The aim of the procurement is to enter into framework agreement(s) for traffic registrations on the municipal road network in Oslo in the period 2026-2030, so that the municipality has obtained, quality assured and communicated the necessary traffic data in accordance with the road data regulations and internal/external needs. The scope is for the delivery of traffic data that covers both established needs (i.a. traffic volume, speed and longitudinal class) and new/expanded needs (i.a. counts for walking and cycling and more detailed data such as turning movements and driving patterns). In the work of facilitating a climate, environment and health-friendly transport system, good knowledge of high data quality on the existing traffic picture in the city, as well as consequences of changes, is very important. The agency thus needs to obtain traffic data for different road user groups and is hereby publishing traffic registrations on the municipal road network. There is continual development in methods for registering traffic and road user groups. As a result, the procurement is divided into two parts: Part A deals with the current situation and the need to operate and manage the current systems, including fixed counting points for vehicles and bicycles and temporary registrations in accordance with radar technology. Part B includes the agency's need for expanded insights into driving patterns, swing movements, road user shares, events and near-conflicts, liquidation, etc. The procurement is divided into two sub-contracts, sub-contract A covers the basic need and sub-contract B is open to systems that can provide more detailed traffic data, with separate award per sub-contract. Separate framework agreements will be signed per sub-contract (one tenderer per sub-contract). This framework agreement is valid for up to a maximum value of NOK 16 million. The estimate is only a guideline and is without obligation for the Contracting Authority. Sub-contract 1: * Periodical traffic registrations with radar and other counting equipment * Periodical cycling measurements with bicycle tubes * Operation and maintenance of traffic registration stations for vehicles. * Operation and maintenance of traffic registration stations for bicycles. Sub-contract 2: In addition to the needs mentioned in sub-contract A, the Agency for Urban Environment has traffic data needs that go beyond what we get from radar registrations and fixed counting points. Some of these needs are currently solved in part by radar measurements (sub-contract A), whilst others do not. * Case 1 – Cross sectioning two lanes * Case 2 – Cross sectioning four to six lanes * Case 3 – Junction count 35 x 35 m * Case 4 – Junction count 50 x 50 m
Frist
Fristen for mottak av tilbud var 2026-03-23.
Anskaffelsen ble publisert 2026-02-19.
Kunngjøring av konkurranse (2026-02-19) Gjenstand Anskaffelsens omfang
Tittel: 104-BYM-2025 Framework agreement for counts on the municipal road network 2026-2030.
Referansenummer: 3982
Kort beskrivelse:
“The aim of the procurement is to enter into framework agreement(s) for traffic registrations on the municipal road network in Oslo in the period 2026-2030,...”
Kort beskrivelse
The aim of the procurement is to enter into framework agreement(s) for traffic registrations on the municipal road network in Oslo in the period 2026-2030, so that the municipality has obtained, quality assured and communicated the necessary traffic data in accordance with the road data regulations and internal/external needs.
The scope is for the delivery of traffic data that covers both established needs (i.a. traffic volume, speed and longitudinal class) and new/expanded needs (i.a. counts for walking and cycling and more detailed data such as turning movements and driving patterns).
In the work of facilitating a climate, environment and health-friendly transport system, good knowledge of high data quality on the existing traffic picture in the city, as well as consequences of changes, is very important. The agency thus needs to obtain traffic data for different road user groups and is hereby publishing traffic registrations on the municipal road network.
There is continual development in methods for registering traffic and road user groups. As a result, the procurement is divided into two parts: Part A deals with the current situation and the need to operate and manage the current systems, including fixed counting points for vehicles and bicycles and temporary registrations in accordance with radar technology. Part B includes the agency's need for expanded insights into driving patterns, swing movements, road user shares, events and near-conflicts, liquidation, etc.
The procurement is divided into two sub-contracts, sub-contract A covers the basic need and sub-contract B is open to systems that can provide more detailed traffic data, with separate award per sub-contract.
Separate framework agreements will be signed per sub-contract (one tenderer per sub-contract). This framework agreement is valid for up to a maximum value of NOK 16 million. The estimate is only a guideline and is without obligation for the Contracting Authority.
Sub-contract 1:
* Periodical traffic registrations with radar and other counting equipment
* Periodical cycling measurements with bicycle tubes
* Operation and maintenance of traffic registration stations for vehicles.
* Operation and maintenance of traffic registration stations for bicycles.
Sub-contract 2:
In addition to the needs mentioned in sub-contract A, the Agency for Urban Environment has traffic data needs that go beyond what we get from radar registrations and fixed counting points. Some of these needs are currently solved in part by radar measurements (sub-contract A), whilst others do not.
