Nationaltheatret - New speaker system for the Main Stage

The contract is for the delivery and installation of a new loudspeaker system for the Main Stage at Nationaltheatret. The building and the theatre hall are listed. A complete speaker system including amplifiers, speaker processor and internal cabling between the different components shall be delivered. The system shall support immersive …

CPV: 32342000 Skaļruņi, 32342410 Skaņas iekārtas, 32343000 Pastiprinātāji
Izpildes vieta:
Nationaltheatret - New speaker system for the Main Stage
Piešķīrēja iestāde:
Nationaltheatret AS
Piešķīruma numurs:
NTPA2025

1. Buyer

1.1 Buyer

Official name : Nationaltheatret AS
Legal type of the buyer : Organisation awarding a contract subsidised by a local authority
Activity of the contracting authority : Recreation, culture and religion

2. Procedure

2.1 Procedure

Title : Nationaltheatret - New speaker system for the Main Stage
Description : The contract is for the delivery and installation of a new loudspeaker system for the Main Stage at Nationaltheatret. The building and the theatre hall are listed. A complete speaker system including amplifiers, speaker processor and internal cabling between the different components shall be delivered. The system shall support immersive sound/object based sound. The contract is divided into two lots: A. Loudspeaker system including amplifiers, rack and course system B. Immersive processor with the accompanying software Tenders can be submitted for one or both lots.
Procedure identifier : 8bcbbc36-54b4-4bd6-bc5d-a8a0b54ba44f
Internal identifier : NTPA2025
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : Negotiated procedure in accordance with parts I and III of the procurement regulations.

2.1.1 Purpose

Main nature of the contract : Supplies
Additional nature of the contract : Works
Main classification ( cpv ): 32342000 Loudspeakers
Additional classification ( cpv ): 32342410 Sound equipment
Additional classification ( cpv ): 32343000 Amplifiers

2.1.2 Place of performance

Postal address : Johanne Dybwads plass 1
Town : Oslo
Postcode : 0161
Country subdivision (NUTS) : Oslo ( NO081 )

2.1.3 Value

Estimated value excluding VAT : 8 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 2
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 2

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy 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.
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.
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.
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.
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)
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?
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.
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).
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).
Child labour and 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).
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.
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.
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.
Guilty of 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?
Purely national exclusion grounds : The Norwegian procurement rules go further than what follows from the rejection reasons stated in the EU Directive on Public Procurements. Emphasis is put on the fact that all the rejection reasons in the procurement regulations § 24-2, including the purely national rejection reasons, apply in this competition. The following rejection reasons in the procurement regulations § 24-2 are purely national rejection reasons: § 24-2(2). This provision states that the contracting authority shall reject a tenderer when he is aware that the tenderer has been legally convicted or has accepted a wrought for the stated punishable conditions. The requirement that the contracting authority shall reject tenderers who have accepted a wreap for the stated punishable conditions is a distinctively Norwegian requirement. - 24-2(3) letter in. The rejection reason in the ESPD form only concerns serious errors in professional practice, whilst the Norwegian rejection reason also includes other serious errors that can lead to doubt about the tenderer's professional integrity.
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?
Guilty of 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.
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 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.
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?
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.
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?
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.

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Lot A. Loudspeaker system including amplifiers, rack and course system.
Description : The contract is for the delivery and installation of a new loudspeaker system for the Main Stage at Nationaltheatret. The building and the theatre hall are listed. A complete speaker system including amplifiers, speaker processor and internal cabling between the different components shall be delivered. The system shall support immersive sound/object based sound. The contract is divided into two lots: A. Loudspeaker system including amplifiers, rack and course system B. Immersive processor with the accompanying software Tenders can be submitted for one or both lots. Lot A shall include 5 main speaker surfaces assembled above the proscenie opening, subbass speakers, frontfill and necessary filling speakers to achieve satisfactory coverage, speech diligence and sound quality over the entire public area. The surround speakers shall be offered as an option. Lot B shall include an immersive processor with the accompanying software.
Internal identifier : NTPA2025-A

5.1.1 Purpose

Main nature of the contract : Supplies
Additional nature of the contract : Works
Main classification ( cpv ): 32342000 Loudspeakers
Additional classification ( cpv ): 32342410 Sound equipment
Additional classification ( cpv ): 32343000 Amplifiers
Options :
Description of the options : Options include surround speakers as well as a five year service agreement.

5.1.2 Place of performance

Postal address : Johanne Dybwads plass 1
Town : Oslo
Postcode : 0161
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 15 Month

5.1.5 Value

Estimated value excluding VAT : 7 000 000 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
This procurement is also suitable for small and medium-sized enterprises (SMEs)

