equipment supplier for all productions within the contract ́s scope.
Internal identifier : 2025/533

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 92221000 Television production services
Additional classification ( cpv ): 31527260 Lighting systems
Additional classification ( cpv ): 32321200 Audio-visual equipment
Additional classification ( cpv ): 32321300 Audio-visual materials
Additional classification ( cpv ): 51313000 Installation services of sound equipment
Additional classification ( cpv ): 79953000 Festival organisation services
Additional classification ( cpv ): 92200000 Radio and television services

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 60 000 000 Norwegian krone
Maximum value of the framework agreement : 60 000 000 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) : no

5.1.7 Strategic procurement

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : Tenderers shall be registered in a company register.
Criterion : Other economic or financial requirements
Description : Tenderers must have sufficient economic and financial capacity to be able to fulfil the contract.
Criterion : Relevant educational and professional qualifications
Description : Capacity: The tenderer shall have the capacity to deliver both equipment and services, as well as support and service.
Criterion : References on specified works
Description : Competence and experience: Tenderers shall have relevant competence and experience from equivalent deliveries as described in the tender documentation.
Criterion : Measures for ensuring quality
Description : The tenderer shall have good routines for risk assessment and management of risk, including sufficient training of personnel.

5.1.10 Award criteria

Criterion :
Type : Quality
Name : The scope, suitability and quality of the offered services.
Description : When assessing this criteria, an assessment will be made on to what degree the tender includes services that fulfil the set requirements within each sub-contract A judgement overall assessment will also be made of what is included in the tender, including: a. Suitability for fulfilment of NRK's needs and general requirements for the services, including compatibility with equipment already in use in NRK's productions. b. Technical and performance quality in the offered products. c. Assortment; selection, breadth and depth of the extent of the offered products in accordance with our stated needs. See Excel d. Delivery/service quality - the degree of fulfilment of requirements and thereby the responsibility and obligations that the tenderer undertakes in connection with. delivery, support and service. Cf. Annexes 1 to 5.
Criterion :
Type : Price
Name : Price level and models
Description : NRK will undertake an assessment of price level within the relevant performance categories and discount/price models. Cf. the price list for hire of equipment (the Excel annex) and the annexes.
Criterion :
Type : Quality
Name : Exercise comprehension
Description : Tenders will be assessed on the degree to which the tenderer demonstrates understanding of the assignment ́s purpose, content and challenges. Emphasis will be put on how the tenderer describes the assignment's core elements and how these are intended to be solved in practice. We are looking for: A precise and relevant description of the assignment ́s main aim and need. A realistic and feasible approach to how the assignment shall be solved. Reflection on any challenges and how these can be dealt with. Evaluation: Tenders that have a small understanding of the assignment ́s content and aims, will have a low rating on this criteria.
Criterion :
Type : Quality
Name : Climate and environmental requirements
Description : In this competition we have chosen to set climate and environmental requirements in the requirement specifications because we believe that this will provide better climate and environmental effect. In this way we ensure a minimum level for all suppliers and achieve an immediate and measurable climate effect. By setting requirements in the specification that all equipment shall be LED based light sources with low power consumption, it is ensured that all suppliers deliver equipment with low energy consumption. By requiring fossil free transport such as electric goods vans or biofuels where practically possible in the requirement specifications, it is ensured that all suppliers reduce emissions connected to the delivery and collection of the equipment. By requiring the equipment to be modular, easily repairable and packaging to be reusable or recyclable, and by requiring the equipment to have a long lifetime and that the tenderer offers maintenance that prolongs its use, the need for replacement and production of new equipment at all suppliers is reduced.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 11/08/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/259772121.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 : Allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 18/08/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 18/08/2025 10:00 +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 :
Framework agreement, with reopening of competition
Maximum number of participants : 6
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 : 10 day waiting period
Organisation providing additional information about the procurement procedure : Norsk rikskringkasting AS
Organisation providing offline access to the procurement documents : Norsk rikskringkasting AS
Organisation receiving requests to participate : Norsk rikskringkasting AS
Organisation processing tenders : Norsk rikskringkasting AS

8. Organisations

8.1 ORG-0001

Official name : Norsk rikskringkasting AS
Registration number : 976390512
Postal address : Bjørnstjerne Bjørnsons plass 1
Town : OSLO
Postcode : 0340
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Konserninnkjøp - NRK AS
Telephone : +47 23047000
Fax : +47 23048958
Internet address : http://www.nrk.no/
Roles of this organisation :
Buyer
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
Town : Oslo
Postcode : 0125
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : +47 22035200
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : 5e29995d-8d7b-4675-b9cd-591f2ca38a45 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 25/06/2025 10:17 +00:00
Notice dispatch date (eSender) : 25/06/2025 10:28 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00413341-2025
OJ S issue number : 120/2025
Publication date : 26/06/2025