* Case 1 – Cross sectioning two lanes
* Case 2 – Cross sectioning four to six lanes
* Case 3 – Junction count 35 x 35 m
* Case 4 – Junction count 50 x 50 m
Vis mer
Kontrakttype: Tjenester
Produkter/tjenester: Statistiske tjenesteytelser📦
Estimert verdi eksklusive mva: 16 000 000 NOK 💰
Informasjon om delkontrakter
Denne kontrakten er delt opp i delkontrakter ✅
Maksimalt antall delkontrakter som kan tildeles én tilbyder: 2
Tilbud kan leveres for et maksimalt antall delkontrakter: 2
1️⃣
Beskrivelse av anskaffelsen:
“Periodical traffic registrations with radar and other counting equipment.
The aim is to register the number of vehicles and the speed of an average along...”
Beskrivelse av anskaffelsen
Periodical traffic registrations with radar and other counting equipment.
The aim is to register the number of vehicles and the speed of an average along the road with the use of its own current radar equipment and any future counting equipment that the Agency for Urban Environment can procure, such as future procurement of video recording equipment. This is both to use the rest of the life cycle of the equipment and to be able to carry out comparable measurements that have been previously carried out. The registrations are carried out year round, with minor activity during school holidays (winter and autumn holidays, weeks 8 and 40 respectively), July/communal holidays and winter months December-February, depending on snow amounts.
The standard length of the radar measurements is 7 full days, i.e. at least 168 hours.
Tasks:
* Assemble/disassemble radar/other counting equipment in accordance with orders
* Report to the contracting authority when the radar is mounted
* Sending raw data files from the measurements to the contracting authority
* Storage and maintenance of radars (charging batteries, cleaning, etc.)
Periodical cycling measurements with bicycle tubes
The aim is to register the number of cyclists who pass a count section by using eco-tubes. Normally executed outside winter season.
The standard length of the cycle measurements is 7 full days, i.e. at least 168 hours.
Tasks:
* The hoses are fastened in asphalt in accordance with the procedure and connected to a computer unit that is stuck on the pavement.
* Device connects to the Eco-Visio cloud service, which logs data from recordings
* Disassembly of measuring equipment
* Storage and maintenance of equipment (including cleaning etc.)
Operation and maintenance of traffic registration stations for vehicles.
The contracting authority owns 13 traffic registration stations where measuring equipment is connected to inductive loops that are milled down in the roadway. The measuring equipment (Datarec Loop monitor) communicates with the "Traffic Data Portal" (trafikkdata.no) to the Norwegian Public Roads Administration.
Tasks:
* Locate errors and report to the contracting authority (breaches of counting loops, electricity supply, damage to control cabinets, cables, etc.)
* Does not include troubleshooting of measuring equipment and laying of inductive loops on asphalt
* Annual audit of counters
* Revision of equipment in accordance with the agreed checkpoints, includes all external and internal equipment such as locks, fasteners, batteries, connections, electricity supply, cables, modems, insulation, cleaning, lubrication, etc.
See the assignment description for a list of the counting points.
Operation and maintenance of traffic registration stations for bicycles.
The Agency for Urban Environment owns 36 bicycle registration stations that register bicycles on the municipal road network in Oslo. The equipment consists of inductive loops milled down in the asphalt that are connected to a cycle counter/controller (Eco-Counter UZelt as of November 2025). The control unit is located together with the battery mainly in a manhole. It is generally not relevant to connect a counting point to fixed current. Sensors are installed in both roadways, cycle lanes and on cycle paths.
The drives are connected to the Eco-Visio cloud service, which the Contracting Authority can download traffic data. Eco-Visio also enables operational monitoring.
Tasks
* Monitoring the counters and updating the status of the counters to the Contracting Authority.
* Troubleshooting, including replacing the battery, re-establishment of counting stations etc.
* Establishment of inductive loops is not included in the assignments
* Annual audits in accordance with the agreed checkpoints.
See the assignment description for a list of the counting points.
Accessibility Requirements
BYM orders counts throughout the entire year, with lower activity in case of heavy snowfall or in periods with staff holidays (weeks 8 and 40, Easter, July/August, Christmas holidays, holiday days in May), and higher in normal months such as March/April/June/September/October (except week 40)/November. Describe which resources you have available to carry out counts and possibly how you ensure deliveries to orders during periods of high activity despite any absence from key resources at your home (e.g. sickness).
The contracting authority has an option to extend the contract for up to 1+1 years on unchanged terms. The option will be taken up automatically, unless the contracting authority notifies the tenderer that the option should not be taken up.
Vis mer Tildelingskriterier
Pris ✅
Pris (vekting): 40
Kvalitetskriterium (navn): Assignment comprehension and competence.
