Procurement of Floating Car Data (FCD)

To meet today's demands for efficient and sustainable transport, the Norwegian Public Roads Administration (NPRA) requires comprehensive traffic data to support services for road users and businesses, as well as for monitoring and planning purposes. In particular, NPRA aims to strengthen its ability to monitor and analyse traffic flow, travel …

CPV: 72300000 Uitwerken van gegevens, 72310000 Gegevensverwerkingsdiensten, 72313000 Gegevensvergaringsdiensten, 72314000 Verzamelen en collationeren van gegevens, 72316000 Analyseren van gegevens, 72318000 Datatransmissiediensten, 72319000 Verstrekking van gegevens
Plaats van uitvoering:
Procurement of Floating Car Data (FCD)
Toekennende instantie:
Statens vegvesen
Gunningsnummer:
25/49264

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 : Procurement of Floating Car Data (FCD)
Description : To meet today's demands for efficient and sustainable transport, the Norwegian Public Roads Administration (NPRA) requires comprehensive traffic data to support services for road users and businesses, as well as for monitoring and planning purposes. In particular, NPRA aims to strengthen its ability to monitor and analyse traffic flow, travel times, and traffic density by using both real-time and historical Floating Car Data (FCD). The purpose of this procurement is to ensure that NPRA has access to a broad and reliable range of Floating Car Data (FCD). Through this tender, NPRA seeks to achieve the following objectives: • Access to real-time data • Access to historical data • High data quality and coverage
Procedure identifier : 318969bf-6206-4a71-890f-9d843e2bf882
Internal identifier : 25/49264
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 : Services
Main classification ( cpv ): 72314000 Data collection and collation services
Additional classification ( cpv ): 72300000 Data services
Additional classification ( cpv ): 72310000 Data-processing services
Additional classification ( cpv ): 72313000 Data capture services
Additional classification ( cpv ): 72316000 Data analysis services
Additional classification ( cpv ): 72318000 Data transmission services
Additional classification ( cpv ): 72319000 Data supply services

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

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 : Approved procedures for staffing conditions Does 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 procedures for some of the punishable conditions mentioned above, j.f. the Procurement Regulations § 24-2, (2) paragraph, a-f? Serious errors that cause doubt about his professional integrity Has the tenderer otherwise committed serious errors that cause doubt about his professional integrity, cf.f. the procurement regulations § 24-2, (3) letter in?
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 : Procurement of Floating Car Data (FCD)
Description : To meet today's demands for efficient and sustainable transport, the Norwegian Public Roads Administration (NPRA) requires comprehensive traffic data to support services for road users and businesses, as well as for monitoring and planning purposes. In particular, NPRA aims to strengthen its ability to monitor and analyse traffic flow, travel times, and traffic density by using both real-time and historical Floating Car Data (FCD). The purpose of this procurement is to ensure that NPRA has access to a broad and reliable range of Floating Car Data (FCD). Through this tender, NPRA seeks to achieve the following objectives: • Access to real-time data • Access to historical data • High data quality and coverage
Internal identifier : 25/49264

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72314000 Data collection and collation services
Additional classification ( cpv ): 72300000 Data services
Additional classification ( cpv ): 72310000 Data-processing services
Additional classification ( cpv ): 72313000 Data capture services
Additional classification ( cpv ): 72316000 Data analysis services
Additional classification ( cpv ): 72318000 Data transmission 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 : 4 Year

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : 1 year + 1 year.

