Automated Border Control: e-Gates

The Contracting Authority will enter into an agreement for the procurement and maintenance of Automated Border Control: e-Gates (the Solution). The contract value is approximately 4-5 million Euro, including the purchase, maintenance and options for the Solution. If the Solution offered has a long warranty and thereby a high life …

CPV: 34997000 Control, safety or signalling equipment for airports, 30216100 Optical readers, 34960000 Airport equipment, 35120000 Surveillance and security systems and devices, 35125110 Biometric sensors, 50324100 System maintenance services, 50344000 Repair and maintenance services of optical equipment, 50610000 Repair and maintenance services of security equipment, 72200000 Software programming and consultancy services, 72212100 Industry specific software development services, 72261000 Software support services, 72263000 Software implementation services, 72267100 Maintenance of information technology software
áit fhorghníomhaithe:
Automated Border Control: e-Gates
clárlann:
Norwegian Police Shared Services
uimhir dámhachtana:
24/141744

1. Buyer

1.1 Buyer

Official name : Norwegian Police Shared Services
Legal type of the buyer : Central government authority
Activity of the contracting authority : Public order and safety

2. Procedure

2.1 Procedure

Title : Automated Border Control: e-Gates
Description : The Contracting Authority will enter into an agreement for the procurement and maintenance of Automated Border Control: e-Gates (the Solution). The contract value is approximately 4-5 million Euro, including the purchase, maintenance and options for the Solution. If the Solution offered has a long warranty and thereby a high life expectancy, the value of the contract may expand proportionally. There may also be a greater need for the procured products than the given estimate due to unforeseen events or changes in the Contracting Authority's needs. This may increase the scope of the procurement up to a total value of 10 million Euro during the span of the agreement, excluding VAT.
Procedure identifier : 45022615-2d5c-4e91-b857-f1c584e356c2
Internal identifier : 24/141744
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
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 ): 34997000 Control, safety or signalling equipment for airports
Additional classification ( cpv ): 30216100 Optical readers
Additional classification ( cpv ): 34960000 Airport equipment
Additional classification ( cpv ): 35120000 Surveillance and security systems and devices
Additional classification ( cpv ): 35125110 Biometric sensors
Additional classification ( cpv ): 50324100 System maintenance services
Additional classification ( cpv ): 50344000 Repair and maintenance services of optical equipment
Additional classification ( cpv ): 50610000 Repair and maintenance services of security equipment
Additional classification ( cpv ): 72200000 Software programming and consultancy services
Additional classification ( cpv ): 72212100 Industry specific software development services
Additional classification ( cpv ): 72261000 Software support services
Additional classification ( cpv ): 72263000 Software implementation services
Additional classification ( cpv ): 72267100 Maintenance of information technology software

2.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : The first phase of the delivery will be done at the Customers head office in Oslo, Norway

2.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : All other phases of the delivery will be conducted at OSL Oslo Gardermoen Airport

