License Plate Recognition Service (LPRS) for AutoPASS

The procurement is for a License Plate Recognition System (LPRS) as a component of the AutoPASS system portfolio. LPRS embraces a system for Automatic Number Plate Recognition (ANPR) and Manual Image Recognition (MIR). The procurement is for a License Plate Recognition System (LPRS) as a component of the AutoPASS system …

CPV: 72000000 IT-szolgáltatások: tanácsadás, szoftverfejlesztés, internet és támogatás, 72212328 Képfeldolgozó szoftverek fejlesztésével kapcsolatos szolgáltatások, 72243000 Programozási szolgáltatások, 72300000 Adatkezelési szolgáltatások, 72312200 Optikai karakterfelismerési szolgáltatások, 72314000 Adatgyűjtési és -egybevetési szolgáltatások, 72319000 Adatszolgáltatási szolgáltatások
A végrehajtás helye:
License Plate Recognition Service (LPRS) for AutoPASS
Díjat odaítélő szervezet:
Statens vegvesen
Díj száma:
25/58966

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 : License Plate Recognition Service (LPRS) for AutoPASS
Description : The procurement is for a License Plate Recognition System (LPRS) as a component of the AutoPASS system portfolio. LPRS embraces a system for Automatic Number Plate Recognition (ANPR) and Manual Image Recognition (MIR).
Procedure identifier : 12abd995-702e-430b-9c55-8b4888ddb0ac
Internal identifier : 25/58966
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72212328 Image-processing software development services
Additional classification ( cpv ): 72243000 Programming services
Additional classification ( cpv ): 72300000 Data services
Additional classification ( cpv ): 72312200 Optical character recognition services
Additional classification ( cpv ): 72314000 Data collection and collation services
Additional classification ( cpv ): 72319000 Data supply services

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 140 000 000 Norwegian krone

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 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.
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.
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.
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.
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)
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?
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.
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).
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).
Child labour and 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).
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.
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.
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.
Guilty of 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?
Purely national exclusion grounds : Approved procedures for staffable conditions Has 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, approved a proposal for some of the punishable conditions mentioned above, j.f. the Procurement Regulations § 24-2, (2) section, a-f? Serious errors that cause doubt about his professional integrity Have the tenderer otherwise committed serious errors that cause doubt about his professional integrity, cf.f. the procurement regulations § 24-2, (3) letter in?
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?
Guilty of 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.
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 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.
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?
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.
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?
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.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : License Plate Recognition Service (LPRS) for AutoPASS
Description : The procurement is for a License Plate Recognition System (LPRS) as a component of the AutoPASS system portfolio. LPRS embraces a system for Automatic Number Plate Recognition (ANPR) and Manual Image Recognition (MIR).
Internal identifier : 25/58966

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72212328 Image-processing software development services
Additional classification ( cpv ): 72243000 Programming services
Additional classification ( cpv ): 72300000 Data services
Additional classification ( cpv ): 72312200 Optical character recognition services
Additional classification ( cpv ): 72314000 Data collection and collation services
Additional classification ( cpv ): 72319000 Data supply services

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 7 Year

5.1.4 Renewal

Maximum renewals : 3
The buyer reserves the right for additional purchases from the contractor, as described here : The contract can be extended for 1+1+1 year, total 7 years.

5.1.5 Value

Estimated value excluding VAT : 140 000 000 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