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 : 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. Tenderers can, in cases where the tenderer has a justifiable reason for not submitting such documentation, fulfil the requirement by presenting another document that the Contracting Authority deems suitable.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Maximum number of tenders passing : 5
Criterion : Relevant educational and professional qualifications
Description : Tenderers must have relevant experience: Tenderers must document previous experience with delivering vehicle generated data (FCD) systems to national or regional road authorities or operators, and enclose references from similar procurements that show their ability to meet the needs of public road administrations. A newly established supplier who cannot present references must be particularly careful to document and demonstrate that they still have the prerequisites for carrying out the assignment, such as access to FCD and resale rights. Newly established tenderers can document that the requirement is fulfilled by referring to experience that the offered persons/resources have built up in services other than the tenderer.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Maximum number of tenders passing : 5
Criterion : Relevant educational and professional qualifications
Description : Selection criteria: The Norwegian Public Roads Administration would like to enter into agreements with a supplier who can deliver vehicle generated data (FCD) directly from vehicle manufacturers (OEMs). Resaleers will only be selected to participate in the competition if all tenderers with FCD directly from OEMs who have applied have already been selected. Tenderers who can refer to the most relevant experience (holistic assessed) based on the following criteria, will be chosen to participate in the competition: * Delivered to road authorities or road owners (private and public) with a relevant amount of roads. * Real time and historical data * API and web interface * Data delivered to road authorities that use the data for purposes within road planning, from local to national plans. The selection criteria must be documented with a maximum of five references for each point listed above. The contracting authority will select three to five tenderers who will be invited to submit a tender, based on the documentation and references that have been sent in. Tenderers will be selected according to how well they fulfil the qualification criteria listed above.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Maximum number of tenders passing : 5
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 procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.10 Award criteria

Criterion :
Type : Quality
Name : Fulfilment of the contracting authority ́s requirement specifications.
Description : The tenderer's response to the requirements in "Appendix 1 Attachment 1 - Customer specification of requirements" will be evaluated based on which solution is best suited for the Norwegian Public Roads Administration. The requirements are weighted in two categories: Normal and important, where the important requirement has twice as much weight as the normal requirement. The requirements in the Excel sheet are marked either N/A (mandatory requirements), normally or important. The evaluation criteria must be documented by responding to the requirements. Answers should primarily be given in the attached Excel sheet, "Appendix 1 Attachment 1 - Customer specification of requirements". If there is insufficient space in the spreadsheet, the supplier can refer to a structured annex with a clear reference to the requirement ID. Each answer must clearly indicate which specific requirement it addresses. The processing time in the price list for the API calls will also be evaluated in this award criteria.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 60
Criterion :
Type : Price
Name : Price
Description : All prices must be specified • See "Appendix 6 - Attachment 1 – Pricing form" The prices and price terms included in other annexes to the tender are not valid
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : SLA, Service level agreement
Description : As stated in requirement F-044, we prefer to use the supplier ́s standard SLA agreement. The different SLA levels of the tenderers will be evaluated. Tenderers should suggest their standard SLA, which will primarily be evaluated on the following: • The proposed service levels • The methods/tools used to measure provided service levels as regards the proposed levels. • The standardised compensation mechanism if the necessary service levels are not achieved. The SLA shall clearly describe financial compensation in accordance with the tenderer ́s standardised rates.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10
Criterion :
Type : Quality
Name : Handling climate and environmental requirements in this procurement.
Description : Justification for not requiring environmental management standards, or using climate and environmental requirements and/or award criteria in this procurement: This is justified by the exclusionary provision in the Public Procurement Regulations §7-9 fifth paragraph. (5). The obligation to set requirements or criteria in accordance with this provision does not apply as the procurement (IT services) has a climate footprint and an environmental impact that is insignificant and not measurable. The environmental and climate effect of this procurement can only be viewed through positive externalities, i.e. when the vehicle generated data is in use and implemented in the Norwegian Public Roads Administration ́s services.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 0
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

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian, English
Electronic catalogue : Not allowed
Deadline for receipt of requests to participate : 18/06/2025 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

5.1.16 Further information, mediation and review

Review organisation : Oslo tingrett -
Organisation providing more information on the review procedures : Oslo tingrett -

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) : Østfold ( NO083 )
Country : Norway
Contact point : Anders Stedding Kristiansen
Telephone : +47 22 07 30 00
Internet address : https://www.vegvesen.no
Roles of this organisation :
Buyer

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
Organisation providing more information on the review procedures
Notice information
Notice identifier/version : 3e8557cc-0737-4136-b283-2fcd21444eae - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 14/05/2025 07:53 +00:00
Notice dispatch date (eSender) : 14/05/2025 07:58 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00313050-2025
OJ S issue number : 93/2025
Publication date : 15/05/2025