Average speed enforcement system with and without video

The Norwegian Police Shared Services shall, on behalf of Norwegian and Danish police, enter into a framework agreement for the procurement of average speed enforcement systems with and without video for assembly in vehicles, as well as additional equipment, servicing, spare parts etc. for running the products during their lifetime. …

CPV: 34970000 Satiksmes pārraudzības iekārtas, 34971000 Ātrumkontroles kameras, 35200000 Policijas aprīkojums
Termiņš:
2025. gada 4. decembris, 11:00
Termiņa veids:
Piedāvājuma iesniegšana
Izpildes vieta:
Average speed enforcement system with and without video
Piešķīrēja iestāde:
Norwegian Police Shared Services
Piešķīruma numurs:
25/79764

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

1.1 Buyer

Official name : Danish Police
Legal type of the buyer : Body governed by public law, controlled by a central government authority
Activity of the contracting authority : Public order and safety

2. Procedure

2.1 Procedure

Title : Average speed enforcement system with and without video
Description : The Norwegian Police Shared Services shall, on behalf of Norwegian and Danish police, enter into a framework agreement for the procurement of average speed enforcement systems with and without video for assembly in vehicles, as well as additional equipment, servicing, spare parts etc. for running the products during their lifetime.
Procedure identifier : 0f596e8f-15f9-45ca-9f7d-c12bd3f32e4f
Internal identifier : 25/79764
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 34970000 Traffic-monitoring equipment
Additional classification ( cpv ): 34971000 Speed camera equipment
Additional classification ( cpv ): 35200000 Police equipment

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.2 Place of performance

Country : Denmark
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 56 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Applicable cross-border law : Act on public procurements (the Procurement Act) dated 17 June 2016 no. 73 and the public procurement regulations (the procurement regulation) dated 12 August 2016 no. 974, parts I and III (above the EEA threshold value).

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : European Single Procurement Document (ESPD), Procurement Document

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Average speed enforcement system with and without video
Description : The Norwegian Police Shared Services shall, on behalf of Norwegian and Danish police, enter into a framework agreement for the procurement of average speed enforcement systems with and without video for assembly in vehicles, as well as additional equipment, servicing, spare parts etc. for running the products during their lifetime.
Internal identifier : 25/79764

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 34970000 Traffic-monitoring equipment
Additional classification ( cpv ): 34971000 Speed camera equipment
Additional classification ( cpv ): 35200000 Police equipment
Options :
Description of the options : See the tender documentation.

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.2 Place of performance

Country : Denmark
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 4 Year

5.1.4 Renewal

Maximum renewals : 3
Other information about renewals : Option for an extension for 1 year at a time (up to 3 years extension in total).

5.1.5 Value

Estimated value excluding VAT : 56 000 000 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 : Procurement Document, Notice
Criterion : Enrolment in a trade register
Description : The Tenderer shall be enrolled in a trade register or a relevant professional register in the state which the Tenderer is established. Please note that for Norwegian tenderers the wording "trade register" shall be understood as both "foretaksregister" and "handelsregister". Documentation requirement: Norwegian tenderers: "Firmaattest". Foreign tenderers: A statement that shows the Tenderer's registration in a trade register or relevant professional register in the country which the Tenderer is established.
Criterion : Other economic or financial requirements
Description : The Tenderer must have adequate economic and financial standing that ensures the possible performance of the contract. Good creditworthiness, good solvency ratio and annual sales/turnover similar to the average annual value of the contract will be enough to meet the requirement. 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 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 Tenderer 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.
Criterion : References on specified deliveries
Description : The Tenderer must have experience from comparable deliveries. Documentation requirement: A description of up to 3 of the Tenderer's most relevant and comparable assignments during the last 3 years. Relevant assignments is primarily deliveries to police, defence or other public authorities with similar use as the police. The description must i.a include a statement of the value of the delivery, the time frame and the recipient (name, phone number and e-mail). It is the Tenderers responsibility to document the experience via the description. The contracting authority can, if relevant, contact the stated references for verification and/or supplementary information.
Criterion : Certificates by independent bodies about quality assurance standards
Description : The Tenderer must have a good and well-functioning quality assurance and management system for the performance that shall be delivered. Documentation requirement: The Tenderer 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 Tenderer fulfils quality assurance standards as stated in ISO 9001 or equivalent, or A description that as a minimum includes the company's procedures/routines for: - Deviation and complaint processing - Approval of subcontractors - The process from the receipt and registration of orders, until delivery to the customer has occured.
Criterion : Environmental management measures
Description : The Tenderer must have a environmental management system. Documentation requirement: The Tenderer 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, Eco-Lighthouse or equivalent), or A description of the Tenderer's own environmental management system. The description shall as a minimum include the Tenderer's environmental policy and environmental objective(s).

5.1.10 Award criteria

Criterion :
Type : Cost
Description : Weight 50-60% (55% as a starting point)
Category of award threshold criterion : Weight (percentage, middle of a range)
Award criterion number : 55
Criterion :
Type : Quality
Description : Weight 40-50% (45% as a starting point)
Category of award threshold criterion : Weight (percentage, middle of a range)
Award criterion number : 45

5.1.11 Procurement documents

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Not allowed
Variants : Not allowed
Deadline for receipt of tenders : 04/12/2025 11:00 +00:00
Deadline until which the tender must remain valid : 3 Month
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 :
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 District Court
Information about review deadlines : Oslo District Court

8. Organisations

8.1 ORG-0001

Official name : Norwegian Police Shared Services
Registration number : 974761157
Department : Politiets fellestjenester
Postal address : Postboks 116
Town : JAREN
Postcode : 2714
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Contact point : Steinar Elnes
Telephone : +47 61318000
Internet address : http://www.politiet.no
Roles of this organisation :
Buyer
Group leader

8.1 ORG-0002

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

8.1 ORG-0003

Official name : Danish Police
Registration number : 17 14 36 11
Town : København
Postcode : 1780
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Telephone : +4761318000
Roles of this organisation :
Buyer

Notice information

Notice identifier/version : 3023e254-0b5d-4b03-9529-352b22de0dcc - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 23/10/2025 13:36 +00:00
Notice dispatch date (eSender) : 24/10/2025 10:44 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00706760-2025
OJ S issue number : 206/2025
Publication date : 27/10/2025