Kvalitetskriterium (vekting): 60
Kvalitetskriterium (navn): Both climate footprint and environmental impact are considered to be limited in this procurement.
The contract is for the execution of traffic registrations on the municipal road network, and the largest climate and environmental impact will be assessed for transport in connection with deployment, operation, moving and rigging down of registration equipment, as well as any site inspections and service assignments.
Oslo municipality has implemented a standard requirement for the use of zero emission vehicles from 01.01.2025.
As this will be an absolute requirement for the tenderers, and in addition there are qualification requirements that are related to climate and the environment, our assessment is that the use of these requirements actually contributes to reducing environmental risk to a greater degree compared to setting an award criterion on climate and the environment.
By setting environmental requirements for the delivery and the tenderer, incentives are given to deliver as binding and
environmentally friendly tender as possible within the framework for this service. This is considered to ensure the best
climate footprint and environmental impact of the procurement. Setting such requirements as a minimum requirement will, according to the contracting authority ́s assessment, clearly give a better climate and environmental effect than considering other climate and environmental considerations in this procurement.
Based on the above assessment, the contracting authority will use the exclusion provisions in the procurement regulations §7-9 fourth paragraph. The contracting authority is exempt from the obligations to weight the environment 30% or to prioritise the environment among the three highest prioritised award criteria in this procurement.
Kvalitetskriterium (vekting): 0
Tittel
Identifikasjonsnummer for delkontrakt: LOT-0001
2️⃣
Beskrivelse av anskaffelsen:
“In addition to the needs mentioned in sub-contract A, the Agency for Urban Environment has traffic data needs that go beyond what we get from radar...”
Beskrivelse av anskaffelsen
In addition to the needs mentioned in sub-contract A, the Agency for Urban Environment has traffic data needs that go beyond what we get from radar registrations and fixed counting points. Some of these needs are currently solved in part by radar measurements (sub-contract A), whilst others do not.
We have described some typical cases we would like to resolve. For each case, we have described some data we need to obtain (equivalent "must-requirement") and someone we would like to get out (equivalent "ought-requirement"). These are the points we evaluate. The ought requirements are divided into two importance categories, where category 1 is more important need than category 2 and therefore weighs heavier in the evaluation of the tender offer.
The agency invites tenderers to submit a tender describing how they would solve the needs in each case and what such an implementation would cost. This part B does not include the procurement of equipment, and it is therefore a prerequisite that the tender includes the use of the tenderer ́s own equipment. As in sub-contract A, we need the tenderer to assemble and disassemble the equipment itself and provide the necessary guidance for use on assignments from the Agency for Urban Environment. Assembly/disassembly and any post-work (e.g. extractions and sending of data files, video analysis, other quality assurance, etc.) is therefore requested to be included in the tender.
We have tried to take into account that different equipment has different marginal costs per day. For each case we have therefore estimated the number of identical orders for different periods: 24 hours, 72 hours, 1 week and 2 weeks. Some registrations may be relevant to carry out in shorter periods, without us asking for tender offers on it specifically.
About subscriptions
If any of the equipment or analyses require subscriptions, or would like to be less expensive when purchasing a subscription, the annual price for this is added to a separate column in the price form. The subscription price will only be added once per subscription; If the same subscription is used to solve multiple cases, do not type the same price for multiple cases, then the subscription cost will be summed up several times.
However, if the subscription is offered at multiple levels, any additional costs required to reach the correct level to resolve a case must be included. For example, if step 1 holds to resolve case 1, the cost of step 1 is included in case 1. If you need step 2 to solve case 2, the additional cost for acquiring step 2 is to be added to the tender offer on case 2. If step 1 can be used to solve both cases, the entire cost will be added to case 1 and nothing on case 2. The offered prices per duration are to be filled in the attached price form sub-contract B. It will be the sum of the orders that will be seen as the offered price for sub-contract B.
Case 1 - Cross sectioning two lanes
We need to register traffic at Jens Bjelkes gate 35, in front of Vahl School. The road has two lanes with two-sided cycle lanes and two-sided pavements. There are torch and sign posts along the stretch. Westwards there is a short distance to a signal regulated junction, and the queue must be expected to stretch from the junction past the registration section for parts of the period. The number of vehicles in each direction- Vehicle distribution in the categories light/heavy or short/long Speed of vehicles in each direction, preferably per vehicle, possibly averages/median/85 percentile per aggregated ten-minutes/quarters/hour.
See the assignment description for categories.
Estimated number of orders per annum:
24 hours: 10,
72 hours: 25,
7 days: 40,
2 weeks: 5.
