2024-1115 Framework Agreement Technical Furniture For broadcasting facilities

Norwegian Broadcast Corporation (hereinafter referred to as NRK) invites participation in an open tender procedure for the purchase of technical furniture for broadcasting facilities. The following three categories of equipment are included in the framework agreement: Category 1 Control Room Furniture Category 2 Studio Furniture Category 3 Mounting Hardware Norwegian …

CPV: 39000000 Mobiliario (incluido el de oficina), complementos de mobiliario, aparatos electrodomésticos (excluida la iluminación) y productos de limpieza, 39100000 Mobiliario, 39134000 Mobiliario de informática
Plazo:
26 de septiembre de 2024 a las 10:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
2024-1115 Framework Agreement Technical Furniture For broadcasting facilities
Organismo adjudicador:
Norsk rikskringkasting AS
Número de premio:
2024/1115

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 : Recreation, culture and religion

2. Procedure

2.1 Procedure

Title : 2024-1115 Framework Agreement Technical Furniture For broadcasting facilities
Description : Norwegian Broadcast Corporation (hereinafter referred to as NRK) invites participation in an open tender procedure for the purchase of technical furniture for broadcasting facilities. The following three categories of equipment are included in the framework agreement: Category 1 Control Room Furniture Category 2 Studio Furniture Category 3 Mounting Hardware
Procedure identifier : 2085bb34-5b59-44e7-aa5a-420bdaf5f85e
Internal identifier : 2024/1115
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : NRK wants to conclude parallel agreements with 2 to 4 suppliers in each equipment category. The issuing of awarding contracts under this framework agreements that are concluded with multiple contractors, shall be based on the call-off allocation between the contractors and by the initiation of a new mini-competition. The estimated value of the procurement is set at NOK 50 million in case the framework agreement also applies to the relocation of NRK's headquarters to Ensjø. The estimated value without the new headquarters will be approximately NOK 10-20 million.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 39000000 Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
Additional classification ( cpv ): 39100000 Furniture
Additional classification ( cpv ): 39134000 Computer furniture

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 50 000 000 Norwegian krone
Maximum value of the framework agreement : 50 000 000 Norwegian krone

2.1.4 General information

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

2.1.6 Grounds for exclusion

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)
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).
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 : 2024-1115 Framework Agreement Technical Furniture For broadcasting facilities
Description : Norwegian Broadcast Corporation (hereinafter referred to as NRK) invites participation in an open tender procedure for the purchase of technical furniture for broadcasting facilities. The following three categories of equipment are included in the framework agreement: Category 1 Control Room Furniture Category 2 Studio Furniture Category 3 Mounting Hardware
Internal identifier : 2024/1115

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 39000000 Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
Additional classification ( cpv ): 39100000 Furniture
Additional classification ( cpv ): 39134000 Computer furniture

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 50 000 000 Norwegian krone
Maximum value of the framework agreement : 50 000 000 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

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 : 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.
Use of this criterion : Not 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

5.1.10 Award criteria

Criterion :
Type : Quality
Name : The suitability and quality of the tendered range and products.
Description : When assessing this criterion, the Customer will evaluate the extent to which the tender includes products which enables NRK to order the best suited solutions in each award category. A complete assessment of what will be covered by the tender will also take place, including: Suitability for meeting NRK's needs and general product requirements. The technical and performance quality of tendered products Cf. Annex 1 – Specifications and prices (including the price attachments), and Annex 2 – Delivery terms, sections 1, 5, 6 and 7
Weight (percentage, exact) : 40
Criterion :
Type : Price
Name : Price level and models
Description : NRK will assess the price level, discount/price models. Cf. Annex 1, section 7, and Annex 2, section 10
Weight (percentage, exact) : 20
Criterion :
Type : Quality
Name : Quality of delivery/service
Description : The assessment of delivery quality will be based on evaluation of the degree of compliance with requirements, and hence with the responsibilities and obligations undertaken by the supplier in respect of delivery and after-sales terms, as well as support and service. Lead times. It will also look at the extent to which the supplier can dedicate professionally competent resources and personnel specifically to NRK AS, and whether these people have the relevant qualifications and experience. Cf. Annex 1, section 6, and Annex 2, sections 4-9.
Weight (percentage, exact) : 10
Criterion :
Type : Quality
Name : Environment and sustainability
Description : NRK aims to reduce its own environmental and climate footprint. Factors affecting this are: Durability of products Product footprint (materials, transportation etc.) Suppliers own environmental policies Cf. Annex 2, section 1.2
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
Deadline for requesting additional information : 19/09/2024 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/235759313.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 : 26/09/2024 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 26/09/2024 10:00 +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 : no

5.1.15 Techniques

Framework agreement :
Framework agreement, partly without reopening and partly with reopening of competition
Maximum number of participants : 4
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
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed : Oslo Tingrett
Organisation providing additional information about the procurement procedure : Norsk rikskringkasting AS
Organisation providing offline access to the procurement documents : Norsk rikskringkasting AS

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
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents

8.1 ORG-0002

Official name : Oslo Tingrett
Registration number : 926 725 939
Town : Oslo
Country : Norway
Contact point : Oslo Tingrett
Telephone : 22003522
Roles of this organisation :
Review organisation
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed

10. Change

Version of the previous notice to be changed : b60889eb-6e31-4559-85dd-431349b99966-01
Main reason for change : Publisher correction
Description : The deadline for submitting offers in this tender has been extended by 7 days to September 26 at 12:00. Furthermore, the deadline for asking questions about the competition has also been extended to September 19. Please disregard the dates described in the tender documents.

10.1 Change

Section identifier : PROCEDURE
Description of changes : The deadline for submitting offers in this tender has been extended by 7 days to September 26 at 12:00. Furthermore, the deadline for asking questions about the competition has also been extended to September 19. Please disregard the dates described in the tender documents.

10.1 Change

Section identifier : LOT-0000
Description of changes : The deadline for submitting offers in this tender has been extended by 7 days to September 26 at 12:00. Furthermore, the deadline for asking questions about the competition has also been extended to September 19. Please disregard the dates described in the tender documents.

11. Notice information

11.1 Notice information

Notice identifier/version : 45b9bcee-0e18-4fa7-ae75-ae0f8f42ad67 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 27/08/2024 06:55 +00:00
Notice dispatch date (eSender) : 27/08/2024 07:09 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00514740-2024
OJ S issue number : 167/2024
Publication date : 28/08/2024