Procurement of service accessibility prognoses

The aim of the procurement is to deliver accessibility prognoses on weather prone stretches. This primarily includes a service that predicts the likelihood of closures and column driving on mountain passes during the next few hours and days, based on primarily weather data and the Customer's historical log of closures …

CPV: 72000000 IT services: consulting, software development, Internet and support, 48100000 Industry specific software package, 63710000 Support services for land transport, 71351600 Weather-forecasting services, 71351610 Meteorology services, 72310000 Data-processing services, 72314000 Data collection and collation services, 73220000 Development consultancy services
Place of execution:
Procurement of service accessibility prognoses
Awarding body:
Statens vegvesen
Award number:
25/26110

1. Buyer

1.1 Buyer

Official name : Statens vegvesen
Legal type of the buyer : Public undertaking, controlled by a central government authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Procurement of service accessibility prognoses
Description : The aim of the procurement is to deliver accessibility prognoses on weather prone stretches. This primarily includes a service that predicts the likelihood of closures and column driving on mountain passes during the next few hours and days, based on primarily weather data and the Customer's historical log of closures and column execution. The tenderer is responsible for ensuring that the prognoses are continually improved in cooperation with the Contracting Authority.
Procedure identifier : 9237fe4d-935d-4e0c-9bd3-d4060ca5cc1e
Internal identifier : 25/26110
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 ): 48100000 Industry specific software package
Additional classification ( cpv ): 63710000 Support services for land transport
Additional classification ( cpv ): 71351600 Weather-forecasting services
Additional classification ( cpv ): 71351610 Meteorology services
Additional classification ( cpv ): 72310000 Data-processing services
Additional classification ( cpv ): 72314000 Data collection and collation services
Additional classification ( cpv ): 73220000 Development consultancy services

2.1.2 Place of performance

Anywhere in the European Economic Area

2.1.3 Value

Estimated value excluding VAT : 17 000 000 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?
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 : Procurement of service accessibility prognoses
Description : The aim of the procurement is to deliver accessibility prognoses on weather prone stretches. This primarily includes a service that predicts the likelihood of closures and column driving on mountain passes during the next few hours and days, based on primarily weather data and the Customer's historical log of closures and column execution. The tenderer is responsible for ensuring that the prognoses are continually improved in cooperation with the Contracting Authority.
Internal identifier : 25/26110

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 ): 48100000 Industry specific software package
Additional classification ( cpv ): 63710000 Support services for land transport
Additional classification ( cpv ): 71351600 Weather-forecasting services
Additional classification ( cpv ): 71351610 Meteorology services
Additional classification ( cpv ): 72310000 Data-processing services
Additional classification ( cpv ): 72314000 Data collection and collation services
Additional classification ( cpv ): 73220000 Development consultancy services

5.1.2 Place of performance

Anywhere in the European Economic Area
Additional information :

5.1.3 Estimated duration

Duration : 2 Year

5.1.4 Renewal

Maximum renewals : 4
The buyer reserves the right for additional purchases from the contractor, as described here : 1+1+1+1 year.

