Framework agreement av-consultant

The Norwegian Courts Administration (DA) needs to have capacity and competence for AV deliveries to the law courts and da. The tenderer is required to act independently of manufacturers of AV equipment. The contract period is 1+1+1+1 year and the total amount of the framework agreement will be between NOK …

CPV: 32320000 Television and audio-visual equipment, 51300000 Installation services of communications equipment, 72220000 Systems and technical consultancy services, 72224000 Project management consultancy services, 79415200 Design consultancy services, 79930000 Specialty design services, 79961000 Photographic services
áit fhorghníomhaithe:
Framework agreement av-consultant
clárlann:
Domstoladministrasjonen
uimhir dámhachtana:
24/3383

1. Buyer

1.1 Buyer

Official name : Domstoladministrasjonen
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Framework agreement av-consultant
Description : The Norwegian Courts Administration (DA) needs to have capacity and competence for AV deliveries to the law courts and da. The tenderer is required to act independently of manufacturers of AV equipment. The contract period is 1+1+1+1 year and the total amount of the framework agreement will be between NOK 4 and 10 million during the maximum term of the agreement, with an upper limit of NOK 20 million. The DA will, in the contract period, look at the possibility to strengthen their organisation in this discipline, which can affect call-offs on the framework agreement. At the time of publication, DA has an agreement with Kinly Norway AS for the design and delivery of AV and meeting systems in courtrooms and meeting rooms. This contract area will be an object for a new competition in 2025. Tenderers in this framework agreement (RAV25) must reckon on contributing to the design of the tender documentation to such an extent that the tenderer will hardly be able to participate in the competition for systems for courtrooms and meeting rooms mentioned above, cf. the procurement regulations 24-2, first section, letter d.
Procedure identifier : 5e66cd5a-1326-410a-b9c4-fd0e44afa866
Previous notice : 252bdb1a-4e0e-4c54-97ea-985ce8611c0e-01
Internal identifier : 24/3383
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : This procurement will be carried out in accordance with the Act from 17 June 2016 no. 73 on public procurements (LOA) and the regulation 12 August 2016 no. 974 on public procurements (FOA). The procurement will be carried out as an open tender contest in accordance with PPR parts I and III. This procedure gives all interested tenderers the possibility to submit tender offers.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72220000 Systems and technical consultancy services
Additional classification ( cpv ): 32320000 Television and audio-visual equipment
Additional classification ( cpv ): 51300000 Installation services of communications equipment
Additional classification ( cpv ): 72224000 Project management consultancy services
Additional classification ( cpv ): 79415200 Design consultancy services
Additional classification ( cpv ): 79930000 Specialty design services
Additional classification ( cpv ): 79961000 Photographic services

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
Maximum value of the framework agreement : 20 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Framework agreement av-consultant
Description : The Norwegian Courts Administration (DA) needs to have capacity and competence for AV deliveries to the law courts and da. The tenderer is required to act independently of manufacturers of AV equipment. The contract period is 1+1+1+1 year and the total amount of the framework agreement will be between NOK 4 and 10 million during the maximum term of the agreement, with an upper limit of NOK 20 million. The DA will, in the contract period, look at the possibility to strengthen their organisation in this discipline, which can affect call-offs on the framework agreement. At the time of publication, DA has an agreement with Kinly Norway AS for the design and delivery of AV and meeting systems in courtrooms and meeting rooms. This contract area will be an object for a new competition in 2025. Tenderers in this framework agreement (RAV25) must reckon on contributing to the design of the tender documentation to such an extent that the tenderer will hardly be able to participate in the competition for systems for courtrooms and meeting rooms mentioned above, cf. the procurement regulations 24-2, first section, letter d.
Internal identifier : 24/3383

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72220000 Systems and technical consultancy services
Additional classification ( cpv ): 32320000 Television and audio-visual equipment
Additional classification ( cpv ): 51300000 Installation services of communications equipment
Additional classification ( cpv ): 72224000 Project management consultancy services
Additional classification ( cpv ): 79415200 Design consultancy services
Additional classification ( cpv ): 79930000 Specialty design services
Additional classification ( cpv ): 79961000 Photographic services
Options :
Description of the options : A framework agreement shall be signed with one tenderer for up to 4 years, with 1+1+1+1 year.

