Purchase of tachograph cards and associated services

The Norwegian Public Roads Administration (NPRA) invites tenderers for the supply of personalised tachograph cards and associated services. NPRA will enter into an agreement with one supplier for production, personalisation and distribution of Norwegian tachograph cards (including all associated services such as certificates, keys, pin codes and carrier letters). The …

CPV: 22000000 Impresos y productos relacionados, 22450000 Impresos infalsificables, 22455000 Carnés de identidad, 22456000 Permisos, 30162000 Tarjetas inteligentes, 72310000 Servicios de tratamiento de datos
Plazo:
15 de octubre de 2024 a las 10:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
Purchase of tachograph cards and associated services
Organismo adjudicador:
Statens vegvesen
Número de premio:
24/3128

1. Buyer

1.1 Buyer

Official name : Statens vegvesen
Legal type of the buyer : Central government authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Purchase of tachograph cards and associated services
Description : The Norwegian Public Roads Administration (NPRA) invites tenderers for the supply of personalised tachograph cards and associated services. NPRA will enter into an agreement with one supplier for production, personalisation and distribution of Norwegian tachograph cards (including all associated services such as certificates, keys, pin codes and carrier letters). The purpose of the procurement procedure is to meet the NPRA's obligation to issue digital tachograph cards in Norway. The following factors are crucial (success factors): • Production of tachograph cards takes place within the agreed deadline and are delivered as soon as possible to the correct card user. • Personal data is processed correctly. • The card features a design and security elements which are easily identifiable to enforcement authorities and, at the same time, difficult to forge. • The card shall function from the start date of the card (valid from) and throughout its validity period until the expiry date.
Procedure identifier : 540691c3-f584-42d6-a6ea-f7d1a2a0a49e
Internal identifier : 24/3128
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 30162000 Smart cards
Additional classification ( cpv ): 22000000 Printed matter and related products
Additional classification ( cpv ): 22450000 Security-type printed matter
Additional classification ( cpv ): 22455000 ID cards
Additional classification ( cpv ): 22456000 Permits
Additional classification ( cpv ): 72310000 Data-processing services

2.1.2 Place of performance

Anywhere

2.1.3 Value

Estimated value excluding VAT : 40 000 000 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 tenderer in a situation where he has his assets managed by a bankruptcy manager or by the court? 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 the supplier.
Arrangement with creditors : Is the tenderer in a similar situation in accordance with an equivalent procedure set in the national law? See the national law, the relevant notice or procurement documents. 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 : Agreement(s) with other tenderers with the intention of turning the 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 : Is the tenderer in a situation where he has his assets managed by a bankruptcy manager or by the court? 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 : Grossly incorrect information, failed to provide information, unable to present the requested supporting documents and misleading information that could be provided for the competition. Has the tenderer: a) given grossly incorrect information in the notification of the information required to check that there is no basis for rejection, or that the qualification requirements are fulfilled, b) failed to provide such information, c) subject to immediately submit the supporting documents requested by the Contracting Authority, or d) unjustly affected the contracting authority's decision making to acquire confidential information that could give this an unlawful advantage in connection with the competition, or negligently has given misleading information that could have a significant influence on decisions on rejection, selection or award?
Conflict of interest due to its participation in the procurement procedure : Conflict of interest due to participation in the competition 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 been involved in planning the competition? 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 : Serious errors in professional practice 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 : Cancellation of contract, compensation or other similar 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 : Has the tenderer's business conduct been stopped? 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 : Purchase of tachograph cards and associated services
Description : The Norwegian Public Roads Administration (NPRA) invites tenderers for the supply of personalised tachograph cards and associated services. NPRA will enter into an agreement with one supplier for production, personalisation and distribution of Norwegian tachograph cards (including all associated services such as certificates, keys, pin codes and carrier letters). The purpose of the procurement procedure is to meet the NPRA's obligation to issue digital tachograph cards in Norway. The following factors are crucial (success factors): • Production of tachograph cards takes place within the agreed deadline and are delivered as soon as possible to the correct card user. • Personal data is processed correctly. • The card features a design and security elements which are easily identifiable to enforcement authorities and, at the same time, difficult to forge. • The card shall function from the start date of the card (valid from) and throughout its validity period until the expiry date.
Internal identifier : 1

