NRK 2025/8 Framework agreement for the purchase of mobile audio equipment

NRK invites tenderers to an open tender contest for the procurement of mobile audio equipment for administrative and technical production use. NRK intends to enter into 5- 10 parallel framework agreements for each category with a duration of 2+1+1 years for procurement, support and service in the categories. NRK will …

CPV: 32340000 Mikrofonok és hangszórók, 32200000 Rádió-távbeszélő, rádiótávíró, illetve rádiós és televíziós műsorszórási adóberendezések, 32330000 Hang- és videofelvevő és -visszajátszó berendezések, 32342410 Hangfeldolgozó berendezések
Határidő:
2025. június 9. 10:00
A határidő típusa:
Ajánlat benyújtása
A végrehajtás helye:
NRK 2025/8 Framework agreement for the purchase of mobile audio equipment
Díjat odaítélő szervezet:
Norsk rikskringkasting AS
Díj száma:
2025/8

1. Buyer

1.1 Buyer

Official name : Norsk rikskringkasting AS
Legal type of the buyer : Public undertaking, controlled by a central government authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : NRK 2025/8 Framework agreement for the purchase of mobile audio equipment
Description : NRK invites tenderers to an open tender contest for the procurement of mobile audio equipment for administrative and technical production use. NRK intends to enter into 5- 10 parallel framework agreements for each category with a duration of 2+1+1 years for procurement, support and service in the categories.  NRK will enter into parallel framework agreements with a minimum of 5 tenderers within each of the two sub-contracts stated in chapter 3.1 above: Tenderers can submit one or both of the categories/sub-contracts. See the tender documentation - 14 annexes.
Procedure identifier : aea0f14e-3e3a-46a9-a07e-b8a6c6e7ffdf
Internal identifier : 2025/8
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The procurement will be carried out in accordance with the Public Procurement Act dated 17 June 2016 no. 73 (LOA) and the Public Procurement Regulations (FOA) FOR 2016-08-12-974. parts I and part III. The contract will be awarded in accordance with the open tender contest procedure, cf. FOA § 13-1(1). Negotiations are not allowed in this competition. Tenders cannot, therefore, be changed after the tender deadline has expired. Furthermore, attention is referred to as the fact that tenders that include significant deviations from the procurement documents shall be rejected in accordance with PPR § 24-8(1) b. The contracting authority can reject tenders that include deviations from the procurement documents, uncertainties etc., which must not be considered insignificant, cf. FOA § 24-8(2) a. Tenderers are therefore strongly encouraged to follow the instructions given in this tender documentation with annexes and possibly ask questions via the communication module in Mercell, well before the tender deadline.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 32200000 Transmission apparatus for radiotelephony, radiotelegraphy, radio broadcasting and television
Additional classification ( cpv ): 32330000 Apparatus for sound, video-recording and reproduction
Additional classification ( cpv ): 32340000 Microphones and loudspeakers

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

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - Public Procurements Act

2.1.5 Terms of procurement

Terms of submission :
The tenderer must submit tenders for all lots
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 1

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-0001

Title : Sub-contract Category 1 - NRK 2025/8 Framework agreement for the purchase of mobile audio equipment.
Description : Category 1 - Audio equipment suitable for the mass market Sound equipment suitable for the mass market with a high production volume, but also high-end professional equipment - varying from microphones, loudspeakers, simple recorders, hand held recorders headsets, to stands and cables etc. - focus on assortment breadth, good web-shop, efficient logistics and, not least, prices that are competitive towards the mass market. Relevant products will be: Monitors/loudspeakers Simplify microphones for the mass market (with and without thread)Prosumer studio microphones Headsets Simple audio processing equipment Stands and cables Portable audio recorders, Portable sound mixers USB List is intended as an illustration and is not exhaustive. Under relevant parts, NRK has exemplified typical varieties that are connected to this category in this text colour. Category 2 - Sound equipment intended for sound production purposes and broadcasting (professional equipment) Sound equipment, which are primarily sold at the trade and manufacturers - varying from microphones, studio monitors, PA systems, wireless studio systems, sound editing equipment, sound mixers, processing and conversion equipment, audio contribution equipment, sound codecs etc. – focus on equipment that requires documented professional competence and any certification from the manufacturer, offer of efficient service and repair, access to demo equipment. Relevant products will be: Audio editing equipment, Audio editing equipment (ProTools)Studio microphones, Studio monitors, Hand held / Vocals - microphonesHigh directives microphonesMywing and hoop microphones Wireless sending and receiving systems Wireless multi-channel systemsThere is no in-ear systemPortable audio mixers PA/tablePortable audio recordersPortable sound mixerPA speakers/ stage monitors, Audio processing equipment, Audio conversion equipment, Codek and telephone hybrid racks, Cables and other accessories to microphones Equipment for AoIPTidskodeutstyrService and supportInstallation assistance List is meant as an illustration and not exhaustive.
Internal identifier : 2025/8

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 32200000 Transmission apparatus for radiotelephony, radiotelegraphy, radio broadcasting and television
Additional classification ( cpv ): 32340000 Microphones and loudspeakers
Additional classification ( cpv ): 32342410 Sound equipment

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

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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : Tenderers shall be registered in a company register, professional register or a commerce register in the country where the tenderer is established.

5.1.11 Procurement documents

Deadline for requesting additional information : 02/06/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/256499153.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
Deadline for receipt of tenders : 09/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 09/06/2025 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 : 10
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 : Oslo Tingrett -

5.1 Lot technical ID : LOT-0002

Title : Sub-contract Category 2 - NRK 2025/8 Framework agreement for the purchase of mobile audio equipment.
Description : Category 2 - Sound equipment intended for sound production purposes and broadcasting (professional equipment) Sound equipment, which are primarily sold at the trade and manufacturers - varying from microphones, studio monitors, PA systems, wireless studio systems, sound editing equipment, sound mixers, processing and conversion equipment, audio contribution equipment, sound codecs etc. – focus on equipment that requires documented professional competence and any certification from the manufacturer, offer of efficient service and repair, access to demo equipment. Relevant products will be: Audio editing equipment, Audio editing equipment (ProTools)Studio microphones, Studio monitors, Hand held / Vocals - microphonesHigh directives microphonesMywing and hoop microphones Wireless sending and receiving systems Wireless multi-channel systemsThere is no in-ear systemPortable audio mixers PA/tablePortable audio recordersPortable sound mixerPA speakers/ stage monitors, Audio processing equipment, Audio conversion equipment, Codek and telephone hybrid racks, Cables and other accessories to microphones Equipment for AoIPTidskodeutstyrService and supportInstallation assistance List is meant as an illustration and not exhaustive.
Internal identifier : 2025/696

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 32200000 Transmission apparatus for radiotelephony, radiotelegraphy, radio broadcasting and television
Additional classification ( cpv ): 32340000 Microphones and loudspeakers
Additional classification ( cpv ): 32342410 Sound equipment

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

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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : Tenderers shall be registered in a company register, professional register or a commerce register in the country where the tenderer is established.

5.1.11 Procurement documents

Deadline for requesting additional information : 02/06/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/256499153.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
Deadline for receipt of tenders : 09/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 09/06/2025 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 : 10
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

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

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
Organisation providing more information on the review procedures
Notice information
Notice identifier/version : 3f8b3658-9fc9-41f6-9825-5a9b361ec7a2 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 08/05/2025 14:22 +00:00
Notice dispatch date (eSender) : 08/05/2025 14:35 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00304917-2025
OJ S issue number : 91/2025
Publication date : 13/05/2025