Procurement of cinema engineering equipment

The request includes delivery to Sandefjord Kino, Sandefjord kommune. The halls in Sandefjord cinema were previously named Hjertnes, Parketten 1 and Parquet 2. In this requirement specification the new terms are used: Sal 1 = HjertnesSal 2 = Parquet 1Sal 3 = Parquet floor 2 New projection systems and new …

CPV: 32321100 Film- en video-uitrusting, 32322000 Multimedia-uitrusting, 32342410 Geluidsuitrusting, 38652100 Projectoren, 45212150 Bouwen van bioscoop
Deadline:
28 mei 2025 10:00
Soort termijn:
Indiening van een bod
Plaats van uitvoering:
Procurement of cinema engineering equipment
Toekennende instantie:
Sandefjord Kommune
Gunningsnummer:
2025/15393

1. Buyer

1.1 Buyer

Official name : Sandefjord 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 cinema engineering equipment
Description : The request includes delivery to Sandefjord Kino, Sandefjord kommune. The halls in Sandefjord cinema were previously named Hjertnes, Parketten 1 and Parquet 2. In this requirement specification the new terms are used: Sal 1 = HjertnesSal 2 = Parquet 1Sal 3 = Parquet floor 2 New projection systems and new sound systems shall be procured. The main offer includes new projection systems and good 7.1 channel sound system prepared for upgrading to Dolby Atmos to all three halls. Upgrades from 7.1 to Dolby Atmos sound are added as options. The tender shall include equipment, planning and installation. The cinema has set aside NOK 5.5 million for the upgrade. Suppliers are strongly encouraged to inspect the premises, take their own control goals and ask any questions. Separate deadlines apply for this. See the important dates in the tender documentation. Enrolment in the communication module in Mercell.
Procedure identifier : 1301009a-4094-4ee1-a41b-4d4ed305922a
Internal identifier : 2025/15393
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : Projection systems with a playback server and an extended guarantee shall be offered, as well as new audio systems. The tenders for the audio system shall be based on the requirements given in the latest version of Dolby Atmos Room Design Tool (DARDT) and shall be adapted to the requirements described in Dolby_ Atmos_ Specs_ issue 3 for the upgrade to Dolby Atmos (option)After the supplier is chosen, it may be necessary to make some changes in the number of speakers, adapted to the salenes form, the existing cabling, adapted to the cinema's budget etc. There is no baffle wall in any of the halls. In Hall 1 there is a large barracks behind the stage opening. A canvas is mounted on the frame with front speakers and subwoofers placed on the back shelves. The entire installation will be hoisted up when the auditorium is not used for cinema purposes. If other acoustic measures are required, these shall be described. Kinoen has an ongoing contract with Unique Digital Nordic for NOC services and support. All of the offered equipment, where relevant, is required to be controlled via the house ́s new automation system from Crestron and Rosetta TMS, and it does not conflict with the NOC monitoring. Any additions/changes needed to achieve this shall be included. Equipment with a description, exact type designation and sub-prices shall be stated in the text. The tender shall state the total sum, and it shall state how the total sums are calculated. The prices shall be added to the attached price form (Excel) and enclosed with the tender.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 32321100 Film equipment
Additional classification ( cpv ): 32322000 Multimedia equipment
Additional classification ( cpv ): 32342410 Sound equipment
Additional classification ( cpv ): 38652100 Projectors
Additional classification ( cpv ): 45212150 Cinema construction work

2.1.2 Place of performance

Country subdivision (NUTS) : Vestfold og Telemark ( NO091 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 5 500 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften -

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?
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-0000

