Framework agreement for control devices for signal systems.

The Agency for Urban Environment is responsible for Oslo municipality ́s 324 signal installations on the municipal road network, including safeguarding traffic safety and accessibility. To ensure operational safety on the municipal road network, there is a regular need to replace the current or damaged equipment for the different signal …

CPV: 34996000 Drogowe urządzenia kontrolne, bezpieczeństwa lub sygnalizacyjne, 34000000 Sprzęt transportowy i produkty pomocnicze dla transportu, 34900000 Różny sprzęt transportowy i części zapasowe, 34920000 Sprzęt drogowy, 34923000 Sprzęt do kontroli ruchu drogowego, 34990000 Sprzęt kontrolny, bezpieczeństwa, sygnalizacyjny i oświetleniowy
Termin:
10 listopada 2025 11:00
Rodzaj terminu:
Złożenie oferty
Miejsce wykonania:
Framework agreement for control devices for signal systems.
Miejsce udzielenia zamówienia:
Oslo kommune v/ Bymiljøetaten
Numer nagrody:
25/42238

1. Buyer

1.1 Buyer

Official name : Oslo kommune v/ Bymiljøetaten
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Framework agreement for control devices for signal systems.
Description : The Agency for Urban Environment is responsible for Oslo municipality ́s 324 signal installations on the municipal road network, including safeguarding traffic safety and accessibility. To ensure operational safety on the municipal road network, there is a regular need to replace the current or damaged equipment for the different signal installations as well as the installation of new control devices in connection with the establishment of new traffic lights. The control apparatus shall be replaced and established in the signal installations in Oslo over a period of four years from and including 2026. The control devices are the "brain" in the traffic light signal installations that control how the distribution of light colours functions. It is anticipated that the need to maintain high operational security on the municipal road network in Oslo is replacing and establishing approx. 20 new control apparatuses per annum and approx. 80 control apparatuses over four years. Primarily it is a replacement of existing apparatuses older than 12-15 years, as these are more frequently causing errors. The contract is subject to annual and total replacements based on actual need as well as grants for these. Most of the annual delivery is expected in the summer (April - October) each year in the contract period. The delivery includes delivery, installation, programming and commissioning of the control devices, as well as disassembly and transport of the old control devices to the designated location. This framework agreement is valid for up to a maximum value of NOK 20,000,000 excluding VAT. The framework does not involve any obligation for the Contracting Authority to use the stated sum.
Procedure identifier : 1b6d7da9-a885-4e50-b694-ff42329b0856
Internal identifier : 25/42238
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 34996000 Control, safety or signalling equipment for roads
Additional classification ( cpv ): 34000000 Transport equipment and auxiliary products to transportation
Additional classification ( cpv ): 34900000 Miscellaneous transport equipment and spare parts
Additional classification ( cpv ): 34920000 Road equipment
Additional classification ( cpv ): 34923000 Road traffic-control equipment
Additional classification ( cpv ): 34990000 Control, safety, signalling and light equipment

2.1.2 Place of performance

Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 20 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : European Single Procurement Document (ESPD), 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 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 control devices for signal systems.
Description : The Agency for Urban Environment is responsible for Oslo municipality ́s 324 signal installations on the municipal road network, including safeguarding traffic safety and accessibility. To ensure operational safety on the municipal road network, there is a regular need to replace the current or damaged equipment for the different signal installations as well as the installation of new control devices in connection with the establishment of new traffic lights. The control apparatus shall be replaced and established in the signal installations in Oslo over a period of four years from and including 2026. The control devices are the "brain" in the traffic light signal installations that control how the distribution of light colours functions. It is anticipated that the need to maintain high operational security on the municipal road network in Oslo is replacing and establishing approx. 20 new control apparatuses per annum and approx. 80 control apparatuses over four years. Primarily it is a replacement of existing apparatuses older than 12-15 years, as these are more frequently causing errors. The contract is subject to annual and total replacements based on actual need as well as grants for these. Most of the annual delivery is expected in the summer (April - October) each year in the contract period. The delivery includes delivery, installation, programming and commissioning of the control devices, as well as disassembly and transport of the old control devices to the designated location. This framework agreement is valid for up to a maximum value of NOK 20,000,000 excluding VAT. The framework does not involve any obligation for the Contracting Authority to use the stated sum.
Internal identifier : 25/42238