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 4 Year

5.1.5 Value

Estimated value excluding VAT : 20 000 000 Norwegian krone
Maximum value of the framework agreement : 20 000 000 Norwegian krone

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.10 Award criteria

Criterion :
Type : Quality
Name : The offered competence
Description : • Relevant education and experience with the assignments listed in Annex 1. • Knowledge on relevant products. • Relevant certifications and courses. The weighting for the criterion is 50 - 60%.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Quality
Name : The offered capacity and availability in the contract period.
Description : To what degree will the offered personnel be available for the customer? Mobilisation time The weighting for the criterion is 20 - 30 %
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Price
Name : Offered hourly rate
Description : The weighting for the criterion is 20 - 30 %
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
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 : There will be a waiting period of 10 days after the award of contract. The specific date will be stated in the award and orientation letter.
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed : Oslo tingrett -
Organisation providing information concerning the general regulatory framework for environmental protection applicable in the place where the contract is to be performed : Oslo tingrett -
Organisation providing information concerning the general regulatory framework for employment protection and working conditions applicable in the place where the contract is to be performed : Oslo tingrett -
Organisation providing additional information about the procurement procedure : Domstoladministrasjonen -
Organisation providing offline access to the procurement documents : Domstoladministrasjonen -

6. Results

Value of all contracts awarded in this notice : 10 000 000 Norwegian krone
Maximum value of the framework agreements in this notice : 20 000 000 Norwegian krone
Approximate value of the framework agreements : 10 000 000 Norwegian krone

6.1 Result lot ldentifier : LOT-0000

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 20 000 000 Norwegian krone
Re-estimated value of the framework agreement : 10 000 000 Norwegian krone

6.1.2 Information about winners

Winner :
Official name : Avenu AS
Tender :
Tender identifier : Rammeavtale AV-rådgiver - Avenu AS
Identifier of lot or group of lots : LOT-0000
Value of the tender : 10 000 000 Norwegian krone
Subcontracting : No
Contract information :
Identifier of the contract : Avenu AS
Date of the conclusion of the contract : 03/02/2025
The contract is awarded within a framework agreement : yes
Notice that created the framework agreement : 117626-2024

6.1.3 Non-winning tenderers :

Tenderer :
Official name : Norconsult Norge AS

6.1.4 Statistical information

Summary of the review requests the buyer received :
Number of complainants : 0
Received tenders or requests to participate :
Type of received submissions : Tenders submitted electronically
Number of tenders or requests to participate received : 2

8. Organisations

8.1 ORG-0001

Official name : Domstoladministrasjonen
Registration number : 984195796
Postal address : Dronningens gate 2
Town : TRONDHEIM
Postcode : 7011
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Contact point : Fredrik Thomassen
Telephone : +47 41219096
Internet address : https://www.domstol.no
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents

8.1 ORG-0002

Official name : Oslo tingrett
Registration number : 926725939
Town : Oslo
Postcode : 0164
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : 2203520
Roles of this organisation :
Review organisation
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed
Organisation providing information concerning the general regulatory framework for environmental protection applicable in the place where the contract is to be performed
Organisation providing information concerning the general regulatory framework for employment protection and working conditions applicable in the place where the contract is to be performed

8.1 ORG-0003

Official name : Avenu AS
Size of the economic operator : Micro, small, or medium
Registration number : 929 559 479
Postal address : Madlakrossen 2
Town : Hafsfjord
Postcode : 4042
Country subdivision (NUTS) : Rogaland ( NO0A1 )
Country : Norway
Telephone : +47 41239449
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0000

8.1 ORG-0004

Official name : Norconsult Norge AS
Registration number : 962392687
Postal address : Vestfjordgaten 4
Town : Sandvika
Postcode : 1338
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Contact point : Kjartan Nikolai Eikeland
Telephone : 41302700
Roles of this organisation :
Tenderer
Notice information
Notice identifier/version : 68da93d6-93d9-4cdd-b406-6a9f64493e34 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 16/05/2025 12:02 +00:00
Notice dispatch date (eSender) : 16/05/2025 12:30 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00320330-2025
OJ S issue number : 95/2025
Publication date : 19/05/2025