2.1.3 Value

Estimated value excluding VAT : 10 000 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy under national law : Is the economic operator in in any analogous situation like bankruptcy arising from a similar procedure under national laws and regulations? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Bankruptcy : Is the economic operator bankrupt? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Corruption : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for corruption, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 3 of the Convention on the fight against corruption involving officials of the European Communities or officials of Member States of the European Union, OJ C 195, 25.6.1997, p. 1, and in Article 2(1) of Council Framework Decision 2003/568/JHA of 22 July 2003 on combating corruption in the private sector (OJ L 192, 31.7.2003, p. 54). This exclusion ground also includes corruption as defined in the national law of the contracting authority (contracting entity) or the economic operator
Arrangement with creditors : Is the economic operator in arrangement with creditors? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Participation in a criminal organisation : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for participation in a criminal organisation, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 2 of Council Framework Decision 2008/841/JHA of 24 October 2008 on the fight against organised crime (OJ L 300, 11.11.2008, p. 42).
Agreements with other economic operators aimed at distorting competition : Has the economic operator entered into agreements with other economic operators aimed at distorting competition?
Breaching of obligations in the fields of environmental law : Has the economic operator, to its knowledge, breached its obligations in the field of environmental law? As referred to for the purposes of this procurement in national law, in the relevant notice or the procurement documents or in Article 18(2) of Directive 2014/24/EU.
Money laundering or terrorist financing : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for money laundering or terrorist financing, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 1 of Directive 2005/60/EC of the European Parliament and of the Council of 26 October 2005 on the prevention of the use of the financial system for the purpose of money laundering and terrorist financing (OJ L 309, 25.11.2005, p. 15).
Fraud : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for fraud, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? Within the meaning of Article 1 of the Convention on the protection of the European Communities' financial interests (OJ C 316, 27.11.1995, p. 48).
Child labour and other forms of trafficking in human beings : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for child labour and other forms of trafficking in human beings, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 2 of Directive 2011/36/EU of the European Parliament and of the Council of 5 April 2011 on preventing and combating trafficking in human beings and protecting its victims, and replacing Council Framework Decision 2002/629/JHA (OJ L 101, 15.4.2011, p. 1).
Insolvency : Is the economic operator the subject of insolvency or winding-up? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Breaching of obligations in the fields of labour law : Has the economic operator, to its knowledge, breached its obligations in the field of labour law? As referred to for the purposes of this procurement in national law, in the relevant notice or the procurement documents or in Article 18(2) of Directive 2014/24/EU.
Assets being administered by liquidator : Are the assets of the economic operator being administered by a liquidator or by the court? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Can the economic operator confirm that:a) It has been guilty of serious misrepresentation in supplying the information required for the verification of the absence of grounds for exclusion or the fulfilment of the selection criteria,b) It has withheld such information,c) It has not been able, without delay, to submit the supporting documents required by a contracting authority or contracting entity, andd) It has undertaken to unduly influence the decision making process of the contracting authority or contracting entity, to obtain confidential information that may confer upon it undue advantages in the procurement procedure or to negligently provide misleading information that may have a material influence on decisions concerning exclusion, selection or award?
Purely national exclusion grounds : Accepted fines for punishable offenses: Has the supplier themself or a person who is a member of the supplier's administrative, management, or control body, or has the authority to represent, control, or make decisions in such bodies, accepted fines for any of the punishable offenses mentioned above, cf. procurement regulations § 24-2, (2) a-f? Serious errors that raise doubts about professional integrity Has the supplier otherwise committed serious errors that raise doubts about their professional integrity, cf. procurement regulations § 24-2, (3) i?
Conflict of interest due to its participation in the procurement procedure : Is the economic operator aware of any conflict of interest, as indicated in national law, the relevant notice or the procurement documents due to its participation in the procurement procedure?
Direct or indirect involvement in the preparation of this procurement procedure : Has the economic operator or an undertaking related to it advised the contracting authority or contracting entity or otherwise been involved in the preparation of the procurement procedure?
Guilty of grave professional misconduct : Is the economic operator guilty of grave professional misconduct? Where applicable, see definitions in national law, the relevant notice or the procurement documents.
Early termination, damages or other comparable sanctions : Has the economic operator experienced that a prior public contract, a prior contract with a contracting entity or a prior concession contract was terminated early, or that damages or other comparable sanctions were imposed in connection with that prior contract?
Breaching of obligations in the fields of social law : Has the economic operator, to its knowledge, breached its obligations in the field of social law? As referred to for the purposes of this procurement in national law, in the relevant notice or the procurement documents or in Article 18(2) of Directive 2014/24/EU.
Payment of social security contributions : Has the economic operator breached its obligations relating to the payment social security contributions, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment?
Business activities are suspended : Are the business activities of the economic operator suspended? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Payment of taxes : Has the economic operator breached its obligations relating to the payment of taxes, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment?
Terrorist offences or offences linked to terrorist activities : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for terrorist offences or offences linked to terrorist activities, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Articles 1 and 3 of Council Framework Decision of 13 June 2002 on combating terrorism (OJ L 164, 22.6.2002, p. 3). This exclusion ground also includes inciting or aiding or abetting or attempting to commit an offence, as referred to in Article 4 of that Framework Decision.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Automated Border Control: e-Gates
Description : The Contracting Authority will enter into an agreement for the procurement and maintenance of Automated Border Control: e-Gates (the Solution). The contract value is approximately 4-5 million Euro, including the purchase, maintenance and options for the Solution. If the Solution offered has a long warranty and thereby a high life expectancy, the value of the contract may expand proportionally. There may also be a greater need for the procured products than the given estimate due to unforeseen events or changes in the Contracting Authority's needs. This may increase the scope of the procurement up to a total value of 10 million Euro during the span of the agreement, excluding VAT.
Internal identifier : 24/141744

