Photo and video equipment etc.

The objective of the procurement is to enter into a framework agreement to provide quick access to cover the need for professional photo and video equipment, including lighting equipment, audio equipment and accessories for the professional market. There will be a need for competence, training/courses, service and lending of products, …

CPV: 38650000 Matériel de photographie, 32333200 Caméscopes, 38651000 Appareils photographiques, 38651100 Objectifs photographiques, 38651200 Corps d'appareils photographiques, 38651500 Caméras cinématographiques, 38651600 Appareils photographiques numériques
Délai:
13 octobre 2025 10:00
Type de délai:
Soumission d'offres
Lieu d'exécution:
Photo and video equipment etc.
Service d'adjudication:
Politiets fellestjenester
Numéro d'adjudication:
25/106949

1. Buyer

1.1 Buyer

Official name : Politiets fellestjenester
Legal type of the buyer : Central government authority
Activity of the contracting authority : Public order and safety

2. Procedure

2.1 Procedure

Title : Photo and video equipment etc.
Description : The objective of the procurement is to enter into a framework agreement to provide quick access to cover the need for professional photo and video equipment, including lighting equipment, audio equipment and accessories for the professional market. There will be a need for competence, training/courses, service and lending of products, hereafter called the Delivery. Quick, secure and good delivery of products and services included in the framework agreement is critical for the Norwegian Police.
Procedure identifier : fea76972-d896-4bcf-90e2-36181fab68cf
Internal identifier : 25/106949
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 38650000 Photographic equipment
Additional classification ( cpv ): 32333200 Video camcorders
Additional classification ( cpv ): 38651000 Cameras
Additional classification ( cpv ): 38651100 Camera lenses
Additional classification ( cpv ): 38651200 Camera bodies
Additional classification ( cpv ): 38651500 Cinematographic cameras
Additional classification ( cpv ): 38651600 Digital cameras

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 20 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : European Single Procurement Document (ESPD)

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Photo and video equipment etc.
Description : The objective of the procurement is to enter into a framework agreement to provide quick access to cover the need for professional photo and video equipment, including lighting equipment, audio equipment and accessories for the professional market. There will be a need for competence, training/courses, service and lending of products, hereafter called the Delivery. Quick, secure and good delivery of products and services included in the framework agreement is critical for the Norwegian Police.
Internal identifier : 25/106949

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 38650000 Photographic equipment
Additional classification ( cpv ): 32333200 Video camcorders
Additional classification ( cpv ): 38651000 Cameras
Additional classification ( cpv ): 38651100 Camera lenses
Additional classification ( cpv ): 38651200 Camera bodies
Additional classification ( cpv ): 38651500 Cinematographic cameras
Additional classification ( cpv ): 38651600 Digital cameras
Options :
Description of the options : 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

5.1.5 Value

Estimated value excluding VAT : 20 000 000 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 : Notice
Criterion : Other economic or financial requirements
Description : Norwegian tenderers shall submit a "Tax and VAT certificate". The tax certificate can be ordered in Altinn, and it must not be older than 6 months calculated from the deadline for submitting a request for participation in the competition or tender.
Criterion : Enrolment in a trade register
Description : "Qualification requirements: Tenderers shall be registered in a company register, professional register or a commerce register in the country where the tenderer is established. Documentation requirement: • Norwegian companies: Company Registration Certificate. Foreign companies: Verification that the tenderer is registered in a company register, professional register or a commerce register in the country where the tenderer is established.
Criterion : Other economic or financial requirements
Description : Qualification requirement: Tenderers must have sufficient economic and financial capacity to fulfil the contract. Creditworthiness with no requirement for collateral will be sufficient to meet the requirement. Documentation 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 will, if needed, obtain a credit rating, from a credit information company with a licence to conduct this service, as an addition to the documentation delivered in the tender. If a tenderer has a justifiable reason for not submitting the documentation required by the contracting authority, he can document his economic and financial capacity by presenting any other document that the Contracting Authority deems appropriate.
Criterion : References on specified deliveries
Description : Qualification requirement: Tenderers shall have experience from comparable contracts. Documentation requirement: Description of up to 3 of the tenderer's most relevant/comparable 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.
Criterion : Certificates by quality control institutes
Description : Qualification requirement: Tenderers shall have a good and well-functioning quality assurance and management system for the services that shall be provided. Documentation requirement: Tenderers shall submit documentation of their quality assurance and management system. The following documentation will be accepted: Certificate for the company's quality assurance/management system issued by independent bodies that confirm that the tenderer fulfils quality assurance standards in accordance with ISO 9001 or equivalent, or A description that as a minimum covers the company ́s procedures/routines for: - handling deviations and claims. - certification of sub-suppliers. - the process from the receipt and registration of orders until delivery has occurred"
Criterion : Environmental management measures
Description : Qualification requirement: Tenderers shall have an environmental management system. Documentation requirement: Tenderers shall submit documentation of their environmental management system. The following documentation will be accepted: • Valid certificates/certificates issued by an independent body (eks. ISO 14001, EMAS, Miljøfyrtårn or equivalent), or • A description of the tenderer's own environmental management system. The description shall as a minimum include maximum one (1) A4 page.

5.1.11 Procurement documents

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
Deadline for receipt of tenders : 13/10/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : yes
Electronic invoicing : Required
Electronic ordering will be used : no
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
Organisation providing more information on the review procedures : Politiets fellestjenester

8. Organisations

8.1 ORG-0001

Official name : Politiets fellestjenester
Registration number : 974761157
Department : Politiets fellestjenester
Postal address : Fridtjof Nansens vei 14
Town : OSLO
Postcode : 0369
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Jonas Han-Arsa
Telephone : +47 61318000
Internet address : http://www.politiet.no
Roles of this organisation :
Buyer
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Oslo tingrett
Registration number : 926 725 939
Postal address : Postboks 2106 Vika
Town : OSLO
Postcode : 0125
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : +47 22035200
Internet address : https://www.domstol.no/
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : f043a697-5731-4556-81d9-b5fe263d7c40 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 05/09/2025 11:03 +00:00
Notice dispatch date (eSender) : 05/09/2025 12:00 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00584312-2025
OJ S issue number : 171/2025
Publication date : 08/09/2025