Title : Procurement of cinema engineering equipment
Description : The request includes delivery to Sandefjord Kino, Sandefjord kommune. The halls in Sandefjord cinema were previously named Hjertnes, Parketten 1 and Parquet 2. In this requirement specification the new terms are used: Sal 1 = HjertnesSal 2 = Parquet 1Sal 3 = Parquet floor 2 New projection systems and new sound systems shall be procured. The main offer includes new projection systems and good 7.1 channel sound system prepared for upgrading to Dolby Atmos to all three halls. Upgrades from 7.1 to Dolby Atmos sound are added as options. The tender shall include equipment, planning and installation. The cinema has set aside NOK 5.5 million for the upgrade. Suppliers are strongly encouraged to inspect the premises, take their own control goals and ask any questions. Separate deadlines apply for this. See the important dates in the tender documentation. Enrolment in the communication module in Mercell.
Internal identifier : 2025/15393

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 32321100 Film equipment
Additional classification ( cpv ): 32322000 Multimedia equipment
Additional classification ( cpv ): 32342410 Sound equipment
Additional classification ( cpv ): 38652100 Projectors
Additional classification ( cpv ): 45212150 Cinema construction work
Options :
Description of the options : Described in the tender documentation and in annexes

5.1.2 Place of performance

Country subdivision (NUTS) : Vestfold og Telemark ( NO091 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 6 Month

5.1.5 Value

Estimated value excluding VAT : 5 500 000 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

