Procurement of audiovisual (AV) equipment with the accompanying services (2nd publication).

The framework agreement shall cover Oslo municipality and its affiliated entities' need for non-personal meeting room equipment and services that shall be used to communicate or share content to several participants, either in the same room or via the Internet. Assembly and service of the equipment is also included. As …

CPV: 30237240 Tīmekļa kamera, 32232000 Videokonferenču iekārtas, 32300000 Televīzijas un radiouztvērēji, skaņas vai videoattēla ierakstīšanas vai reproducēšanas aparatūra, 32321200 Audiovizuālās iekārtas, 48515000 Videokonferences programmatūras pakotne, 50340000 Audiovizuālo un optisko iekārtu remonta un tehniskās apkopes pakalpojumi, 50343000 Videoiekārtu remonta un tehniskās apkopes pakalpojumi, 51310000 Radio, televīzijas, skaņas un videoiekārtu uzstādīšanas pakalpojumi, 51314000 Videoiekārtu uzstādīšanas pakalpojumi, 72212515 Videokonferences programmatūras izstrādes pakalpojumi, 92100000 Kinofilmu un videofilmu pakalpojumi
Termiņš:
2025. gada 7. jūlijs, 10:00
Termiņa veids:
Piedāvājuma iesniegšana
Izpildes vieta:
Procurement of audiovisual (AV) equipment with the accompanying services (2nd publication).
Piešķīrēja iestāde:
Oslo kommune v/ Utviklings- og kompetanseetaten
Piešķīruma numurs:
24/2527

1. Buyer

1.1 Buyer

Official name : Oslo kommune v/ Utviklings- og kompetanseetaten
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Lørenskog kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Procurement of audiovisual (AV) equipment with the accompanying services (2nd publication).
Description : The framework agreement shall cover Oslo municipality and its affiliated entities' need for non-personal meeting room equipment and services that shall be used to communicate or share content to several participants, either in the same room or via the Internet. Assembly and service of the equipment is also included. As well as equipment and services connected to booking and managing the rooms. The agreement will also have reciprocal non exclusive options connected to the purchase of used audio and lighting equipment for stage, performances and production, sound levelling systems and used monitors.
Procedure identifier : 1581799a-5588-4e90-9578-1f094597320c
Previous notice : 104362-2025
Internal identifier : 24/2527
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 32321200 Audio-visual equipment
Additional classification ( cpv ): 30237240 Web camera
Additional classification ( cpv ): 32232000 Video-conferencing equipment
Additional classification ( cpv ): 32300000 Television and radio receivers, and sound or video recording or reproducing apparatus
Additional classification ( cpv ): 48515000 Video conferencing software package
Additional classification ( cpv ): 50340000 Repair and maintenance services of audio-visual and optical equipment
Additional classification ( cpv ): 50343000 Repair and maintenance services of video equipment
Additional classification ( cpv ): 51310000 Installation services of radio, television, sound and video equipment
Additional classification ( cpv ): 51314000 Installation services of video equipment
Additional classification ( cpv ): 72212515 Video conferencing software development services
Additional classification ( cpv ): 92100000 Motion picture and video services

2.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : Oslo municipality

2.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : Lørenskog municipality

2.1.3 Value

Estimated value excluding VAT : 208 000 000 Norwegian krone
Maximum value of the framework agreement : 416 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : 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 : Approved procedures for punishable conditions: Does 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, approved procedures for some of the punishable conditions mentioned above, j.f. the Procurement Regulations § 24-2, (2) paragraph, a-f? Serious errors that cause doubt about his professional integrity: Has the tenderer otherwise committed serious errors that cause doubt about his professional integrity, cf.f. the procurement regulations § 24-2, (3) letter in?
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 : Procurement of audiovisual (AV) equipment with the accompanying services (2nd publication).
Description : The framework agreement shall cover Oslo municipality and its affiliated entities' need for non-personal meeting room equipment and services that shall be used to communicate or share content to several participants, either in the same room or via the Internet. Assembly and service of the equipment is also included. As well as equipment and services connected to booking and managing the rooms. The agreement will also have reciprocal non exclusive options connected to the purchase of used audio and lighting equipment for stage, performances and production, sound levelling systems and used monitors.
Internal identifier : 24/2527

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 32321200 Audio-visual equipment
Additional classification ( cpv ): 30237240 Web camera
Additional classification ( cpv ): 32232000 Video-conferencing equipment
Additional classification ( cpv ): 32300000 Television and radio receivers, and sound or video recording or reproducing apparatus
Additional classification ( cpv ): 48515000 Video conferencing software package
Additional classification ( cpv ): 50340000 Repair and maintenance services of audio-visual and optical equipment
Additional classification ( cpv ): 50343000 Repair and maintenance services of video equipment
Additional classification ( cpv ): 51310000 Installation services of radio, television, sound and video equipment
Additional classification ( cpv ): 51314000 Installation services of video equipment
Additional classification ( cpv ): 72212515 Video conferencing software development services
Additional classification ( cpv ): 92100000 Motion picture and video services

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : Oslo municipality

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : Lørenskog municipality

5.1.3 Estimated duration

Duration : 2 Year

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : The contracting authority has an option to extend the contract for up to 1+1 years on unchanged terms.

