Tender Details
Title

Norway – Audio-visual equipment – EL-23-04 AV equipment Place of performance: Norway,Innlandet Main nature of the contract: Supplies Official name: Elverum kommune Type of procedure: Open

Country
Language
English
Organization
Published Date
08.10.2024
Deadline Date
08.11.2024
Overview
604136-2024 - Competition Competition Norway: Audio-visual equipment EL-23-04 AV equipment Norway, Innlandet (NO020) Type of procedure: Open Buyer Buyer: Elverum kommune Email: post@abakus.as Norway, Innlandet (NO020), ENGERDAL LOT-0000: EL-23-04 AV equipment Audio-visual equipment Norway, Innlandet (NO020) Duration: 48 Months Deadline for receipt of tenders: 08/11/2024 - 11:00:00 (UTC) 604136-2024 - Competition Norway – Audio-visual equipment – EL-23-04 AV equipment OJ S 196/2024 08/10/2024 Contract or concession notice – standard regime Supplies 1. Buyer 1.1. Buyer Official name: Elverum kommune Email: post@abakus.as 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: EL-23-04 AV equipment Description: Elverum municipality intends to enter into a framework agreement for the delivery of Audio visual products and services (AV equipment). The objective of the framework agreement is to cover the contracting authority ́s need for audio visual equipment (AV equipment) and associated software and services. The aim of the agreement is to ensure professional, efficient and simple procurement of equipment that meets the contracting authority ́s requirements and expectations, as well as contribute to long-term efficiency, reliability and user satisfaction. Procedure identifier: 175e6cbb-c70e-4dcb-a609-c6415ec1fbde Internal identifier: EL-23-04 Type of procedure: Open The procedure is accelerated: no Main features of the procedure: The procurement includes the delivery and assembly of equipment for meeting rooms, information screens, interactive boards, projectors and other products that naturally fall under the category. The contract also includes engineering design, consultancy and system design, service and support, as well as courses and training. See the attached requirement specification and price form for further information. Procurements made within this product category for 2023 amounted to approx. NOK 1.8 million excluding VAT. The maximum turnover for the agreement is nok 10,000,000 excluding VAT. This is a framework agreement and the stated volume does not trigger any purchasing obligation for the contracting authority. Changes in organisation, budget and routines can affect the volume of procurements during the contract period. 2.1.1. Purpose Main nature of the contract: Supplies Main classification (cpv): 32321200 Audio-visual equipment Additional classification (cpv): 30195200 Electronic copyboards or accessories, 30230000 Computer-related equipment, 30231300 Display screens, 32232000 Video-conferencing equipment, 32320000 Television and audio-visual equipment, 32323000 Video monitors, 32340000 Microphones and loudspeakers, 38652100 Projectors, 50340000 Repair and maintenance services of audio-visual and optical equipment, 72110000 Hardware selection consultancy services 2.1.2. Place of performance Country subdivision (NUTS): Innlandet (NO020) Country: Norway 2.1.4. General information Legal basis: Directive 2014/24/EU 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: LOT-0000 Title: EL-23-04 AV equipment Description: Elverum municipality intends to enter into a framework agreement for the delivery of Audio visual products and services (AV equipment). The objective of the framework agreement is to cover the contracting authority ́s need for audio visual equipment (AV equipment) and associated software and services. The aim of the agreement is to ensure professional, efficient and simple procurement of equipment that meets the contracting authority ́s requirements and expectations, as well as contribute to long-term efficiency, reliability and user satisfaction. Internal identifier: EL-23-04 5.1.1. Purpose Main nature of the contract: Supplies Main classification (cpv): 32321200 Audio-visual equipment Additional classification (cpv): 30195200 Electronic copyboards or accessories, 30230000 Computer-related equipment, 30231300 Display screens, 32232000 Video-conferencing equipment, 32320000 Television and audio-visual equipment, 32323000 Video monitors, 32340000 Microphones and loudspeakers, 38652100 Projectors, 50340000 Repair and maintenance services of audio-visual and optical equipment, 72110000 Hardware selection consultancy services 5.1.2. Place of performance Country subdivision (NUTS): Innlandet (NO020) Country: Norway 5.1.3. Estimated duration Duration: 48 Months 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 Tenderers shall have sufficient financial capacity to fulfil the assignment. Abakus will obtain an expanded report from Bisnode free of cost for the tenderer. The information in the report will form the basis for an assessment of the tenderer's economic and financial situation. Information given on the tender date will be used as a basis. A credit rating equivalent to or better than "A" or "AN" is required to participate in the competition. 