Procurement of API and PNR Gateway Service

The customer is seeking a service provider capable of receiving Advance Passenger Information (API) and Passenger Name Record (PNR) data on behalf of the Norwegian authorities, and securely making this data available for the Norwegian Police IT Unit. Norwegian authorities are obligated to receive advance passenger information in electronic form, …

CPV: 72268000 Software supply services, 48000000 Software package and information systems, 48100000 Industry specific software package, 48120000 Flight control software package, 48121000 Air traffic control software package, 48219000 Miscellaneous networking software package, 48219100 Gateway software package, 48810000 Information systems, 48813000 Passenger information system, 48813200 Real-time passenger information system, 72000000 IT services: consulting, software development, Internet and support, 72260000 Software-related services
Place of execution:
Procurement of API and PNR Gateway Service
Awarding body:
Politiets fellestjenester
Award number:
25/21422

1. Buyer

1.1 Buyer

Official name : Politiets fellestjenester
Legal type of the buyer : Central government authority
Activity of the contracting authority : Public order and safety

2. Procedure

2.1 Procedure

Title : Procurement of API and PNR Gateway Service
Description : The customer is seeking a service provider capable of receiving Advance Passenger Information (API) and Passenger Name Record (PNR) data on behalf of the Norwegian authorities, and securely making this data available for the Norwegian Police IT Unit. Norwegian authorities are obligated to receive advance passenger information in electronic form, pursuant to the Border Control Act §§ 16 and 16a. In order to receive this information, an external reception solution is required. For further information see the competition documents.
Procedure identifier : 4183cbaa-309c-4aa9-950c-49b4ebeaaee6
Internal identifier : 25/21422
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 : Services
Main classification ( cpv ): 72268000 Software supply services
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48100000 Industry specific software package
Additional classification ( cpv ): 48120000 Flight control software package
Additional classification ( cpv ): 48121000 Air traffic control software package
Additional classification ( cpv ): 48219000 Miscellaneous networking software package
Additional classification ( cpv ): 48219100 Gateway software package
Additional classification ( cpv ): 48810000 Information systems
Additional classification ( cpv ): 48813000 Passenger information system
Additional classification ( cpv ): 48813200 Real-time passenger information system
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72260000 Software-related services

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 65 000 000 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 API and PNR Gateway Service
Description : The customer is seeking a service provider capable of receiving Advance Passenger Information (API) and Passenger Name Record (PNR) data on behalf of the Norwegian authorities, and securely making this data available for the Norwegian Police IT Unit. Norwegian authorities are obligated to receive advance passenger information in electronic form, pursuant to the Border Control Act §§ 16 and 16a. In order to receive this information, an external reception solution is required. For further information see the competition documents.
Internal identifier : 25/21422

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72268000 Software supply services
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48100000 Industry specific software package
Additional classification ( cpv ): 48120000 Flight control software package
Additional classification ( cpv ): 48121000 Air traffic control software package
Additional classification ( cpv ): 48219000 Miscellaneous networking software package
Additional classification ( cpv ): 48219100 Gateway software package
Additional classification ( cpv ): 48810000 Information systems
Additional classification ( cpv ): 48813000 Passenger information system
Additional classification ( cpv ): 48813200 Real-time passenger information system
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72260000 Software-related services