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 34997000 Control, safety or signalling equipment for airports
Additional classification ( cpv ): 30216100 Optical readers
Additional classification ( cpv ): 34960000 Airport equipment
Additional classification ( cpv ): 35120000 Surveillance and security systems and devices
Additional classification ( cpv ): 35125110 Biometric sensors
Additional classification ( cpv ): 50324100 System maintenance services
Additional classification ( cpv ): 50344000 Repair and maintenance services of optical equipment
Additional classification ( cpv ): 50610000 Repair and maintenance services of security equipment
Additional classification ( cpv ): 72200000 Software programming and consultancy services
Additional classification ( cpv ): 72212100 Industry specific software development services
Additional classification ( cpv ): 72261000 Software support services
Additional classification ( cpv ): 72263000 Software implementation services
Additional classification ( cpv ): 72267100 Maintenance of information technology software
Options :
Description of the options : 1. Expansion of the number of units or locations: The agreement shall allow the Customer to procure additional units beyond the initial units, should the need arise at OSL or other locations designated by the Customer. 2. The Supplier must offer an option for a special accessibility e-Gate that meets the needs of as many travellers with disabilities as possible. 3. The Solution should include a centralized template database, which can be implemented in the NBCS (National border control system), as an option. 4. Modular hardware expansions 5. Additional training 6. Increased service level For details, se tender documents.

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : The first phase of the delivery will be done at the Customers head office in Oslo, Norway

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : All other phases of the delivery will be conducted at OSL Oslo Gardermoen Airport

5.1.3 Estimated duration

Other duration : Unknown

5.1.5 Value

Estimated value excluding VAT : 10 000 000 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project fully or partially financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
Information about previous notices :
Identifier of the previous notice : 769745-2024
Identifier of the part of the previous notice : PAR-0000
Identifier of the previous notice : 652996-2024
Identifier of the part of the previous notice : PAR-0000

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Requirement concering the Suppliers economical and financial standing
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 requested and the supplier must also have an annual turnover that at least matches the estimated value of the contract (5 million Euros). Documentation requirement: A credit rating that is based upon the last known accounting figures. The rating must be performed by a credit information agency with a licence for such activities. The rating must include information on the annual turnover from the latest possible year. The Contracting Authority will, if necessary, obtain a credit assessment from a credit agency with a license 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 demanded by the Contracting Authority, it may document its economic and financial standing by presenting any other document that the Contracting Authority deem fit.
Use of this criterion : Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (points, exact) : 30
Criterion :
Type : Other
Name : Self-declaration regarding Russian involvement in public procurement
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 according to section 8n second paragraph. Self-declaration must be attached here. The Supplier should use the template Attachment B - Self-declaration regarding Russian involvement in public procurement"
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Tax certificate for taxes and VAT
Description : Norwegian Suppliers shall enclose a tax certificate for taxes and VAT ("Attest for skatt og merverdiavgift"). The tax certificate can be ordered from "Altinn" and shall not be older than 6 months calculated from the deadline for submitting a request for participation or a tender.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : The Supplier shall be enrolled in a trade register or a relevant professional register in the state which the Supplier is established
Description : Please note that for Norwegian Suppliers the wording "trade register" shall be understood as both "foretaksregister" and "handelsregister". Documentation requirement: Norwegian Suppliers: "Firmaattest". 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.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Relevant experience
Description : Qualification requirement: The Supplier must have experience from comparable deliveries. Documentation requirement: A description of up to 3 of the Suppliers most relevant and comparable assignments from the last 3 years. The description should include details on the recipients (name, phone number and e-mail), time frame, assignment complexity, value and volume of the delivery. It is the Suppliers responsibility to document the experience via the description. The Supplier may document the experience by a reference to personnel they have control over and may use for this delivery, even if the personnel has gained the experience while working for another supplier. The Supplier should use the template Attachment E - References
Use of this criterion : Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (points, exact) : 40
Criterion :
Type : Technical and professional ability
Name : Quality assurance standards, informations security standards and environmental management
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: Quality policy - Quality objectives - Risk management - Process control - Document control - Training and competence - Internal audits - Corrective and preventive actions - Continuous improvement
Use of this criterion : Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (points, exact) : 10
Criterion :
Type : Technical and professional ability
Name : Quality assurance standards, informations security standards and environmental management
Description : Qualification requirement: The Supplier must have a environmental management system. Documentation requirement: The Supplier shall provide documentation of its environmental management system. The following documentation will be accepted: • Valid certificates issued by an independent body (for instance ISO 14001, EMAS or equivalent), or • A description of the Supplier's own environmental management system. The description shall as a minimum include: Environmental policy - Objectives and targets - Risk assessment - Operational control - Monitoring and measurement - Training and awareness - Documentation and record-keeping - Emergency preparedness and response - Continuous improvement
Use of this criterion : Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (points, exact) : 10
Criterion :
Type : Technical and professional ability
Name : Quality assurance standards, informations security standards and environmental management
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, including all information received and produced about the Customer's technical platform, the Norwegian border control, and the Solution purchased and maintained under 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 or equivalent), or • A description of the Supplier's own information management system. The description shall as a minimum include a description of the following aspects: Information security policy - Risk assessment and management - Access control - Incident response plan - Data protection and privacy - Employee training and awareness - Physical security - Monitoring and review - Documentation and record-keeping - Supplier and third-party management
Use of this criterion : Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (points, exact) : 10
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 5
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

