Framework agreement for the procurement of electrical boards and cupboards for ATK

The Norwegian Public Roads Administration Norway developed and developed a system for Automatic Traffic Control (ATK) from 1989. The system measures the speed of vehicles and takes a picture if the vehicle drives above a set speed. The equipment for the system along the roadside is assembled in three different …

CPV: 31211100 Elektrikilbid, 31600000 Elektriseadmed ja aparaadid, 31700000 Elektroonilised, elektromehaanilised ja elektrotehnilised tarvikud, 44212300 Konstruktsioonid ja detailid, 44316400 Rauakaubad, 44424100 Mõõturite korpusekarbid
Tähtaeg:
juuni 16, 2025, 10 e.l.
Tähtaja tüüp:
Pakkumise esitamine
Täitmise koht:
Framework agreement for the procurement of electrical boards and cupboards for ATK
Auhindade andmise asutus:
Statens vegvesen
Auhinna number:
24/252622

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 : Framework agreement for the procurement of electrical boards and cupboards for ATK
Description : The Norwegian Public Roads Administration Norway developed and developed a system for Automatic Traffic Control (ATK) from 1989. The system measures the speed of vehicles and takes a picture if the vehicle drives above a set speed. The equipment for the system along the roadside is assembled in three different types of cabinets; photo cupboards, tunnel cabinets and measuring cabinets. The cabinets are assembled along roads in Norway, both inside and outside the tunnels, and are thus exposed to a rough environment. The procurement includes three types of cabinets and one foundation: • Photo cabinet • Tunnel cabinets • Measuring cupboards • Foundations for measuring cabinets The procurement includes three types of electrical boards: • Type A • Type M • Type B (option) As well as one type of electrical cable: • Loop cable K151 (option)
Procedure identifier : ddc272b2-ffe8-421c-9142-82074d237902
Internal identifier : 24/252622
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 44316400 Hardware
Additional classification ( cpv ): 31211100 Boards for electrical apparatus
Additional classification ( cpv ): 31600000 Electrical equipment and apparatus
Additional classification ( cpv ): 31700000 Electronic, electromechanical and electrotechnical supplies
Additional classification ( cpv ): 44212300 Structures and parts
Additional classification ( cpv ): 44424100 Meter-housing boxes

2.1.2 Place of performance

Anywhere

2.1.3 Value

Estimated value excluding VAT : 6 000 000 Norwegian krone
Maximum value of the framework agreement : 8 000 000 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 : Framework agreement for the procurement of electrical boards and cupboards for ATK
Description : The Norwegian Public Roads Administration Norway developed and developed a system for Automatic Traffic Control (ATK) from 1989. The system measures the speed of vehicles and takes a picture if the vehicle drives above a set speed. The equipment for the system along the roadside is assembled in three different types of cabinets; photo cupboards, tunnel cabinets and measuring cabinets. The cabinets are assembled along roads in Norway, both inside and outside the tunnels, and are thus exposed to a rough environment. The procurement includes three types of cabinets and one foundation: • Photo cabinet • Tunnel cabinets • Measuring cupboards • Foundations for measuring cabinets The procurement includes three types of electrical boards: • Type A • Type M • Type B (option) As well as one type of electrical cable: • Loop cable K151 (option)
Internal identifier : 24/252622

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 44316400 Hardware
Additional classification ( cpv ): 31211100 Boards for electrical apparatus
Additional classification ( cpv ): 31600000 Electrical equipment and apparatus
Additional classification ( cpv ): 31700000 Electronic, electromechanical and electrotechnical supplies
Additional classification ( cpv ): 44212300 Structures and parts
Additional classification ( cpv ): 44424100 Meter-housing boxes

5.1.2 Place of performance

Anywhere
Additional information :

5.1.3 Estimated duration

Duration : 3 Year

5.1.4 Renewal

Maximum renewals : 1

5.1.5 Value

Estimated value excluding VAT : 6 000 000 Norwegian krone
Maximum value of the framework agreement : 8 000 000 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 : Other economic or financial requirements
Description : Wrong title in heading. wrong eforms: Correct title: Tax certificate Tenderers shall have their tax, payroll tax and VAT payments in order. Tenderers shall confirm that they fulfil this requirement when submitting their tender. Tenderers shall, upon request by the Contracting Authority, present a tax and VAT certificate issued by a competent body in the tenderer's home country or the country where the tenderer is established. The certificate shall show whether the tenderer has fulfilled his obligations to pay taxes, duties and social security contributions. The certificate shall not be older than six months from the tender deadline. If a request for participation in the competition is to be submitted, the certificate must not be older than six months calculated from the deadline for submitting the enquiry.
Criterion : Other economic or financial requirements
Description : Tenderers must have sufficient financial capacity to fulfil the contract. Creditworthiness will be sufficient to meet the requirement. The contracting authority will obtain a credit rating from Experian. If there is doubt, the Contracting Authority can obtain further information from the tenderer.
Criterion : References on specified works
Description : Wrong title in heading. error in eforms: Correct title: Requirements of the tenderer's technical and professional qualifications. Tenderers shall have relevant experience with the service and products in the procurement. The following central works/areas are particularly relevant: • Stoppages and welds of aluminium. Tenderers shall confirm that they fulfil this requirement when submitting their tender. Tenderers shall present the following documentation proof if requested by the contracting authority: - An overview of at least 3 (maximum 5) of the most important, relevant work performed during the last three years, including a short description of the assignment, the name of the public or private recipient, as well as information on value/amount/scope and date. A tenderer who is newly established and cannot submit references, must be particularly careful to document and substantiate that they still have the prerequisites required to carry out the assignment. Newly established tenderers can document that the requirement is fulfilled by referring to experience that the offered persons/resources have built up in the service of others than the tenderer.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Wrong title in eforms: correct title: Requirement of the tenderer ́s quality assurance standards and environmental management standards. Tenderers shall have a well-functioning environmental management system that is based on recognised environmental management standards. Tenderers shall confirm that they fulfil this requirement when submitting their tender. Tenderers shall present the following documentation proof if requested by the contracting authority: - Certificate issued by an independent body that documents that the tenderer is certified in accordance with ISO 14001 (2015), EMAS, Miljøfyrtårn or equivalent certificates issued by bodies in other EEA states. Other documentation for equivalent environmental management measures will be accepted if the tenderer cannot obtain such certificates by the deadline, and this is not due to the tenderer himself. It is a prerequisite that the tenderer documents that these measures correspond to the requested environment systems or standards.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price weighted 70%
Description : completed price form
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 70
Criterion :
Type : Quality
Name : Environment and climate
Description : Portion of recycled aluminium Overattainment of the minimum requirement of 20%.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 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

Deadline for requesting additional information : 11/06/2025 10:00 +00:00

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 tenders : 16/06/2025 10:00 +00:00
Deadline until which the tender must remain valid : 300625 Day
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
Maximum number of participants : 1
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 : in accordance with
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) : Extra-Regio NUTS 3 ( NOZZZ )
Country : Norway
Contact point : Mats Stenshagen Noreng
Telephone : +93 408798
Internet address : https://www.vegvesen.no
Roles of this organisation :
Buyer
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 : a41cf63c-3342-42ff-b80f-7e4c629d5f40 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 09/05/2025 12:49 +00:00
Notice dispatch date (eSender) : 09/05/2025 13:00 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00307426-2025
OJ S issue number : 91/2025
Publication date : 13/05/2025