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 8 Year

5.1.5 Value

Estimated value excluding VAT : 65 000 000 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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : References on specified services
Description : Qualification requirement: The Supplier must have relevant experience from comparable deliveries. Relevant experience in this context refers to experience in delivering a SaaS-solution for the provision of API and PNR data, as well as value-adding services such as connection and disconnection of airlines, user support, real-time air traffic schedule information and monitoring data quality and follow up deviations. Documentation requirement: A description of a minimum of one(1) and up to three (3) of the Supplier's most relevant assignments carried out during the past three (3) years. Each description must include: •An explanation of why the reference is considered a comparable delivery. A statement of the economic value of the delivery. •The time frame of the assignment. The recipient's contact details (name, phone number, and email address). It is the Supplier's responsibility to document their experience through these descriptions.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Enrolment in a trade register
Description : Qualification requirement: The Supplier shall be enrolled in a trade register or a relevant professional register in the state which the Supplier is established. Please note that for Norwegian Suppliers the wording "trade register" shall be understood as both "foretaksregister" and "handelsregister". Documentation requirement: Norwegian Suppliers: "Company Registration Certificate". Foreign Suppliers: A statement that shows the Supplier's registration in a trade register or relevant professional register in the country which the Supplier is established.
Criterion : Financial ratio
Description : Qualification requirement: The Supplier must have adequate economic and financial standing that ensures the possible performance of the contract. Creditworthiness without a requirement for security will be enough to meet the requirement. Documentation requirement: The Supplier shall provide both: A credit rating report issued by a recognised credit rating agency, based on the latest available annual financial statements. The annual financial statements on which the credit rating is based, including: -Balance sheet and income statement -Notes to the financial statements -Independent auditor's report All documents must be provided in English or accompanied by an English translation. The Contracting Authority will, if necessary, obtain a credit assessment from a credit agency with a licence to conduct such activities, as a supplement to the documentation provided in the offer. If the Supplier has a justifiable basis not to produce the documentation reviewed by the Contracting Authority, it may document its economic and financial standing by presenting any other document that the Contracting Authority deem fit.
Criterion : Supply chain management
Description : Public contracting authorities are required not to enter into or continue contracts entered into with legal persons/companies that are covered by § 8n of the regulation on restrictive measures regarding actions that undermine or threaten Ukraine's territorial integrity, sovereignty, independence and stability of 15 August 2014 no. 1076 (Sanctions regulations Ukraine (territorial integrity, etc.)), unless the Ministry of Foreign Affairs gives permission to give permission to section 8n second paragraph. Self-declaration must be attached here.
Criterion : Certificates by quality control institutes
Description : Qualification requirement: The Supplier must have a good and well-functioning quality assurance and management system for the performance that shall be delivered. Documentation requirement: The Supplier shall provide documentation of its quality assurance and management system. The following documentation will be accepted: • Certificate for the company's quality assurance and management system issued by an independent body that verifies that the Supplier fulfils quality assurance standards as stated in ISO 9001 or equivalent, or • A description that as a minimum includes the company's procedures/routines for: Deviation and complaint processing - Approval of subcontractors - The process from the receipt and registration of orders, until delivery to the customer has occured.
Criterion : Security of information
Description : Qualification requirement: The Supplier must have a good and well-functioning Information Security Management System (ISMS) to securely manage and protect information about the Customer and the Agreement. Documentation requirement: The Supplier shall provide documentation of its information security management system. The following documentation will be accepted: • Valid certificates issued by an independent body (for instance ISO 27001, NIST, CIS, ISF, ISA or equivalent), or • A description of the Supplier's own Information Security Management System. The description shall as a minimum include the controls, mapped against ISO27001, NIST or CIS controls. A Statement of Applicability (SoA) or an equivalent document providing an overview of the processes and methods implemented by the supplier, along with references to the specific processes covered under ISO/IEC 27001, NIST, or CIS frameworks, are preferred.
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
Maximum number of candidates to be invited for the second stage of the procedure : 5
The procedure will take place in successive stages. At each stage, some participants may be eliminated
The buyer reserves the right to award the contract on the basis of the initial tenders without any further negotiations

5.1.11 Procurement documents

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
Deadline for receipt of requests to participate : 22/09/2025 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 : 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 : The deadline for a temporary injunction is 15 days after the rejection or deselection, cf. the Public Procurement Regulations § 20-7 (1). The waiting period is 10 days, cf. the Public Procurement Regulations § 25-2.

8. Organisations

8.1 ORG-0001

Official name : Politiets fellestjenester
Registration number : 974761157
Department : Politiets fellestjenester
Postal address : Fridtjof Nansens vei 14
Town : OSLO
Postcode : 0369
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Benedicte Orheim
Telephone : +47 61318000
Internet address : http://www.politiet.no
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Oslo tingrett
Registration number : 926 725 939
Postal address : Postboks 2106 Vika
Town : OSLO
Postcode : 0125
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : +47 22035200
Internet address : https://www.domstol.no/
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : 187da1a2-da23-4c9c-9197-350fd760f035 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 21/08/2025 13:24 +00:00
Notice dispatch date (eSender) : 22/08/2025 10:00 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00552662-2025
OJ S issue number : 161/2025
Publication date : 25/08/2025