Criterion :
Type : Economic and financial standing
Name : Requirements of the tenderer's economic and financial capacity.
Description : Tenderers must have sufficient financial capacity to fulfil the contract. Creditworthiness will be sufficient to meet the requirement. Documentation 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. Requirements for the supplier's economic and financial capacity The supplier shall have sufficient economic and financial capacity to carry out the contract. A satisfactory credit rating will suffice to meet this requirement. Documentation requirements: The Contracting Authority will obtain a credit rating from Experian. In case of doubt, the Contracting Authority may request additional information from the Supplier.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Requirements regarding the tenderer ́s technical and professional qualifications.
Description : Tenderers shall have equivalent experience. In order for the experience to be equivalent within the offered product areas, it must be of an equivalent value, nature and scope and it must include the following: • Deliveries of products with equivalent requirements for accuracy and functionality as described in annex 1. Documentation requirement: Tenderers shall confirm that they fulfil this requirement when submitting their tender. Tenderers shall enclose the following documentation: • Description and references for at least two (2) and no more than five (5), of the tenderer's most relevant deliveries from the last five (5) years. Each reference cannot exceed two A4 pages of text, shall contain contact information and shall state the processed volume. The tenderer is responsible for ensuring that all documentation fulfils the stipulated requirements. • A description of how the acquired experience from the above mentioned references will be used to fulfil this tender; this description cannot exceed two A4 pages per reference. Requirements for the supplier's technical and professional qualifications The supplier must have equivalent experience. For the experience to be equivalent within the offered product areas, it must be of equivalent value, nature, and scope and include the following: • Deliveries of products with equivalent requirements for accuracy and functionality as described in Annex 1. Documentation requirements: The Supplier shall confirm its compliance with this requirement upon submitting its tender. The supplier must provide the following proof of documentation: • Description and references for at least two (2), and no more than five (5), of its most relevant deliveries from the past five (5) years. Each reference must not exceed two A4 pages of text, must include contact information, and must specify the volumes processed. The Supplier is responsible for ensuring that all documentation meets the stated requirements. • Description on how its experience from the above references will be applied to fulfil this tender; this description may likewise not exceed two A4 pages per reference
Use of this criterion : Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion :
Type : Technical and professional ability
Name : The tenderer must have sufficient implementation ability.
Description : Documentation requirement: Tenderers shall confirm that they fulfil this requirement when submitting their tender. Tenderers shall enclose the following documentation: • A description of how the tenderer will maintain sustainable capacity to fulfil the contract, including organisation structure, relevant resources (except CVs), any planned use of third-party suppliers or sub-suppliers, as well as the tenderer's approach to quality management, environmental responsibility and social responsibility. The Supplier shall have the capacity to fulfil the contract. Documentation requirements: The Supplier shall confirm its compliance with this requirement upon submitting its tender. The supplier must provide the following proof of documentation: • Description of how the Supplier will maintain a sustainable capacity to fulfil the agreement, addressing organisational structure, relevant resources (excluding CVs), any planned use of thirdparty contractors or subcontractors, and the Supplier's approach to quality management, environmental responsibility, and corporate responsibility.
Use of this criterion : Used
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 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 : Price
Name : Price
Description : The Total Cost of Ownership Criterium for Price shall assess Total Cost of Ownership (TCO) throughout the entire contract period, including establishment, operation (with associated costs for the Contracting Authority) and other relevant cost elements connected to the proposed solution. TCO comprises the following cost elements: • Establishment costs • Operational costs for the contracting authority ́s platform* • Monthly service charges • Image processing fees • Hourly rates for additional services or unforeseen activities Documentation Requirement: Tenderers shall fill in: • SSA-L Annex 6 Annex 1
Weight (percentage, exact) : 40
Criterion :
Type : Quality
Name : K1: Quality of service
Description : Quality and risk of the offered system, which may include (but not limited to): • Establishment phase • General requirements • LPRS requirements • Performance level and scaling • Hosting of software in the service • Reports and reporting interface • Service Desk • User administration and identity and access management • Cyber security • Security management • Security documentation • Audit and quality assurance • Test and development - environment, tool and methodology • Maintenance • New versions • Application operation Documentation requirement: Tenderers shall fill in: • SSA-L Annex 2 and annex 1 • SSA-L Annex 3 • SSA-L Annex 4 • SSA-L Annex 5
Weight (percentage, exact) : 60
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

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 05/05/2025 10:00 +00:00

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 19/05/2025
Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 12/05/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
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
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Oslo tingrett
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed : Oslo tingrett
Organisation providing information concerning the general regulatory framework for environmental protection applicable in the place where the contract is to be performed : Oslo tingrett
Organisation providing information concerning the general regulatory framework for employment protection and working conditions applicable in the place where the contract is to be performed : Oslo tingrett
Organisation providing additional information about the procurement procedure : Statens vegvesen
Organisation providing offline access to the procurement documents : Statens vegvesen
Organisation receiving requests to participate : Statens vegvesen
Organisation processing tenders : Statens vegvesen

8. Organisations

8.1 ORG-0001

Official name : Statens vegvesen
Registration number : 971032081
Department : Fellesfunksjoner
Postal address : Skoggata 19
Town : Moss
Postcode : 1500
Country : Norway
Contact point : Gro Austad
Telephone : +47 90031469
Internet address : https://www.vegvesen.no
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Oslo tingrett
Registration number : 926 725 939
Postal address : C.J. Hambros plass 4
Town : Oslo
Postcode : 0125
Country : Norway
Telephone : +47 22035200
Roles of this organisation :
Review organisation
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed
Organisation providing information concerning the general regulatory framework for environmental protection applicable in the place where the contract is to be performed
Organisation providing information concerning the general regulatory framework for employment protection and working conditions applicable in the place where the contract is to be performed

11. Notice information

11.1 Notice information

Notice identifier/version : eaaad782-c014-4a05-b9f5-e191eb05acec - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 07/04/2025 13:03 +00:00
Notice dispatch date (eSender) : 07/04/2025 13:32 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00228629-2025
OJ S issue number : 70/2025
Publication date : 09/04/2025