Procurement of a new remote access system for OT equipment for the Norwegian Public Roads Administration.

The main objective of the procurement is to procure and implement a new remote access system for effective presentation of OT equipment for road owners and other external equipment, as well as consultancy services to assist internal resources. Mantra: "Users shall have access to what they need (principle of serviceful …

CPV: 48000000 Software package and information systems, 48100000 Industry specific software package, 48200000 Networking, Internet and intranet software package, 48800000 Information systems and servers, 72000000 IT services: consulting, software development, Internet and support, 72100000 Hardware consultancy services, 72700000 Computer network services
Place of execution:
Procurement of a new remote access system for OT equipment for the Norwegian Public Roads Administration.
Awarding body:
Statens vegvesen
Award number:
25/66894

1. Buyer

1.1 Buyer

Official name : Statens vegvesen
Legal type of the buyer : Body governed by public law, controlled by a central government authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Procurement of a new remote access system for OT equipment for the Norwegian Public Roads Administration.
Description : The main objective of the procurement is to procure and implement a new remote access system for effective presentation of OT equipment for road owners and other external equipment, as well as consultancy services to assist internal resources. Mantra: "Users shall have access to what they need (principle of serviceful need and minimum privilege), when they need it, but no longer than that. All accesses and changes shall be logged." The focus on innovation and further development of the remote access system is important, so that the Norwegian Public Roads Administration is connected to developments and can follow updates in the market. It is important that the tenderer has such focus and maintains the product as a relevant and updated service. The objective and scope of the procurement is to find a tenderer who can provide: - Access to a remote access system for OT equipment in the Norwegian Public Roads Administration. - Access to consultancy services on an hourly basis for consultancy, continual improvements and further development, which ensures that the Contracting Authority gets the most out of new and updated technology. - Option for the Contracting Authority to build and production a remote access system for other areas in the department, if the need for separate domains, e.g. Outdoor Control, etc. - Option for the Contracting Authority to fully procure relevant software and hardware that is needed to fully realise the remote access system.
Procedure identifier : 7cf9265e-8c3f-4928-b8e0-f9ba1c0b6306
Internal identifier : 25/66894
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Supplies
Additional nature of the contract : Services
Main classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48100000 Industry specific software package
Additional classification ( cpv ): 48200000 Networking, Internet and intranet software package
Additional classification ( cpv ): 48800000 Information systems and servers
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72100000 Hardware consultancy services
Additional classification ( cpv ): 72700000 Computer network services

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 100 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU

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 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.
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.
Agreements with other economic operators aimed at distorting competition : Has the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition?
Grave professional misconduct : Has the tenderer committed serious errors in professional practice? If relevant, see the definitions in national law, the relevant notice or procurement documents.
Misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Have the tenderer:a) given grossly incorrect information when notifying the information required to verify that there is no basis for rejection, or of the qualification requirements being met,b) failed to provide such information,c) subject to immediately submitting the supporting documents requested by the Contracting Authority, ord) improperly affecting the Contracting Authority's decision process to acquire confidential information that could give this an unlawful advantage in connection with competition, or negligently has given misleading information that can have a significant influence on decisions on rejection, selection or award?
Conflict of interest due to its participation in the procurement procedure : Are tenderers aware of a conflict of interest as stated in national law, the relevant notice or procurement documents?
Direct or indirect involvement in the preparation of this procurement procedure : Has the tenderer or an entity associated with the supplier advised the contracting authority or in another way been involved in the planning of the competition?
Early termination, damages, or other comparable sanctions : Has the tenderer committed significant breaches of contract in connection with the fulfilment of a previous public contract, a previous contract with a public contracting authority or a previous concession contract, where the breach has led to the cancellation of the contract, compensation or other similar sanctions?
Breaching 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?
Business activities are suspended : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
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.
Arrangement with creditors : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
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.
Assets being administered by liquidator : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national law : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Procurement of a new remote access system for OT equipment for the Norwegian Public Roads Administration.
Description : The main objective of the procurement is to procure and implement a new remote access system for effective presentation of OT equipment for road owners and other external equipment, as well as consultancy services to assist internal resources. Mantra: "Users shall have access to what they need (principle of serviceful need and minimum privilege), when they need it, but no longer than that. All accesses and changes shall be logged." The focus on innovation and further development of the remote access system is important, so that the Norwegian Public Roads Administration is connected to developments and can follow updates in the market. It is important that the tenderer has such focus and maintains the product as a relevant and updated service. The objective and scope of the procurement is to find a tenderer who can provide: - Access to a remote access system for OT equipment in the Norwegian Public Roads Administration. - Access to consultancy services on an hourly basis for consultancy, continual improvements and further development, which ensures that the Contracting Authority gets the most out of new and updated technology. - Option for the Contracting Authority to build and production a remote access system for other areas in the department, if the need for separate domains, e.g. Outdoor Control, etc. - Option for the Contracting Authority to fully procure relevant software and hardware that is needed to fully realise the remote access system.
Internal identifier : 25/66894