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 34996000 Control, safety or signalling equipment for roads
Additional classification ( cpv ): 34000000 Transport equipment and auxiliary products to transportation
Additional classification ( cpv ): 34900000 Miscellaneous transport equipment and spare parts
Additional classification ( cpv ): 34920000 Road equipment
Additional classification ( cpv ): 34923000 Road traffic-control equipment
Additional classification ( cpv ): 34990000 Control, safety, signalling and light equipment
Options :
Description of the options : Options of two years (1+1).

5.1.2 Place of performance

Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 2 Year

5.1.5 Value

Estimated value excluding VAT : 20 000 000 Norwegian krone
Maximum value of the framework agreement : 20 000 000 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) : no

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : Requirement: The tenderer shall be a legally established company. Documentation requirement: Norwegian companies: Company Registration Certificate Foreign companies: Proof that the company is registered in a trade or business register as prescribed by the law of the country where the company is established.
Criterion : Financial ratio
Description : Requirement: The tenderer shall have sufficient economic and financial capacity to be able to fulfil the contract. Documentation requirement: The company's last Annual Financial Statement including notes, the Board's Annual Reports and Audit Reports, including new information of relevance to the company's fiscal numbers. The contracting authority reserves the right to obtain credit appraisal on its own initiative.
Criterion : References on specified services
Description : Requirement: The tenderer shall have good experience from equivalent assignments. Equivalent assignments mean experience with installation of control devices for signal installations. Documentation requirement: A short description of the most important deliveries in the last three years, including information on the contract ́s value, date of delivery as well as the name of the contracting authority and a description of the assignment ́s content.
Criterion : Average yearly manpower
Description : Requirement: The tenderer shall have sufficient capacity to fulfil the contract. Documentation requirement: A description of the tenderer's average workforce and the number of employees in the management in the last three years.
Criterion : Measures for ensuring quality
Description : Requirement: Tenderers shall have a relevant quality assurance system for the content of the contract. Documentation requirement: A description of the tenderer's quality assurance methods alternatively: Certificate for the company's quality assurance system issued by independent bodies that confirms the tenderer fulfils certain quality assurance standards, for example ISO 9001:2015.
Criterion : Environmental management measures
Description : Requirement: Tenderers are required to have implemented environmental management measures that ensure that the tenderer is suitable to fulfil the contract ́s environmental provisions (see the contract formula chapter 7). This means that the tenderer has methods for working actively and systematically to reduce negative environmental impact from activities connected to the execution of this contract. Documentation requirement: A description of the tenderer's environmental management measures. If a tenderer has certificates from independent bodies that document the environmental management system, they can be presented as documentation. Refer to the EU Scheme for Environmental Management and Environmental Audit (EMAS), other recognised environmental management systems in regulation (EF) no. 1221/2009 article 45, or equivalent, and other environmental management standards based on relevant European or international standards from accredited bodies such as ISO 14001 or equivalent.

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
Deadline for receipt of tenders : 10/11/2025 11:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 10/11/2025 11:00 +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 : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, with 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 Tingrett
Information about review deadlines : Ten day waiting period.

8. Organisations

8.1 ORG-0001

Official name : Oslo kommune v/ Bymiljøetaten
Registration number : 996 922 766
Postal address : Postboks 636 Løren
Town : Oslo
Postcode : 0507
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Jens Aasmundsen
Telephone : +47 23482030
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Oslo Tingrett
Registration number : 926 725 939
Postal address : Postboks 2106 Vika
Town : Oslo
Postcode : 0125
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : +47 22035200
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : 2c043fe4-6f4e-405b-a18c-284e8d41f3e4 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 08/10/2025 17:11 +00:00
Notice dispatch date (eSender) : 08/10/2025 17:30 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00665861-2025
OJ S issue number : 195/2025
Publication date : 10/10/2025