536917-2024
536917-2024 – Mise en concurrence
Norvège – Cartes à puce – Purchase of tachograph cards and associated services
OJ S 174/2024 06/09/2024
Avis de marché ou de concession – régime ordinaire
Fournitures
1. Acheteur
1.1.
Acheteur
Nom officiel: Statens vegvesen
Forme juridique de l’acheteur: Autorité publique centrale
Activité du pouvoir adjudicateur: Services d’administration générale
2. Procédure
2.1.
Procédure
Titre: 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.
Identifiant de la procédure: 540691c3-f584-42d6-a6ea-f7d1a2a0a49e
Identifiant interne: 24/3128
Type de procédure: Ouverte
La procédure est accélérée: non
2.1.1.
Objet
Nature du marché: Fournitures
Nomenclature principale (cpv): 30162000 Cartes à puce
Nomenclature supplémentaire (cpv): 22000000 Imprimés et produits connexes, 22450000 Imprimés infalsifiables, 22455000 Cartes d’identité, 22456000 Permis, 72310000 Services de traitement de données
2.1.2.
Lieu d’exécution
N’importe où
2.1.3.
Valeur
Valeur estimée hors TVA: 40 000 000,00 NOK
2.1.4.
Informations générales
Base juridique:
Directive 2014/24/UE
2.1.6.
Motifs d’exclusion
Situation analogue à la faillite prévue dans la législation nationale: 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.
Faillite: 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.
Concordat: 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 à une organisation criminelle: 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)
Accords avec d’autres opérateurs économiques en vue de fausser la concurrence: 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?
Manquement aux obligations dans le domaine du droit environnemental: 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.
Blanchiment de capitaux ou financement du terrorisme: 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).
Fraude: 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).
Travail des enfants et autres formes de traite des êtres humains: 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).
Insolvabilité: 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.
Manquement aux obligations dans le domaine du droit du travail: 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.
Biens administrés par un liquidateur: 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.
Coupable de fausses déclarations, non-communication, n’a pas été en mesure de fournir les documents requis et a obtenu des informations confidentielles de la présente procédure: 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?
Conflit d’intérêt créé par sa participation à la procédure de passation de marché: 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?
Association directe ou indirecte à la préparation de cette procédure de passation de marché: 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?
Coupable d’une faute professionnelle grave: 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.
Résiliation, dommages et intérêts ou autres sanctions comparables: 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?
Manquement aux obligations dans le domaine du droit social: 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.
Paiement des cotisations de sécurité sociale: 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?
État de cessation d’activités: 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.
Paiement d’impôts et 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?
Infractions terroristes ou infractions liées aux activités terroristes: 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: LOT-0000
Titre: 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.
Identifiant interne: 1
5.1.1.
Objet
Nature du marché: Fournitures
Nomenclature principale (cpv): 30162000 Cartes à puce
Nomenclature supplémentaire (cpv): 22000000 Imprimés et produits connexes, 22450000 Imprimés infalsifiables, 22455000 Cartes d’identité, 22456000 Permis, 72310000 Services de traitement de données
Options:
Description des options: 2 options for 2 years.
5.1.2.
Lieu d’exécution
N’importe où
5.1.3.
Durée estimée
Durée: 8 Ans
5.1.4.
Renouvellement
Nombre maximal de renouvellements: 2
L’acheteur se réserve le droit d’effectuer des achats supplémentaires auprès du contractant, comme décrit ici: 4+2+2 years.
5.1.5.
Valeur
Valeur estimée hors TVA: 40 000 000,00 NOK
5.1.6.
Informations générales
Participation réservée: La participation n’est pas réservée.
Projet de passation de marché non financé par des fonds de l’UE
Le marché relève de l’accord sur les marchés publics (AMP): oui
5.1.9.
Critères de sélection
Critère:
Type: Capacité économique et financière
Nom: 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.
Utilisation de ce critère: Utilisé
Critère:
Type: Capacité économique et financière
Nom: 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.
Utilisation de ce critère: Utilisé
Critère:
Type: Autre
Nom: 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.
Utilisation de ce critère: Utilisé
Critère:
Type: Autre
Utilisation de ce critère: Utilisé
Critère:
Type: Aptitude à exercer l’activité professionnelle
Nom: 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.
Utilisation de ce critère: Utilisé
Critère:
Type: Aptitude à exercer l’activité professionnelle
Nom: 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.
Utilisation de ce critère: Utilisé
Critère:
Type: Capacité technique et professionnelle
Nom: 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.
Utilisation de ce critère: Utilisé
5.1.10.
Critères d’attribution
Critère:
Type: Prix
Nom: Price 40%
Description: Tenderers shall enclose a completed price form.
Critère:
Type: Qualité
Nom: 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.
5.1.11.
Documents de marché
5.1.12.
Conditions du marché public
Conditions de présentation:
Présentation par voie électronique: Requise
Langues dans lesquelles les offres ou demandes de participation peuvent être présentées: norvégien
Catalogue électronique: Non autorisée
Variantes: Non autorisée
Les soumissionnaires peuvent présenter plusieurs offres: Non autorisée
Date limite de réception des offres: 15/10/2024 10:00:00 (UTC)
Informations relatives à l’ouverture publique:
Date d’ouverture: 15/10/2024 10:05:00 (UTC)
Conditions du marché:
Le marché doit être exécuté dans le cadre de programmes d’emplois protégés: Non
Facturation en ligne: Requise
La commande en ligne sera utilisée: oui
Le paiement en ligne sera utilisé: oui
5.1.15.
Techniques
Accord-cadre: Pas d’accord-cadre
Informations sur le système d’acquisition dynamique: Pas de système d’acquisition dynamique
5.1.16.
Informations complémentaires, médiation et réexamen
Organisation chargée des procédures de recours: Oslo tingrett
8. Organisations
8.1.
ORG-0001
Nom officiel: Statens vegvesen
Numéro d’enregistrement: 971032081
Département: Fellesfunksjoner
Adresse postale: Skoggata 19
Ville: Moss
Code postal: 1500
Pays: Norvège
Point de contact: Mats Stenshagen Noreng
Téléphone: +93 408798
Rôles de cette organisation:
Acheteur
8.1.
ORG-0002
Nom officiel: Oslo tingrett
Numéro d’enregistrement: 926 725 939
Adresse postale: C.J. Hambros plass 4
Ville: Oslo
Code postal: 0125
Pays: Norvège
Téléphone: +47 22035200
Rôles de cette organisation:
Organisation chargée des procédures de recours
11. Informations relatives à l’avis
11.1.
Informations relatives à l’avis
Identifiant/version de l’avis: f94af223-aaac-4b5c-bc13-19bb1083f7e7 – 01
Type de formulaire: Mise en concurrence
Type d’avis: Avis de marché ou de concession – régime ordinaire
Sous-type d’avis: 16
Date d’envoi de l’avis: 04/09/2024 21:04:09 (UTC)
Date d’envoi de l’avis (eSender): 04/09/2024 21:17:41 (UTC)
Langues dans lesquelles l’avis en question est officiellement disponible: anglais
11.2.
Informations relatives à la publication
Numéro de publication de l’avis: 536917-2024
Numéro de publication au JO S: 174/2024
Date de publication: 06/09/2024