5.1.5 Value

Estimated value excluding VAT : 17 000 000 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.
Use of this criterion : Used
Criterion :
Type : Other
Name : Support from other entities
Description : Tenderers can, if necessary, rely on other companies' capacity to fulfil the requirements for economic and financial capacity and/or the requirements(s) for technical and professional qualifications. Documentation requirement: Tenderers shall confirm that they fulfil this requirement when submitting their qualification enquiry. In addition, each individual company that the Tenderer will use shall submit a separate ESPD form when submitting a qualification enquiry. Tenderers shall, upon request from the Contracting Authority, present the following documentation proof: • If the tenderer relies on the capacity of other companies to fulfil the requirements(s) for economic and financial capacity, a declaration of joint and several liability to the contracting authority shall be enclosed. • If the tenderer will use the capacity of other companies to fulfil the requirements(s) for technical and professional qualifications, each company shall submit a commitment statement or equivalent which documents access to the necessary resources. The commitment statement shall state which disciplines are available. Tenderers are encouraged to use a template for a commitment statement that is attached to this tender documentation.
Use of this criterion : Used
Criterion :
Type : Other
Name : Participation in Partnership
Description : Several tenderers can participate in the competition jointly. The community must see to the necessary documentation that all the qualification requirements are met. Tenderers who participate in a working partnership will be assessed collectively for the qualification requirements economic and financial capacity and technical and professional qualifications Documentation requirement: Tenderers shall confirm that they fulfil this requirement when submitting the qualification enquiry. In addition each individual entity in the (work) group shall submit separate ESPD forms when submitting a tender. Tenderers shall, upon request from the Contracting Authority, present the following documentation proof: • An account of the (work) community, including the individual participants ́ role. • Each individual entity in the (work) group shall submit a tax certificate. • In order for the working partnership to be assessed collectively, commitment statements or equivalent must be presented between the tenderers who will use the capacity of other participants in the group. • Declaration of joint and several liability to the contracting authority If a tenderer relies on the capacity of other companies to fulfil the requirements for relevant experience, these entities shall carry out the services or construction works that require such qualifications.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : European self-declaration form (ESPD)
Description : Tenderers shall submit the European Self-Declaration Form (ESPD) together with the enquiry to participate in the competition or together with the qualification enquiry. Documentation requirement: Tenderers shall submit a completed self-declaration form (ESPD form). Regarding the ESPD form "Part III: Rejection Reasons", we would like to clarify that the Norwegian procurement rules go further than that stated in the EU Public Procurement Directive and in the ESPD standard form. All the rejection reasons in this competition apply, cf. the procurement regulations § 24-2. If a tenderer will use the capacity of other companies to fulfil the qualification requirements, the entities shall submit separate self-declarations. If several tenderers participate in the competition jointly, the participating entities shall submit separate self-declarations.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Compliance with the Sanctions Regulations of Ukraine
Description : According to the regulation on restrictive measures regarding actions that undermine or threaten Ukraine's territorial integrity, sovereignty, independence and stability (The Sanctions Regulations of Ukraine (territorial integrity etc.)) § 8n, it is forbidden to award, or continue the implementation of public contracts above the EEA threshold value of, and with, Russian actors. Tenderers shall not be a unit that is affected by the ban in the Sanctions Regulations of Ukraine (territorial integrity etc.) § 8n. Documentation Requirement: The tenderer shall confirm that he fulfils this requirement when submitting the qualification enquiry. The contracting authority has the right to carry out the investigations that are necessary to ensure fulfilment of the sanctions regulations in the competition implementation and in the contract period. Tenderers shall, upon request from the Contracting Authority, assist in the work and present relevant documentation that enables the Contracting Authority to assess whether the Tenderer is affected by the ban.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Tax Certificate
Description : Tenderers shall have their tax, payroll tax and VAT payments in order. Documentation requirement: Tenderers shall confirm that they fulfil this requirement when submitting their qualification enquiry. Tenderers shall, upon request by the Contracting Authority, present a tax and VAT certificate issued by a competent body in the tenderer's home country or the country where the tenderer is established. The certificate shall show whether the tenderer has fulfilled his obligations to pay taxes, duties and social security contributions. The certificate shall not be older than six months from the tender deadline. If a request for participation in the competition is to be submitted, the certificate must not be older than six months calculated from the deadline for submitting the enquiry.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Requirements of the tenderer's registrations, authorisations, etc.
Description : The tenderer shall be a legally established company Documentation Requirement: Tenderers shall confirm that they fulfil this requirement when submitting a qualification enquiry. Tenderers shall present the following documentation proof upon request from the contracting authority: • Norwegian tenderers: Company Registration Certificate • Foreign tenderers: Documentation proving that the company is registered in a trade or business register as prescribed by the law of the country where the tenderer is established.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Requirements regarding the tenderer ́s technical and professional qualifications.
Description : Tenderers shall have sufficient experience from systems/services with a comparable value to this contract. Comparative value means that the tenderer, in total, has experience with the provision of services within geo trades, with specialisation within meteorology or hydraology, as well as modelling prognoses. Documentation requirement: Tenderers shall describe up to three (3) reference assignments with a transferable value to this procurement when submitting their enquiry to participate in the competition. The reference assignments should not be older than 3 years, the descriptions ought to include, among other things: o name of the contracting authority including the name and telephone number of gender neutral preferred o the assignment ́s purpose o the assignment ́s value o date of contract signing, duration of the assignment o the delivered products, systems and services o the reference's transferable value to this assignment The description of all the reference assignments must be a maximum of five pages.
Use of this criterion : Used

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
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 08/04/2025 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 : no

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

Mediation organisation : Oslo tingrett
Review organisation : Oslo tingrett
Organisation providing more information on the review procedures : Oslo tingrett
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 : Berit Helene Kallenborn
Telephone : +47 90969683
Internet address : https://www.vegvesen.no
Roles of this organisation :
Buyer
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Oslo tingrett
Registration number : 926725939
Postal address : C.J. Hambros plass 4
Town : Oslo
Postcode : 0125
Country : Norway
Telephone : +47 22035200
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures
Mediation organisation

11. Notice information

11.1 Notice information

Notice identifier/version : 0d53978a-55a1-4c81-9efd-f4173218fb0f - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 07/03/2025 14:25 +00:00
Notice dispatch date (eSender) : 07/03/2025 15:00 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00157376-2025
OJ S issue number : 49/2025
Publication date : 11/03/2025