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? Minimum qualification requirements The tenderer shall fulfil environmental management systems or standards, cf. the EU Scheme for Environmental Management and Environmental Audit (EMAS), ISO9001, Eco-Lighthouse or other recognised environmental management systems in Regulation (EF) no. 1221/2009 Article 45 or other environmental management standards based on relevant European or international standards from accredited bodies. Use of this criterion: 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 Tenderers shall have experience from equivalent deliveries that include sales, installation, service/support, courses/training, engineering design, consultancy and system design in the last 3 years. 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 5.1.11. Procurement documents Languages in which the procurement documents are officially available: Norwegian Deadline for requesting additional information: 28/10/2024 11:00:00 (UTC) Address of the procurement documents: https://permalink.mercell.com/239302538.aspx 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://permalink.mercell.com/239302538.aspx Languages in which tenders or requests to participate may be submitted: Norwegian Electronic catalogue: Not 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: 08/11/2024 11:00:00 (UTC) Deadline until which the tender must remain valid: 3 Months Information about public opening: Opening date: 08/11/2024 11:00:00 (UTC) Terms of contract: The execution of the contract must be performed within the framework of sheltered employment programmes: No Electronic invoicing: Required Electronic ordering will be used: yes Electronic payment will be used: yes 5.1.15. Techniques Framework agreement: Framework agreement, without reopening of competition Information about the dynamic purchasing system: No dynamic purchase system 5.1.16. Further information, mediation and review Review organisation: Østre Innlandet tingrett 8. Organisations 8.1. ORG-0001 Official name: Elverum kommune Registration number: 952 857 991 Postal address: v/ ABAKUS AS, Postboks 128 Town: ENGERDAL Postcode: 2440 Country subdivision (NUTS): Innlandet (NO020) Country: Norway Email: post@abakus.as Telephone: +47 47476000 Fax: +47 62458030 Internet address: http://www.abakus.as Roles of this organisation: Buyer 8.1. ORG-0002 Official name: Østre Innlandet tingrett Registration number: 973790889 Town: Hamar Country: Norway Email: toinpost@domstol.no Telephone: 62 78 27 00 Roles of this organisation: Review organisation 11. Notice information 11.1. Notice information Notice identifier/version: 1628fc88-0fb3-4dec-b36f-0e56900c8b4d - 01 Form type: Competition Notice type: Contract or concession notice – standard regime Notice subtype: 16 Notice dispatch date: 07/10/2024 08:46:23 (UTC) Notice dispatch date (eSender): 07/10/2024 08:46:34 (UTC) Languages in which this notice is officially available: English 11.2. Publication information Notice publication number: 604136-2024 OJ S issue number: 196/2024 Publication date: 08/10/2024 Czech document download: https://ted.europa.eu/cs/notice/604136-2024/pdf Danish document download: https://ted.europa.eu/da/notice/604136-2024/pdf German document download: https://ted.europa.eu/de/notice/604136-2024/pdf Greek document download: https://ted.europa.eu/el/notice/604136-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/604136-2024/pdf English document download: https://ted.europa.eu/en/notice/604136-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/604136-2024/pdf Finnish document download: https://ted.europa.eu/fi/notice/604136-2024/pdf French document download: https://ted.europa.eu/fr/notice/604136-2024/pdf Irish document download: https://ted.europa.eu/ga/notice/604136-2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/604136-2024/pdf Hungarian document download: https://ted.europa.eu/hu/notice/604136-2024/pdf Italian document download: https://ted.europa.eu/it/notice/604136-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/604136-2024/pdf