5.1.5 Value

Estimated value excluding VAT : 208 000 000 Norwegian krone
Maximum value of the framework agreement : 416 000 000 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 : Enrolment in a trade register
Description : Norwegian companies: Company Registration Certificate Foreign companies: Proof that the company is registered in a trade or business register as prescribed by the law of the country where the company is established.
Criterion : Financial ratio
Description : The company's last Annual Financial Statements including notes, the Board's Annual Report and Audit Report, as well as new information of relevance to the company's fiscal numbers. The contracting authority reserves the right to obtain credit appraisal on its own initiative.
Criterion : References on specified works
Description : Short description of the three most important deliveries in the last three years, including information on the contract ́s value, date of delivery, number of delivery points as well as the name of the contracting authority and a description of the assignment ́s content.
Criterion : Average yearly manpower
Description : A description of the tenderer's average workforce, number of installers and the number of employees in the management in the last three years. If a tenderer will use the capacity of other companies, he shall document that he has control of the necessary resources, for example, by presenting a binding statement from these entities, see Annex 2: Commitment Statement. A separate ESPD self-declaration must be submitted for such entities.
Criterion : Certificates by quality control institutes
Description : A description of the tenderer's quality assurance measures. Alternatively: Certificate for the company's quality assurance system issued by independent bodies that confirms the tenderer fulfils certain quality assurance standards, for example ISO 9001:2015.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : A description of the tenderer's environmental management measures. If a tenderer has certificates from independent bodies that document the environmental management system, they can be presented as documentation. Refer to the EU Scheme for Environmental Management and Environmental Audit (EMAS), other recognised environmental management systems in regulation (EF) no. 1221/2009 article 45, or equivalent, and other environmental management standards based on relevant European or international standards from accredited bodies such as ISO 14001 or equivalent.
Criterion : Other economic or financial requirements
Description : A description of the tenderer's systems for working with due diligence assessments in accordance with the UN ́s guiding principles for business and human rights (UNGP) and OECD ́s guidelines for multinational companies. The documentation shall include: • Formal policy/guidelines that cover an obligation to comply with the requirements of responsible businesses. • Formal policy/guidelines for accountability for sub-suppliers/the supplier chain, (Supplier Code of Conduct). This shall only be provided if sub-suppliers are used. • Descriptions of the tenderer ́s processes and routines for how the company works with due diligence assessments. • Description of how the tenderer will obtain and maintain an overview of the country of origin and production locations for the products that the tenderer offers. Documentation in English will be accepted for this requirement

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Standard assortment and work
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 35
Criterion :
Type : Price
Name : Price
Description : Expanded assortment
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10
Criterion :
Type : Price
Name : Price
Description : Packages
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 5
Criterion :
Type : Quality
Name : Quality
Description : Assignment comprehension
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
Criterion :
Type : Quality
Name : Environment
Description : Repairs
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
Criterion :
Type : Quality
Name : Environment
Description : Environmental labelling
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10
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

Deadline for requesting additional information : 20/06/2025 10:00 +00:00

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 : 07/07/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 07/07/2025 10:10 +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, without reopening of competition
Maximum number of participants : 1
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 : The Appeals Board for Public Procurements
Organisation providing more information on the review procedures : Oslo Tingrett -
Organisation receiving requests to participate : Oslo kommune v/ Utviklings- og kompetanseetaten -
Organisation processing tenders : Oslo kommune v/ Utviklings- og kompetanseetaten -

8. Organisations

8.1 ORG-0001

Official name : Oslo kommune v/ Utviklings- og kompetanseetaten
Registration number : 971183675
Department : Innkjøpstjenester
Postal address : Grensesvingen 6
Town : Oslo
Postcode : 0663
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Thomas Fichtner
Telephone : +47 95808089
Roles of this organisation :
Buyer
Group leader
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Oslo Tingrett
Registration number : 926 725 939
Postal address : C. J. Hambros plass 4
Town : Oslo
Postcode : 0164
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : +47 22035200
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures

8.1 ORG-0003

Official name : Lørenskog kommune
Registration number : 842 566 142
Town : Lørenskog
Postcode : 1470
Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Telephone : +4795808089
Roles of this organisation :
Buyer
Notice information
Notice identifier/version : 8c075b02-2d49-4a2a-92e3-5ebdb8d6ae68 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 04/06/2025 13:16 +00:00
Notice dispatch date (eSender) : 04/06/2025 13:30 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00366825-2025
OJ S issue number : 108/2025
Publication date : 06/06/2025