Bonded video contribution

NRK intends to enter into a framework agreement with two (2) suppliers of equipment for video field contribution with mobile network bonding, covering four product categories: mobile-based app, ultra-portable codec, rack-mounted codec, and high-quality codec, along with associated receiving servers and management system. NRK currently uses LiveU technology to transmit …

CPV: 32323300 Urządzenia wideo, 32222000 Maszyny kodujące sygnał wideo, 32223000 Aparatura nadawcza wideo, 32300000 Odbiorniki telewizyjne i radiowe oraz aparatura nagrywająca dźwięk lub obraz lub aparatura powielająca
Termin:
10 listopada 2025 11:00
Rodzaj terminu:
Złożenie oferty
Miejsce wykonania:
Bonded video contribution
Miejsce udzielenia zamówienia:
Norsk rikskringkasting AS
Numer nagrody:
2025/1267

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 : Recreation, culture and religion

2. Procedure

2.1 Procedure

Title : Bonded video contribution
Description : NRK intends to enter into a framework agreement with two (2) suppliers of equipment for video field contribution with mobile network bonding, covering four product categories: mobile-based app, ultra-portable codec, rack-mounted codec, and high-quality codec, along with associated receiving servers and management system. NRK currently uses LiveU technology to transmit video signals from external locations into NRK. The solution works by sending video via the mobile network (4G/5G), where multiple SIM cards can be combined to ensure the necessary capacity and stability. The technology enables live broadcasting without the need for fixed lines or traditional satellite equipment. The existing agreement for the supply of LiveU equipment and related services has expired. NRK will therefore enter into a new framework agreement with two separate suppliers: one providing products and services from LiveU Inc., and the other offering an equivalent solution based on an alternative technological platform. This approach is intended to ensure flexibility, robustness, and continuity in NRK's operations. Through the framework agreement, NRK seeks to ensure predictable conditions for call-offs and mini-competitions, covering individual equipment purchases, SLA-related orders, additional services, scaling or replacement of receiving servers in NRK's data centres, supplementing the field equipment pool, replacing field units etc. that have reached end-of-life. The estimated total value for both systems is between NOK 10 and 15 million over the contract period.
Procedure identifier : 38280edf-5d2f-4295-bc3d-5e21e32fdb84
Internal identifier : 2025/1267
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : NRK intends to enter into a framework agreement with two (2) suppliers of equipment for video field contribution with mobile network bonding, covering four product categories: mobile-based app, ultra-portable codec, rack-mounted codec, and high-quality codec, along with associated receiving servers and management system. NRK currently uses LiveU technology to transmit video signals from external locations into NRK. The solution works by sending video via the mobile network (4G/5G), where multiple SIM cards can be combined to ensure the necessary capacity and stability. The technology enables live broadcasting without the need for fixed lines or traditional satellite equipment. The existing agreement for the supply of LiveU equipment and related services has expired. NRK will therefore enter into a new framework agreement with two separate suppliers: one providing products and services from LiveU Inc., and the other offering an equivalent solution based on an alternative technological platform. This approach is intended to ensure flexibility, robustness, and continuity in NRK's operations. Through the framework agreement, NRK seeks to ensure predictable conditions for call-offs and mini-competitions, covering individual equipment purchases, SLA-related orders, additional services, scaling or replacement of receiving servers in NRK's data centres, supplementing the field equipment pool, replacing field units etc. that have reached end-of-life. The estimated total value for both systems is between NOK 10 and 15 million over the contract period.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 32323300 Video equipment
Additional classification ( cpv ): 32222000 Video-signal coding machines
Additional classification ( cpv ): 32223000 Video transmission apparatus
Additional classification ( cpv ): 32300000 Television and radio receivers, and sound or video recording or reproducing apparatus

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 15 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - 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-0000

Title : Bonded video contribution
Description : NRK intends to enter into a framework agreement with two (2) suppliers of equipment for video field contribution with mobile network bonding, covering four product categories: mobile-based app, ultra-portable codec, rack-mounted codec, and high-quality codec, along with associated receiving servers and management system. NRK currently uses LiveU technology to transmit video signals from external locations into NRK. The solution works by sending video via the mobile network (4G/5G), where multiple SIM cards can be combined to ensure the necessary capacity and stability. The technology enables live broadcasting without the need for fixed lines or traditional satellite equipment. The existing agreement for the supply of LiveU equipment and related services has expired. NRK will therefore enter into a new framework agreement with two separate suppliers: one providing products and services from LiveU Inc., and the other offering an equivalent solution based on an alternative technological platform. This approach is intended to ensure flexibility, robustness, and continuity in NRK's operations. Through the framework agreement, NRK seeks to ensure predictable conditions for call-offs and mini-competitions, covering individual equipment purchases, SLA-related orders, additional services, scaling or replacement of receiving servers in NRK's data centres, supplementing the field equipment pool, replacing field units etc. that have reached end-of-life. The estimated total value for both systems is between NOK 10 and 15 million over the contract period.
Internal identifier : 2025/1267

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 32323300 Video equipment
Additional classification ( cpv ): 32222000 Video-signal coding machines
Additional classification ( cpv ): 32223000 Video transmission apparatus
Additional classification ( cpv ): 32300000 Television and radio receivers, and sound or video recording or reproducing apparatus

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 14/12/2025
Duration end date : 15/12/2027

5.1.5 Value

Estimated value excluding VAT : 15 000 000 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, European Single Procurement Document (ESPD)
Criterion : Enrolment in a relevant professional 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.
Criterion : Other economic or 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 Sufficient economy - Accounting figures
Criterion : References on specified 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

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 31/10/2025 22:59 +00:00
Address of the procurement documents : https://permalink.mercell.com/267451039.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 : Not allowed
Variants : Not allowed
Deadline for receipt of tenders : 10/11/2025 11:00 +00:00
Deadline until which the tender must remain valid : 60 Day
Information that can be supplemented after the submission deadline :
At the discretion of the buyer, some missing tenderer-related documents may be submitted later.
Additional information : See the tender documentation for the waiting period.
Information about public opening :
Opening date : 10/11/2025 11:00 +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 : 2
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 : See the tender documentation for the 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 : 926 725 939
Town : Oslo
Postcode : 0164
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : f4274739-7539-4d2e-b8ec-916ed0cb8122 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 08/10/2025 13:57 +00:00
Notice dispatch date (eSender) : 08/10/2025 14:08 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00665301-2025
OJ S issue number : 195/2025
Publication date : 10/10/2025