5.1.10 Award criteria

Criterion :
Type : Cost
Name : Cost
Description : Cost – Yearly total cost of ownership (TCO) and Additional cost Weight 30-40 %
Criterion :
Type : Quality
Name : Quality
Description : The award criteria Quality has been divided into the following sub-criteria's: • Quality of Solution • Quality of Services • Quality of the supplier's delivery organization Weight 30-40 %
Criterion :
Type : Quality
Name : Environmental impact
Description : • The supplier's guaranteed warranty period (the maximum effect of the warranty period on this criterion is 10 years). • Environmental impact of the warranty provisions Weight 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 : 06/05/2025 21:55 +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 : English
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 13/05/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : All agreements for the procurement are accessible through CTM.
A non-disclosure agreement is required : yes
Additional information about the non-disclosure agreement : The Supplier must, as part for their qualification application attach a signed non-disclosure document based on the Contracting Authority's template (Attachment C – Non-Disclosure Agreement Supplier)
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes
Information about review deadlines : The deadline for submitting a petition for interim court orders to secure a claim ("midlertidig forføyning") against the Contracting Authority's decision to exclude a request for participation from the procurement, cf. the Procurement Regulation § 24-1 and § 24-2, or not select a supplier, cf. the Procurement Regulation § 16-12, will be minimum 15 days after the announcement has been sent to the suppliers, cf. the Procurement Regulation § 20-7.

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Mediation organisation : OSLO TINGRETT
Review organisation : OSLO TINGRETT
Organisation providing more information on the review procedures : Norwegian Police Shared Services
Organisation receiving requests to participate : Norwegian Police Shared Services
Organisation processing tenders : Norwegian Police Shared Services

8. Organisations

8.1 ORG-0001

Official name : Norwegian Police Shared Services
Registration number : 974761157
Postal address : Fridtjof Nansens vei 14
Town : OSLO
Postcode : 0369
Country : Norway
Contact point : Anne Marit Langedal
Telephone : +47 61318000
Internet address : http://www.politiet.no
Roles of this organisation :
Buyer
Organisation receiving requests to participate
Organisation processing tenders
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : OSLO TINGRETT
Registration number : ORG-926725939
Postal address : Postboks 2106 Vika
Town : OSLO
Postcode : 0125
Country : Norway
Telephone : +4722035200
Internet address : https://www.domstol.no/
Roles of this organisation :
Review organisation
Mediation organisation

11. Notice information

11.1 Notice information

Notice identifier/version : fbd73582-9920-4b12-b951-82f84204dee1 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 07/04/2025 06:00 +00:00
Notice dispatch date (eSender) : 07/04/2025 06:00 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00227419-2025
OJ S issue number : 69/2025
Publication date : 08/04/2025