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 30162000 Smart cards
Additional classification ( cpv ): 22000000 Printed matter and related products
Additional classification ( cpv ): 22450000 Security-type printed matter
Additional classification ( cpv ): 22455000 ID cards
Additional classification ( cpv ): 22456000 Permits
Additional classification ( cpv ): 72310000 Data-processing services
Options :
Description of the options : 2 options for 2 years.

5.1.2 Place of performance

Anywhere
Additional information :

5.1.3 Estimated duration

Duration : 8 Year

5.1.4 Renewal

Maximum renewals : 2
The buyer reserves the right for additional purchases from the contractor, as described here : 4+2+2 years.

5.1.5 Value

Estimated value excluding VAT : 40 000 000 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 : Tax Certificate
Description : Tenderers shall have their tax, employer contribution and VAT payments in order. Documentation requirement: Tenderers shall confirm that they fulfil this requirement when submitting their tender. Tenderers shall 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 : Economic and financial standing
Name : Creditworthiness
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 : tender letter
Description : Documentation requirement: Tenderers shall submit a tender letter, cf. the template for a tender letter that is attached to this tender documentation.
Use of this criterion : Used
Criterion :
Type : Other
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : ESPD
Description : Tenderers shall submit the European Self-Declaration Form (ESPD) together with the request to participate in the competition or together with the tender. 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 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 under the ban in the Sanctions Regulations of Ukraine (territorial integrity etc.) § 8n. Documentation requirement: Tenderers shall confirm that they fulfil this requirement when submitting their tender. 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 : Technical and professional ability
Name : Requirements regarding the tenderer ́s technical and professional qualifications.
Description : Tenderers shall have relevant experience. The following central works/areas are particularly relevant: • -Personalisation and distribution of smart cards (cards with a chip) and PIN codes. Documentation requirement: Tenderers shall confirm that they fulfil this requirement when submitting their tender. Tenderers are requested to submit the following documentation: - An overview of at least 3 (maximum 5) of the most important, relevant work performed during the last three years, including a short description of the assignment, the name of the public or private recipient, as well as information on value/amount/scope and date. A tenderer who is newly established and cannot submit references, must be particularly careful to document and substantiate that they still have the prerequisites required to carry out the assignment. Newly established tenderers can document that the requirement is fulfilled by referring to experience that the offered persons/resources have built up in the service of others than the tenderer.
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price 40%
Description : Tenderers shall enclose a completed price form.
Criterion :
Type : Quality
Name : Quality 60%
Description : The quality will be assessed in chapters marked with E in the reply sheet annex 8. 3.2 Security elements 3.5 Product warranty 3.7.2 Systems and communication 3.8.3 Production issues 3.8.4 Production volume 4.1 Production time, delivery time and distribution time 4.2 Service and support Tenderers shall use Annex 8 to respond to the requirements and add references to the documentation. Tenderers shall enclose a description of the documentation of systems, work methods or materials that the contract object is delivered with. Tenderers shall document that the offered system or product fulfils the tender documentation function requirements and quality level.
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
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 15/10/2024 10:00 +00:00
Information about public opening :
Opening date : 15/10/2024 10:05 +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 :
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

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 : Mats Stenshagen Noreng
Telephone : +93 408798
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 : Norway
Telephone : +47 22035200
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : f94af223-aaac-4b5c-bc13-19bb1083f7e7 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 04/09/2024 21:04 +00:00
Notice dispatch date (eSender) : 04/09/2024 21:17 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00536917-2024
OJ S issue number : 174/2024
Publication date : 06/09/2024