5.1.1 Purpose

Main nature of the contract : Supplies
Additional nature of the contract : Services
Main classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48100000 Industry specific software package
Additional classification ( cpv ): 48200000 Networking, Internet and intranet software package
Additional classification ( cpv ): 48800000 Information systems and servers
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72100000 Hardware consultancy services
Additional classification ( cpv ): 72700000 Computer network services

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 2 Year

5.1.4 Renewal

Maximum renewals : 6
Other information about renewals : The contract can be extended for 1+1+1+1+1+1 year, so that the total length can be eight years.

5.1.5 Value

Estimated value excluding VAT : 100 000 000 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) : yes
This procurement is also suitable for small and medium-sized enterprises (SMEs) : no

5.1.7 Strategic procurement

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : The Customer will assess the offered price in annex 6 of the contract for this criteria. The total price includes all costs incurred during the entire contract period and hourly rates are summed in accordance with. stated estimates.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Quality
Description : The tenderer ́s response to Annex 1, Annex 3, Requirement Specification. See point 5.1 below. The requirement groups within functional requirements are weighted with the following: "Multi-tenant" (25%), "Innovation" (5%), "Network" (5%), "General" (10%) and "Maintenance" (5 %) The requirement groups within non-functional requirements are weighted a total of 15%. The evaluation will be based on the submitted documentation, and the demonstration will also be used to assess fulfilment of the requirements.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 65
Criterion :
Type : Quality
Name : Standard Terms
Description : The contracting authority ́s risk connected to any standard terms attached to SSA-K/V. Standard terms in relation to the Contracting Authority's Business Principles. Supplementation of table 1 in annex 9 of SSA-L.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 5

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 18/08/2025 10:00 +00:00

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 01/09/2025
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
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 25/08/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : no
Electronic invoicing : Required
Electronic ordering will be used : no
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

5.1.16 Further information, mediation and review

Review organisation : Oslo tingrett
Information about review deadlines : If the tenderer shall submit a request for a provisional injunction against the Customer ́s decision to reject a request to participate in the competition or not select a tenderer, this must be made at the latest 15 days after the Customer has sent out notification of the rejection or selection of the tenderer.
Organisation providing additional information about the procurement procedure : Statens vegvesen
Organisation providing offline access to the procurement documents : Statens vegvesen
Organisation receiving requests to participate : Statens vegvesen
Organisation processing tenders : Statens vegvesen

8. Organisations

8.1 ORG-0001

Official name : Statens vegvesen
Registration number : 971032081
Department : Fellesfunksjoner
Postal address : Skoggata 19
Town : Moss
Postcode : 1500
Country subdivision (NUTS) : Østfold ( NO083 )
Country : Norway
Contact point : Asbjørn Ellefsen Persen
Telephone : +90 845927
Internet address : https://www.vegvesen.no
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Oslo tingrett
Registration number : 926 725 939
Postal address : C.J. Hambros plass 4
Town : Oslo
Postcode : 0125
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : +47 22035200
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : 5d573bda-5038-407c-af9f-5fb59599db53 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 07/07/2025 11:36 +00:00
Notice dispatch date (eSender) : 07/07/2025 12:30 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00444257-2025
OJ S issue number : 128/2025
Publication date : 08/07/2025