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Tenderers must have sufficient economic and financial capacity to fulfil the contract.
Description : Creditworthiness with no requirement for collateral will be sufficient to meet the requirement. Documentation requirement: 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.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Tenderers shall have experience from comparable contracts.
Description : Documentation requirement: Description of the tenderer ́s up to 3 most relevant assignments with the delivery of PA systems to opera, theatre or arts centre in 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. Description of reference projects with the delivery of PA systems with immersive functionality, for the manufacturer(s) that the tenderer plans to use in their tender offer. 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.
Use of this criterion : Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Maximum number of tenders passing : 7
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 5
Maximum number of candidates to be invited for the second stage of the procedure : 7
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 : See the tender documentation
Weight (percentage, exact) : 25
Criterion :
Type : Quality
Name : Environment
Description : See the tender documentation
Weight (percentage, exact) : 30
Criterion :
Type : Quality
Name : Quality
Description : See the tender documentation
Weight (percentage, exact) : 45
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 08/05/2025 10:00 +00:00
Ad hoc communication channel :
Name : EU-Supply

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 16/05/2025
Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Not allowed
Variants : Allowed
Tenderers may submit more than one tender : Allowed
Deadline for receipt of requests to participate : 15/05/2025 10:00 +00:00
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 : no
Electronic invoicing : Required
Electronic ordering will be used : no
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
Electronic auction : no

5.1.16 Further information, mediation and review

Mediation organisation : Oslo Tingrett
Review organisation : Oslo Tingrett
Organisation providing more information on the review procedures : Norconsult Norge AS
Organisation receiving requests to participate : Norconsult Norge AS
Organisation processing tenders : Norconsult Norge AS

5.1 Lot technical ID : LOT-0002

Title : Lot B. Immersive processor with associated software
Description : The contract is for the delivery and installation of a new loudspeaker system for the Main Stage at Nationaltheatret. The building and the theatre hall are listed. A complete speaker system including amplifiers, speaker processor and internal cabling between the different components shall be delivered. The system shall support immersive sound/object based sound. The contract is divided into two lots: A. Loudspeaker system including amplifiers, rack and course system B. Immersive processor with the accompanying software Tenders can be submitted for one or both lots. Lot A shall include 5 main speaker surfaces assembled above the proscenie opening, subbass speakers, frontfill and necessary filling speakers to achieve satisfactory coverage, speech diligence and sound quality over the entire public area. The surround speakers shall be offered as an option. Lot B shall include an immersive processor with the accompanying software.
Internal identifier : NTPA2025-B

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 32342000 Loudspeakers
Additional classification ( cpv ): 32342410 Sound equipment
Options :
Description of the options : Options include surround speakers as well as a five year service agreement.

5.1.2 Place of performance

Postal address : Johanne Dybwads plass 1
Town : Oslo
Postcode : 0161
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 15 Month

5.1.5 Value

Estimated value excluding VAT : 1 000 000 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
This procurement is also suitable for small and medium-sized enterprises (SMEs)

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Tenderers must have sufficient economic and financial capacity to fulfil the contract.
Description : Creditworthiness with no requirement for collateral will be sufficient to meet the requirement. Documentation requirement: 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.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Tenderers shall have experience from comparable contracts.
Description : Documentation requirement: Description of the tenderer ́s up to 3 most relevant assignments with the delivery of PA systems to opera, theatre or arts centre in 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. Description of reference projects with the delivery of PA systems with immersive functionality, for the manufacturer(s) that the tenderer plans to use in their tender offer. 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.
Use of this criterion : Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Maximum number of tenders passing : 7
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 5
Maximum number of candidates to be invited for the second stage of the procedure : 7
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 : See the tender documentation
Weight (percentage, exact) : 25
Criterion :
Type : Quality
Name : Environment
Description : See the tender documentation
Weight (percentage, exact) : 30
Criterion :
Type : Quality
Name : Quality
Description : See the tender documentation
Weight (percentage, exact) : 45
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 08/05/2025 10:00 +00:00
Ad hoc communication channel :
Name : EU-Supply

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 16/05/2025
Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Not allowed
Variants : Allowed
Tenderers may submit more than one tender : Allowed
Deadline for receipt of requests to participate : 15/05/2025 10:00 +00:00
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 : no
Electronic invoicing : Required
Electronic ordering will be used : no
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
Electronic auction : no

5.1.16 Further information, mediation and review

Mediation organisation : Oslo Tingrett
Review organisation : Oslo Tingrett
Organisation providing more information on the review procedures : Norconsult Norge AS
Organisation receiving requests to participate : Norconsult Norge AS
Organisation processing tenders : Norconsult Norge AS

8. Organisations

8.1 ORG-0001

Official name : Norconsult Norge AS
Registration number : 962392687
Postal address : Fjellvegen 11
Town : Førde
Postcode : 6800
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Contact point : Bård Støfringsdal
Telephone : +47 97014654
Roles of this organisation :
Organisation receiving requests to participate
Organisation processing tenders
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Nationaltheatret AS
Registration number : 914 531 365
Postal address : Johanne Dybwads plass 1
Town : Oslo
Postcode : 0161
Country : Norway
Contact point : Ole Christian Rønningen
Telephone : 92467982
Roles of this organisation :
Buyer

8.1 ORG-0003

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 22 03 52 00
Roles of this organisation :
Review organisation
Mediation organisation

11. Notice information

11.1 Notice information

Notice identifier/version : 5ba006aa-e977-4b42-a558-ba14232305aa - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 11/04/2025 09:45 +00:00
Notice dispatch date (eSender) : 11/04/2025 10:01 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00242175-2025
OJ S issue number : 73/2025
Publication date : 14/04/2025