300872-2026 - Competition
Norway – IT services: consulting, software development, Internet and support – Procurement of Milestone Care Plus maintenance
OJ S 85/2026 04/05/2026
Contract or concession notice – standard regime
Services
1. Buyer
1.1.
Buyer
Official nameStatens vegvesen
Emailasbjorn.ellefsen.persen@vegvesen.no
Legal type of the buyerBody governed by public law, controlled by a central government authority
Activity of the contracting authorityGeneral public services
2. Procedure
2.1.
Procedure
TitleProcurement of Milestone Care Plus maintenance
DescriptionThe four road traffic centres VTS South, VTS West, VTS Mid and VTS North currently have their own Xprotect Corporate CarePlus license agreement, which expires 31.05.26 for VTS South, 30.06.26 for VTS West, 31.07.26 for VTS Mid and 30.09.26 for VTS North. Based on imminent expiry of these agreements, an extension of existing maintenance of xprotect Corporate Care Plus licences must be extended. The aim is to establish a joint contract for the four VTS with joint expiry dates, but with four separate SLC's. The four road traffic centres currently have approx. 10,050 cameras combined that use Xprotect Corporate CarePlus. The agreements must take into account that the number of cameras can be changed. The procurement includes an option for upgrading to Milestone Care Premium.
Procedure identifierb10ca368-05d9-474d-b2dc-f581b3a3444b
Internal identifier26/121980
Type of procedureOpen
The procedure is acceleratedno
Main features of the procedureThe procurement will be made in accordance with the Public Procurement Act dated 17 June 2016 (The Procurement Act) and the Public Procurement Regulations (FOA) FOR 2016-08-12-974 parts I and part III. This procurement follows the procedure for an open tender contest in accordance with parts I and III of the Regulations. The procurement procedure allows all interested tenderers to submit tender offers. The procedure does not allow negotiations.
2.1.1.
Purpose
Main nature of the contractServices
Main classification (cpv): 72000000 IT services: consulting, software development, Internet and support
Additional classification (cpv): 72200000 Software programming and consultancy services, 72300000 Data services, 72400000 Internet services, 72500000 Computer-related services, 72600000 Computer support and consultancy services
2.1.2.
Place of performance
Anywhere
2.1.3.
Value
Estimated value excluding VAT12 000 000,00 NOK
2.1.4.
General information
Legal basis
Directive 2014/24/EU
2.1.6.
Grounds for exclusion
Sources of grounds for exclusionEuropean Single Procurement Document (ESPD)Notice
CorruptionIs 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.
FraudIs 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 financingIs 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 organisationIs 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 activitiesIs 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 beingsIs 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 lawIs 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 lawIs 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 lawIs 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 competitionHas the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition?
Grave professional misconductHas 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 or obtained confidential information of this procedureHave 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 procedureAre 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 procedureHas 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 sanctionsHas 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 contributionsHave 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 taxesHas 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 suspendedSpecify 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.
BankruptcyIs 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 creditorsIs 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.
InsolvencyIs 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 liquidatorSpecify 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 lawIs 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.
LotLOT-0000
TitleProcurement of Milestone Care Plus maintenance
DescriptionThe four road traffic centres VTS South, VTS West, VTS Mid and VTS North currently have their own Xprotect Corporate CarePlus license agreement, which expires 31.05.26 for VTS South, 30.06.26 for VTS West, 31.07.26 for VTS Mid and 30.09.26 for VTS North. Based on imminent expiry of these agreements, an extension of existing maintenance of xprotect Corporate Care Plus licences must be extended. The aim is to establish a joint contract for the four VTS with joint expiry dates, but with four separate SLC's. The four road traffic centres currently have approx. 10,050 cameras combined that use Xprotect Corporate CarePlus. The agreements must take into account that the number of cameras can be changed. The procurement includes an option for upgrading to Milestone Care Premium.
Internal identifier26/121980
5.1.1.
Purpose
Main nature of the contractServices
Main classification (cpv): 72000000 IT services: consulting, software development, Internet and support
Additional classification (cpv): 72200000 Software programming and consultancy services, 72300000 Data services, 72400000 Internet services, 72500000 Computer-related services, 72600000 Computer support and consultancy services
Options
Description of the optionsThe procurement includes an option for upgrading to Milestone Care Premium.
5.1.2.
