Framework agreement for the collection and analysis of road data.

Nye Veier shall be a challenger on how we operate and maintain our roads. In order to rethink and be able to challenge the current methodology, it is central to gain better knowledge about the road installations we operate by regularly mapping the condition of defined road objects, and then …

CPV: 71000000 Architectural, construction, engineering and inspection services, 71600000 Technical testing, analysis and consultancy services, 71631480 Road-inspection services, 72316000 Data analysis services
áit fhorghníomhaithe:
Framework agreement for the collection and analysis of road data.
clárlann:
Nye Veier
uimhir dámhachtana:
396476

1. Buyer

1.1 Buyer

Official name : Nye Veier
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Framework agreement for the collection and analysis of road data.
Description : Nye Veier shall be a challenger on how we operate and maintain our roads. In order to rethink and be able to challenge the current methodology, it is central to gain better knowledge about the road installations we operate by regularly mapping the condition of defined road objects, and then condition development on them. In this way, forecasts can be prepared for future condition development and plan the necessary maintenance, as well as reinvestment or renewal. Nye Veier AS would therefore like to enter into a contract with a tenderer who can collect defined road data from our stretches (mobile mapping) and deliver the required result data and raw data for our internal project and operations systems. Several of the requirements are expected to be in the limit for, or outside of what the current market can deliver. The contract therefore also includes the development of new technology to solve the requirements as described above. Nye Veier's assessment is that it is unlikely that all of the contract ́s ought-requirements (both in categories B and C) can be delivered at the time of the contract signing. We are therefore planning to fund the development of the named services for up to NOK 200,000 excluding VAT. NOK 500,000 per annum during the contract period. This is to be done by the contracting authority and the tenderer in cooperation agreeing on which services shall be developed for the individual contract year. Emphasis is put on the fact that grants for development are not a commitment for the contracting authority and it will not be to be considered as a purely basis for the work performed, but may be used to stimulate the further development of the services that are provided.
Procedure identifier : 04a2048e-413f-45ea-956d-3fd4a2ee8198
Internal identifier : 396476
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Main features of the procedure : Stage 1 - The qualification phase in the competition includes the submission of qualification documents and evaluation and the selection of qualified tenderers. Stage 2 - the tender phase in the competition includes the submission of tender documents. The 3 to 5 best qualified tenderers from stage 1 will be invited to submit a tender in stage 2. The final number of tenderers who will be invited to stage 2 will be decided by the contracting authority. If there are not a minimum of 3 qualified tenderers, the contracting authority reserves the right to invite 2 tenderers to the tender phase, cf. the Public Procurement Regulations § 16-12 (3). The deadline for requesting a provisional injunction against the Contracting Authority's decision is 15 days after notification of rejection or selection of tenderers.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71631480 Road-inspection services
Additional classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71600000 Technical testing, analysis and consultancy services
Additional classification ( cpv ): 72316000 Data analysis services

2.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : Data collection shall be carried out on Nye Veier's stretches.

2.1.3 Value

Estimated value excluding VAT : 15 000 000 Norwegian krone
Maximum value of the framework agreement : 15 000 000 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 of obligations set under purely national exclusion grounds : See the Public Procurement Regulations §24-2.
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 collection and analysis of road data.
Description : Nye Veier shall be a challenger on how we operate and maintain our roads. In order to rethink and be able to challenge the current methodology, it is central to gain better knowledge about the road installations we operate by regularly mapping the condition of defined road objects, and then condition development on them. In this way, forecasts can be prepared for future condition development and plan the necessary maintenance, as well as reinvestment or renewal. Nye Veier AS would therefore like to enter into a contract with a tenderer who can collect defined road data from our stretches (mobile mapping) and deliver the required result data and raw data for our internal project and operations systems. Several of the requirements are expected to be in the limit for, or outside of what the current market can deliver. The contract therefore also includes the development of new technology to solve the requirements as described above. Nye Veier's assessment is that it is unlikely that all of the contract ́s ought-requirements (both in categories B and C) can be delivered at the time of the contract signing. We are therefore planning to fund the development of the named services for up to NOK 200,000 excluding VAT. NOK 500,000 per annum during the contract period. This is to be done by the contracting authority and the tenderer in cooperation agreeing on which services shall be developed for the individual contract year. Emphasis is put on the fact that grants for development are not a commitment for the contracting authority and it will not be to be considered as a purely basis for the work performed, but may be used to stimulate the further development of the services that are provided.
Internal identifier : 396476

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71631480 Road-inspection services
Additional classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71600000 Technical testing, analysis and consultancy services
Additional classification ( cpv ): 72316000 Data analysis services

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : Data collection shall be carried out on Nye Veier's stretches.

5.1.3 Estimated duration

Duration : 3 Year

5.1.4 Renewal

Maximum renewals : 3
Other information about renewals : The contracting authority shall have an option to extend the contract for a further 1+1+1 year, total length up to 6 years. The background for the framework agreement has a potential duration beyond the main rule of four years is that there is expected to be a need for development and investment costs over several years in the start-up in order to ensure deliveries in accordance with the contracting authority ́s needs.

5.1.5 Value

Estimated value excluding VAT : 15 000 000 Norwegian krone
Maximum value of the framework agreement : 15 000 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.
The names and professional qualifications of the staff assigned to perform the contract must be given : Tender requirement
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 : Weighting 30% Price Form Total
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Climate and environment
Description : Use of zero emission vehicles - weight 30%
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Quality - weight 40%
Description : Response to B and C requirements. - Plan for development - CVs for key personnel.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian

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
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 21/08/2025 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 : yes
Electronic payment will be used : yes
Financial arrangement : The framework agreement will be regulated by the Government ́s standard agreement SSA-R and annexes. The call-offs will be regulated by the Government Standard Terms and Conditions SSA-O with annexes.

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

Mediation organisation : Agder tingrett
Review organisation : Klagenemnda for offentlige anskaffelse
Information about review deadlines : The deadline for requesting a provisional injunction against the Contracting Authority's decision is 15 days after notification of the rejection or selection of tenderers.
Organisation providing offline access to the procurement documents : Nye Veier
Organisation receiving requests to participate : Nye Veier
Organisation processing tenders : Nye Veier

8. Organisations

8.1 ORG-0001

Official name : Nye Veier
Registration number : 915 488 099
Postal address : Kjøita 6
Town : Kristiansand
Postcode : 4630
Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Contact point : Ruben Ramsland
Telephone : +47 47972727
Roles of this organisation :
Buyer
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Agder tingrett
Registration number : 926 723 480
Postal address : Postboks 63
Town : Kristiansand
Postcode : 4661
Country subdivision (NUTS) : Agder ( NO092 )
Country : Norway
Telephone : +47 38176300
Roles of this organisation :
Mediation organisation

8.1 ORG-0003

Official name : Klagenemnda for offentlige anskaffelse
Registration number : 918 195 548
Postal address : Zander Kaaes gate 7
Town : Bergen
Postcode : 5015
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Telephone : +47 55193000
Internet address : http://www.kofa.no
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : 0f74a4c1-aadb-4dfa-82cb-97e3cfa6eefb - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 11/07/2025 08:18 +00:00
Notice dispatch date (eSender) : 11/07/2025 08:32 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00456504-2025
OJ S issue number : 132/2025
Publication date : 14/07/2025