NRK 2024/1642 Rig solution for NRK studio Trondheim - qualification phase

NRK will be contracting project planning, delivery and installation of studio rig for Studio 1.1 at NRK ́s new Trondheim location. The contract will include project coordination and delivery, installation, commissioning, documentation, service/support and training of key personnel for the solution. NRK will be contracting project planning, delivery and installation …

CPV: 32320000 Television and audio-visual equipment, 42400000 Lifting and handling equipment and parts, 42416300 Hoists, 45000000 Construction work, 45212300 Construction work for art and cultural buildings, 45212320 Construction work for buildings relating to artistic performances, 45237000 Stage construction works, 51000000 Installation services (except software), 51112000 Installation services of electricity distribution and control equipment, 51511000 Installation services of lifting and handling equipment, except lifts and escalators, 51511100 Installation services of lifting equipment
Place of execution:
NRK 2024/1642 Rig solution for NRK studio Trondheim - qualification phase
Awarding body:
Norsk rikskringkasting AS
Award number:
2024/1642

1. Buyer

1.1 Buyer

Official name : Norsk rikskringkasting AS
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : NRK 2024/1642 Rig solution for NRK studio Trondheim - qualification phase
Description : NRK will be contracting project planning, delivery and installation of studio rig for Studio 1.1 at NRK ́s new Trondheim location. The contract will include project coordination and delivery, installation, commissioning, documentation, service/support and training of key personnel for the solution.
Procedure identifier : 42f6ae27-69f0-4d13-8eae-6f35ac69194c
Internal identifier : 2024/1642
Type of procedure : Competitive dialogue
Justification for the accelerated procedure :
Main features of the procedure : NRK will be contracting project planning, delivery and installation of studio rig for Studio 1.1 at NRK ́s new Trondheim location. The contract will include project coordination and delivery, installation, commissioning, documentation, service/support and training of key personnel for the solution. This public procurement is conducted as a competitive dialogue procedure. The process begins with a pre-qualification stage where interested vendors submit their applications. Selected vendors are then invited to participate in a dialogue phase, during which the contracting authority may discuss various aspects of the contract with the participating vendors. This phase allows for the refinement of solutions and the development of innovative approaches. Once the dialogue is concluded, the participating vendors submit their final tenders based on the final specification and requirements for solution.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 32320000 Television and audio-visual equipment
Additional classification ( cpv ): 42400000 Lifting and handling equipment and parts
Additional classification ( cpv ): 42416300 Hoists
Additional classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45212300 Construction work for art and cultural buildings
Additional classification ( cpv ): 45212320 Construction work for buildings relating to artistic performances
Additional classification ( cpv ): 45237000 Stage construction works
Additional classification ( cpv ): 51000000 Installation services (except software)
Additional classification ( cpv ): 51112000 Installation services of electricity distribution and control equipment
Additional classification ( cpv ): 51511000 Installation services of lifting and handling equipment, except lifts and escalators
Additional classification ( cpv ): 51511100 Installation services of lifting equipment

2.1.2 Place of performance

Country subdivision (NUTS) : Trøndelag ( NO060 )
Country : Norway

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 -

2.1.6 Grounds for exclusion

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.
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)
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.
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?
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 : NRK 2024/1642 Rig solution for NRK studio Trondheim - qualification phase
Description : NRK will be contracting project planning, delivery and installation of studio rig for Studio 1.1 at NRK ́s new Trondheim location. The contract will include project coordination and delivery, installation, commissioning, documentation, service/support and training of key personnel for the solution.
Internal identifier : 2024/1642

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 32320000 Television and audio-visual equipment
Additional classification ( cpv ): 42400000 Lifting and handling equipment and parts
Additional classification ( cpv ): 42416300 Hoists
Additional classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45212300 Construction work for art and cultural buildings
Additional classification ( cpv ): 45212320 Construction work for buildings relating to artistic performances
Additional classification ( cpv ): 45237000 Stage construction works
Additional classification ( cpv ): 51000000 Installation services (except software)
Additional classification ( cpv ): 51112000 Installation services of electricity distribution and control equipment
Additional classification ( cpv ): 51511000 Installation services of lifting and handling equipment, except lifts and escalators
Additional classification ( cpv ): 51511100 Installation services of lifting equipment

5.1.2 Place of performance

Country subdivision (NUTS) : Trøndelag ( NO060 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

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
This procurement is also suitable for small and medium-sized enterprises (SMEs)

5.1.7 Strategic procurement

Green Procurement Criteria : Other Green Public Procurement criteria
Social objective promoted : Fair working conditions

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
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.
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
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:
Use of this criterion : Not 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:
Use of this criterion : Not 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
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 3

5.1.10 Award criteria

Criterion :
Type : Quality
Name : Quality
Description : The following sub-criteria with associated documentation will be subject to evaluation: • Flexibility, quality, robustness and scalability of solution, given NRK's description of expected use • Presentation of project plan, including planning and coordination, quality control, risk management procedures • Quality in the presentation of proposal and related documentation • Added value to requirements and specifications from vendor's understanding of NRK's needs • Ability to demonstrate a flexible approach in planning and Installation • Commitment to project timeline • Experience and competence of proposed key resources from vendor • Plan for training of NRK resources • Commitment and plan for service, support, maintenance and warranties (life cycle management)
Weight (percentage, exact) : 40
Criterion :
Type : Quality
Name : Environment
Description : Environmental characteristics of solution, including footprint /labelling/standard from production of key components, such as EU Ecolabel and Environmental Product Declaration (EPD) • Expected years of life of machinery, controls, products and overall solution, and description of protocols and routines to enhance total life of operation • Energy efficiency of solution following completed installation • Vendor's requirements for eco/climate-friendly transportation of machinery and components, including from sub contractors/suppliers • Vendor's requirements for sustainable packaging, including for sub contractors/suppliers
Weight (percentage, exact) : 30
Criterion :
Type : Price
Name : Price
Description : Total price for solution, commissioning and project implementation Costs related to training, support and maintenance cycle costs)
Weight (percentage, exact) : 30
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
Address of the procurement documents : https://permalink.mercell.com/249355259.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 requests to participate : 17/03/2025 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 :
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 : Oslo Tingrett

8. Organisations

8.1 ORG-0001

Official name : Norsk rikskringkasting AS
Registration number : 976390512
Postal address : Bjørnstjerne Bjørnsons plass 1
Town : OSLO
Postcode : 0340
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Konserninnkjøp - NRK AS
Telephone : +47 23047000
Fax : +47 23048958
Internet address : http://www.nrk.no/
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Oslo Tingrett
Registration number : 926725939
Town : Oslo
Country : Norway
Telephone : 22035200
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : 99a7589d-76ba-4b3c-8cbb-abbdd69a3c10 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 11/02/2025 15:05 +00:00
Notice dispatch date (eSender) : 11/02/2025 15:17 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00099544-2025
OJ S issue number : 31/2025
Publication date : 13/02/2025