SOUND, LIGHTING AND STAGE

Festspillene i Bergen (FiB) shall enter into a new framework agreement for the delivery of sound, lighting, stage and AV (LLSAV). Festspillene i Bergen (FiB) shall enter into a new framework agreement for the delivery of sound, lighting, stage and AV (LLSAV).

CPV: 92000000 Servicios de esparcimiento, culturales y deportivos, 32342410 Equipo de sonido, 32351300 Accesorios para equipos de sonido, 45000000 Trabajos de construcción, 45237000 Trabajos de construcción de escenarios
Lugar de ejecución:
SOUND, LIGHTING AND STAGE
Organismo adjudicador:
Inventura AS
Número de premio:
56

1. Buyer

1.1 Buyer

Official name : Inventura AS
Legal type of the buyer : Regional authority
Activity of the contracting authority : Recreation, culture and religion

1.1 Buyer

Official name : Festspillene i Bergen
Legal type of the buyer : Public undertaking, controlled by a regional authority
Activity of the contracting authority : Recreation, culture and religion

2. Procedure

2.1 Procedure

Title : SOUND, LIGHTING AND STAGE
Description : Festspillene i Bergen (FiB) shall enter into a new framework agreement for the delivery of sound, lighting, stage and AV (LLSAV).
Procedure identifier : 55fc7717-b441-4ccd-83d7-8ad70a6eb411
Internal identifier : 56
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 technical delivery shall cover the need for personnel and equipment in the disciplines sound, lighting, scene, AV technology and multi-camera production during the festival period, in accordance with specifications and plans prepared by FiB ́s production department. The tenderer is expected to be able to deliver a total delivery that, to a minimum, uses sub-suppliers of equipment and services (sub-hire). The delivery can be divided into four main parts: Engineering design services and planningIn the period from August previous years, the different productions are planned and engineered in consultation with FIB ́s production department. Equipment delivery delivery of technical equipment within the mentioned disciplines. Mainly serviced by personnel as described in the next point, but also in the form of "dry-hire" (equipment delivered without accompanying personnel). Personnel and manpower Delivery of personnel for the operation of technical equipment as mentioned in the above point, as well as the delivery of personnel to the tenderer ́s own rig - this also includes external rigging help. In addition there will be deliveries of personnel in the mentioned disciplines without technical equipment. Support functions Transport and logistics for the equipment delivery and personnel. In addition, the operation and support functions in relation to these.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 92000000 Recreational, cultural and sporting services
Additional classification ( cpv ): 32342410 Sound equipment
Additional classification ( cpv ): 32351300 Audio equipment accessories
Additional classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45237000 Stage construction works

2.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 11 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - The competition will be carried out in accordance with the procurement regulations.

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 : SOUND, LIGHTING AND STAGE
Description : Festspillene i Bergen (FiB) shall enter into a new framework agreement for the delivery of sound, lighting, stage and AV (LLSAV).
Internal identifier : 56

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 92000000 Recreational, cultural and sporting services
Additional classification ( cpv ): 32342410 Sound equipment
Additional classification ( cpv ): 32351300 Audio equipment accessories
Additional classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45237000 Stage construction works
Options :
Description of the options : 1+1 year.

5.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 27/01/2026
Duration end date : 27/01/2030

5.1.4 Renewal

Maximum renewals : 2

5.1.5 Value

Estimated value excluding VAT : 11 000 000 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

5.1.9 Selection criteria

Sources of selection criteria : Procurement Document
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
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

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Under this criteria, the offered prices, hire calculations and discounts are assessed in accordance with Annex 2 Prices, point 6 in Annex 1 the Contracting Authority's Requirement Specification and Annex 1.1 Specifications for example productions.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Quality
Description : The following is assessed under this criteria: 1. The tenderer ́s response and account of all the points in Annex 1 the contracting authority ́s requirement specifications. 2. System architecture in the production line, for example, the productions All the points shall be answered in the document Annex 3, the tenderer ́s solution description.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : Environment
Description : This shall be answered in Annex 2 the Tenderer ́s solution description.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Address of the procurement documents : https://permalink.mercell.com/267522088.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 : 17/11/2025 11:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : yes
Electronic payment will be used : no

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 : KOFA
Information about review deadlines : Must be presented to the district court within 15 days calculated from the day after the contracting authority ́s notification has been sent, cf. the Public Procurement Regulations § 20-7.
Organisation providing more information on the review procedures : Inventura AS

8. Organisations

8.1 ORG-0001

Official name : Inventura AS
Registration number : 983351417
Postal address : Solheimsgaten 15
Town : Bergen
Postcode : 5058
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Contact point : Hege Løland
Telephone : +47 55134480
Internet address : https://www.inventura.no
Roles of this organisation :
Buyer
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Festspillene i Bergen
Registration number : 955 599 535
Town : Bergen
Postcode : 5012
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Contact point : Hege Løland
Telephone : +47 95883188
Internet address : https://www.fib.no/
Roles of this organisation :
Buyer
Group leader

8.1 ORG-0003

Official name : KOFA
Registration number : 918195548
Postal address : Zander Kaaes gate 7
Town : Bergen
Postcode : 5015
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : 2dec395e-7a21-46c4-b7a1-eac79f2a9e03 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 09/10/2025 12:58 +00:00
Notice dispatch date (eSender) : 09/10/2025 14:12 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00668803-2025
OJ S issue number : 196/2025
Publication date : 13/10/2025