Criterion :
Type : Economic and financial standing
Name : 'Total' annual turnover
Description : The tenderer ́s ("total") annual turnover for the number of financial years requested in the tender notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average annual turnover
Description : The tenderer ́s average annual turnover for the number of years requested in the notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : "Specific annual turnover"
Description : Are the tenderer's ("specific") annual turnover within the area that the contract applies to and specified in the notice or in the procurement documents for the number of accounting years requested is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average set-up
Description : Is the tenderer's average annual turnover within the area requested by the contract and specified in the notice or in the procurement documents for the number of financial years requested:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : The tenderer's establishment date
Description : If the information about the turnover (combined or specific) is not available for the entire requested period, please state the date the company was established, or the tenderers started their business:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Financial key figures
Description : For financial key figures stated in the notice or in the procurement documents, the tenderer declares that the actual value(s) of the requested key figures are as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Liability insurance
Description : The insured amount in the tenderer ́s liability insurance is the following:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Other economic and financial requirements
Description : Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that: Minimum qualification requirements The tenderer has sufficient financial capacity to execute the contract. The contracting authority reserves the right to obtain further information that is deemed necessary to assess the tenderer's economic and financial position. Documentation: • Presentation of the company's Annual Financial Statements (last annual report to the Brønnøysund Register Centre, including the auditor's report). The contracting authority reserves the right to also request provisional figures after the last annual report, as well as annual accounts for the previous two years if it is assessed that there is a need for it.
Use of this criterion : Used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for quality assurance standards.
Description : Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements?
Use of this criterion : Not used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for environmental management standards.
Description : Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards?
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register
Description : Tenderers are registered in a professional register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register or company register.
Description : Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex. Minimum qualification requirements This is to be documented by: Norwegian companies: Company Registration Certificate from the Register of Business Enterprises. Foreign companies: Proof that the company is registered in a trade or business register as prescribed by the law of the country where the tenderer is established.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Paid public fees
Description : Norwegian tenderers shall present a tax and VAT certificate that must not be older than 6 months calculated from the tender deadline. Tenderers must not have significant arrears. Any arrears must be founded separately.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Only for public goods deliveries
Description : Only for public goods deliveries: In the reference period, the tenderer has carried out the following important deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three years to be taken into consideration. Minimum qualification requirements Tenderers shall have experience from equivalent contracts/assignments. Documentation that the set requirements are met: Tenderers shall enclose a list of the most important relevant deliveries in the last 3 years, including information on the value, date and recipient (name of telephone and email). The stated references may be contacted if necessary.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Technical personnel or technical units
Description : Tenderers can use the following technical personnel or technical units , particularly those who are responsible for quality control: For technical personnel or technical units that do not directly belong to the tenderer ́s business, but if the capacity the tenderer will use, cf. part II, section C, separate ESPD forms shall be supplemented.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Technical facilities and quality assurance measures
Description : The tenderer utilises the following technical facilities and quality assurance measures and the tenderer ́s survey and research facility is as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Investigation and research facilities
Description : The tenderer ́s survey and research facilitates are as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Management and tracing of the supply chain
Description : The tenderer will be able to use the following management of the supply chain and tracing systems for the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Control Permission
Description : For goods or services that are complicated, or that in exceptional cases shall be used for a particular purpose: Will the tenderer allow checks of the tenderer's production capacity or technical capacity and, where necessary, of the survey and research facilities that the tenderer has at its disposal and of quality control measures? The inspections shall be undertaken by the contracting authority or the contracting authority can leave it to a competent public body in the country where the tenderer is established.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Education and professional qualifications
Description : The following education and professional qualifications are possessed by the tenderer and/or (depending on the requirements set in the notice or in the procurement documents) of the leading employees:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Environmental management measures
Description : Tenderers can employ the following environmental management measures in connection with the execution of the contract: Minimum qualification requirements Tenderers are required to be certified for environmental management, in the form of EMAS, ISO 14001, or Miljøfyrtårn or other certified certified environmental management. It is the tenderer ́s responsibility to document that other certifications are equivalent.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Number of employees in the management
Description : The tenderer ́s number of employees in the management during the last three years was as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Average workforce
Description : The tenderer's average annual workforce in the last three years has been as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Tools, materials and technical equipment.
Description : Tenderers can use the following tools, material and technical equipment to carry out the contract: Minimum qualification requirements Tenderers shall have sufficient implementation ability and capacity. Documentation that the set requirements are met: A report of the manpower and the implements, machinery, tools, materials or technical equipment that the tenderer can use for fulfilment of the contract/assignment.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Portion of the contract to sub-suppliers.
Description : The tenderer is considering to outsource the following part (as a percentage) of the contract to sub-suppliers. Note that if the tenderer has decided to outsource a part of the contract to sub-suppliers and will use the sub-suppliers ́ capacity to carry out this part, a special ESPD will be supplemented for such sub-suppliers, see part II, section C, above.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Procurement of goods: Requested samples, descriptions or photographs that do not need to be accompanied by certificates that they are genuine.
Description : Procurement of goods: The tenderer presents supplies that shall be delivered, requested samples, descriptions or photographs, which do not need to be accompanied by certificates that they are genuine.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Procurement of goods: Requested samples, descriptions or photographs with certificates.
Description : When procurement of goods: If requested, the tenderer further declares that they will deliver the requested certificates that they are genuine.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : When procuring goods: Certificates issued by official bodies for quality control
Description : Can tenderers submit the requested certificates issued by official bodies for quality control, and who can confirm that the goods, which are clearly identified by reference to technical specifications or standards, as determined in the notice or in the procurement documents, are in accordance with these?
Use of this criterion : Not used

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 21/05/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/252165677.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
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Deadline for receipt of tenders : 28/05/2025 10:00 +00:00
Deadline until which the tender must remain valid : 2 Month
Information about public opening :
Opening date : 28/05/2025 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 : yes
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
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Vestfold tingrett

8. Organisations

8.1 ORG-0001

Official name : Sandefjord Kommune
Registration number : 916882807
Postal address : Sandefjordsveien 3
Town : SANDEFJORD
Postcode : 3208
Country subdivision (NUTS) : Vestfold og Telemark ( NO091 )
Country : Norway
Contact point : Kim Kristian Sandve
Telephone : +47 33416000
Fax : +47 33416001
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Vestfold tingrett
Registration number : 926723618
Town : Tønsberg
Country : Norway
Telephone : 33206700
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : 95265c55-0ef0-4d0b-84b3-515ea39deb68 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 25/04/2025 08:21 +00:00
Notice dispatch date (eSender) : 25/04/2025 09:06 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00273777-2025
OJ S issue number : 82/2025
Publication date : 28/04/2025