Place of performance
Anywhere
5.1.3.
Estimated duration
Duration3 Years
5.1.5.
Value
Estimated value excluding VAT12 000 000,00 NOK
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 criteriaNoticeEuropean Single Procurement Document (ESPD)
CriterionEnrolment in a trade register
Description of selection criterionQualification requirement: Tenderers shall be a legally established company. Tenderers shall present the following documentation: • 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.

CriterionOther economic or financial requirements
Description of selection criterionQualification requirement: Tenderers must have sufficient financial capacity to fulfil the contract. Creditworthiness will be sufficient to meet the requirement. Documentation requirement: Tenderers shall submit a credit rating from a publicly certified credit rating company. If there is doubt, the Customer 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 customer deems suitable. For newly established companies, the requirement for credit rating is minimum AN.

CriterionReferences on specified services
Description of selection criterionQualification requirement: Tenderers shall have equivalent experience. In order for the experience to be equivalent, it must include the following: • Tenderers must have experience as a dealer and reseller of Milestone Care Plus maintenance at an equivalent level as in this procurement. Documentation requirement: Tenderers shall present the following documentation: • An overview of the most important services that the tenderer has carried out in the last three years, together with information on the contracts ́ value, date of delivery or execution and the name of the recipient.
5.1.10.
Award criteria
Criterion
TypePrice
NamePrice
DescriptionThe contracting authority will assess the offered price in annex 1 of the contract.
Category of award weight criterionWeight (percentage, exact)
Award criterion number100
5.1.11.
Procurement documents
Deadline for requesting additional information25/05/2026 10:00:00 (UTC+00:00) Western European Time, GMT
Address of the procurement documentshttps://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=454474&TID=200415232&B=
5.1.12.
Terms of procurement
Terms of submission
Electronic submissionRequired
Address for submissionhttps://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=454474&TID=200415232&B=
Languages in which tenders or requests to participate may be submittedNorwegian
Electronic catalogueNot allowed
VariantsNot allowed
Tenderers may submit more than one tenderNot allowed
Deadline for receipt of tenders04/06/2026 08:00:00 (UTC+00:00) Western European Time, GMT
Duration during which the tender must remain valid90 Days
Information that can be supplemented after the submission deadline
At the discretion of the buyer, all missing tenderer-related documents may be submitted later.
Terms of contract
The execution of the contract must be performed within the framework of sheltered employment programmesNo
A non-disclosure agreement is requiredno
Electronic invoicingRequired
Electronic ordering will be usedno
Electronic payment will be usedyes
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 organisationOslo tingrett
Information about review deadlines: N/A
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performedOslo tingrett
Organisation providing additional information about the procurement procedureStatens vegvesen
Organisation providing offline access to the procurement documentsStatens vegvesen
Organisation receiving requests to participateStatens vegvesen
Organisation processing tendersStatens vegvesen
8. Organisations
8.1.
ORG-0001
Official nameStatens vegvesen
Registration number971032081
DepartmentFellesfunksjoner
Postal addressSkoggata 19
TownMoss
Postcode1500
Country subdivision (NUTS)Akershus (NO084)
CountryNorway
Contact pointAsbjørn Ellefsen Persen
Emailasbjorn.ellefsen.persen@vegvesen.no
Telephone+90 845927
Internet addresshttps://www.vegvesen.no
Buyer profilehttps://eu.eu-supply.com/ctm/company/companyinformation/index/249176
Roles of this organisation
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders
8.1.
ORG-0002
Official nameOslo tingrett
Registration number926 725 939
Postal addressC.J. Hambros plass 4
TownOslo
Postcode0125
Country subdivision (NUTS)Oslo (NO081)
CountryNorway
Emailoslo.tingrett@domstol.no
Telephone+47 22035200
Roles of this organisation
Review organisation
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed
Notice information
Notice identifier/versiona9617692-b732-438d-972d-572d3508d60c  -  01
Form typeCompetition
Notice typeContract or concession notice – standard regime
Notice subtype16
Notice dispatch date29/04/2026 12:45:54 (UTC+00:00) Western European Time, GMT
Notice dispatch date (eSender)30/04/2026 04:00:55 (UTC+00:00) Western European Time, GMT
Languages in which this notice is officially availableEnglish
Notice publication number300872-2026
OJ S issue number85/2026
Publication date04/05/2026