Latvian document download: https://ted.europa.eu/lv/notice/604136-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice/604136-2024/pdf Dutch document download: https://ted.europa.eu/nl/notice/604136-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/604136-2024/pdf Portuguese document download: https://ted.europa.eu/pt/notice/604136-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/604136-2024/pdf Slovak document download: https://ted.europa.eu/sk/notice/604136-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/604136-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/604136-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/604136-2024/pdf
NAICS
Business All Other Professional Hardware Instruments and Related Products Manufacturing for Measuring Navigational Professional Justice Bolt Specialized Freight (except Used Goods) Trucking Electric Power Transmission Regulation Copper Religious Executive and Legislative Offices Financial Transactions Processing Securities Justice Other Professional Automotive Parts Architectural Turned Product and Screw Other Justice Machinery Regulation Investigation International Measuring Navigational Financial Transactions Processing Research and Development in the Physical Other Similar Organizations (except Business All Other Professional General Freight Trucking Executive and Legislative Offices Management Other Justice Other Similar Organizations (except Business Machine Shops; Turned Product; and Screw Research and Development in the Physical Copper Professional Funds
CPVS
Projectors Tools Earthmoving and excavating machinery, and associated parts Iron, lead, zinc, tin and copper Loudspeakers System, storage and content management software package Environmental management Mains Control, safety, signalling and light equipment Screens Nuts Sections Lavatory seats, covers, bowls and cisterns Engineering, auxiliary, average, loss, actuarial and salvage insurance services Publications Boards Control, safety or signalling equipment for inland waterways Wheels, parts and accessories Sales, marketing and business intelligence software package Microphones Lead Training, workout or aerobic services Photographs Research, testing and scientific technical simulator Seals Other community, social and personal services Control, safety or signalling equipment for parking facilities Command, control, communication systems Sales, marketing and business intelligence software development services Supports Control, safety or signalling equipment for port installations Surveying, hydrographic, oceanographic and hydrological instruments and appliances Command, control, communication and computer systems System, storage and content management software development services Forms Parts of chain Chain Vats Rings, seals, bands, sticks and grout packers Installation services of equipment for measuring, checking, testing and navigating Monitors Pressure-reducing, control, check or safety valves Catalogues Other services Seats, chairs and related products, and associated parts Keys Control, safety or signalling equipment for roads Display cases Security, fire-fighting, police and defence equipment Administration, defence and social security services Postal orders Audio-visual equipment Electronic, electromechanical and electrotechnical supplies Designs Tool parts Control, safety or signalling equipment for airports Dates Tools, locks, keys, hinges, fasteners, chain and springs Video-conferencing equipment
UNSPSC
Chains Hardware Nuts Software Boards Video monitors Display cases Televisions Business cases Environmental management Inspection Well engineering Quality control Co financing Employment Equipment cases Loudspeakers Microphones Liability insurance Case making services Seals Financial Instruments, Products, Contracts and Agreements Securities Direction Finding Equipment, Accessories E-Passport, Id, E-Health Services, Surveys, Planning & Studies (Aviation) Clinical laboratory and toxicology testing systems, components, and supplies Humanitarian Relief Items, Kits, or Accessories Training, Technical: Crew Resource Management, Emergency Procedures, Dangerous Goods Clinical laboratory and toxicology testing systems, components, and supplies
Regions
Europe Northern Europe Western Europe
Sectors
Printing and Publishing Construction Energy-Power and Electrical Computer Hardwares and Consumables
URL
Share
To be notified
when a tender matching your filter is published
To Follow
Tenders
Add New Tender Alert
To Follow
Contracts
Add New Contract Alert
To Follow
Fairs
Add New Fair Alert