Case 2 - Cross sectioning four to six lanes
We need to carry out an average of approx. at Økernveien 97, along with Hasle T. The road has five lanes with a mid-discount and a two-sided pavement. There are lampposts on the inside of the pavement. The average is approx. between two signal regulated junctions, and some queue past the registration section must be expected. With the exception of registrations in cycle lanes, our registration requirements are the same as in case 1.
Estimated number of orders per annum:
24 hours: 10,
72 hours: 10,
7 days: 15,
2 weeks: 5.
Case 3 - Junction count 35 x 35 m
The Agency for Urban Environment needs to carry out a crossing count at the junction of Grenseveien x Økernveien. The crossing is asymmetrical, and the longest distance required (between the pedestrian crossings that cross økernveien) is measured at approx. 35 metres.
See the assignment description for categories.
Estimated number of orders per annum:
24 hours: 15,
72 hours: 20,
7 days: 5,
2 weeks: 3.
Case 4 - Junction count 50 x 50 m
The Agency for Urban Environment needs to register traffic in the roundabout in Ytre Ringvei x Strømsveien at Alna centre. In order to include all pedestrian crossings, we need to cover an area of approx. 50 x 50 m. With the exception of the size and lack of cycle lanes, we have the same requirements as in Case 3.
Estimated number of orders per annum:
24 hours: 5,
72 hours: 10,
7 days 3
2 weeks: 0.
Vis mer Tildelingskriterier
Kvalitetskriterium (navn): Assignment comprehension and answers to case orders and competence.
Tittel
Identifikasjonsnummer for delkontrakt: LOT-0002
Prosedyre Prosedyretype
Åpen anbudskonkurranse ✅ Administrativ informasjon
Frist for mottak av tilbud eller forespørsler om deltakelse: 2026-03-23 11:00:00.000 📅
Språk som tilbud eller forespørsler om deltakelse kan sendes inn på: engelsk 🗣️
Språk som tilbud eller forespørsler om deltakelse kan sendes inn på: norsk 🗣️
Minste tidsramme som tilbyderen må opprettholde tilbudet i: 3
Informasjon om en rammeavtale eller en dynamisk innkjøpsordning
Rammeavtale med flere leverandører ✅
Juridisk, økonomisk, finansiell og teknisk informasjon Vilkår for deltakelse
Liste og kort beskrivelse av regler og kriterier:
“Registration: The tenderer shall be a legally established company.
Documentation requirements:
Norwegian companies: Company...”
Liste og kort beskrivelse av regler og kriterier
Registration: The tenderer shall be a legally established company.
Documentation requirements:
Norwegian companies: Company Registration Certificate.
Foreign companies: Proof that the company is registered in a trade or business register as prescribed by the law of the country where the company is established.
Vis mer
Liste og kort beskrivelse av regler og kriterier:
“Economic and financial capacity: Tenderers must have sufficient economic and financial capacity to be able to fulfil the contract.
...”
Liste og kort beskrivelse av regler og kriterier
Economic and financial capacity: Tenderers must have sufficient economic and financial capacity to be able to fulfil the contract.
Documentation requirements:
The company's last Annual Financial Statements including notes, the Board's Annual Report and Audit Report, as well as new information of relevance to the company's fiscal numbers.
The contracting authority reserves the right to obtain credit appraisal on its own initiative.
If the tenderer has a justifiable reason (e.g. a recently started company) for not submitting the documentation required by the Contracting Authority, he can document his economic and financial capacity with any other document that the Contracting Authority deems suitable.
Vis mer
Liste og kort beskrivelse av regler og kriterier:
“Environmental management system: Tenderers are required to have implemented environmental management measures that ensure that the tenderer is suitable to...”
Liste og kort beskrivelse av regler og kriterier
Environmental management system: Tenderers are required to have implemented environmental management measures that ensure that the tenderer is suitable to fulfil the contract's environmental provisions.
This means that the tenderer has methods for working actively and systematically to reduce negative environmental impact from activities connected to the execution of this
Contract.
Documentation requirements:
A description of the tenderer's environmental management measures. If a tenderer has certificates from independent bodies that document the environmental management system, they can be presented as documentation.
Refer to the EU Scheme for Environmental Management and Environmental Audit (EMAS), other recognised environmental management systems in Regulation (EF) no. 1221/2009 article 45, or equivalent, and other environmental management standards based on relevant European or international standards from accredited bodies such as ISO 14001 or equivalent.
Vis mer
Liste og kort beskrivelse av regler og kriterier:
“Quality assurance system: Tenderers shall have a relevant quality assurance system for the content of the contract.
Documentation...”
Liste og kort beskrivelse av regler og kriterier
Quality assurance system: Tenderers shall have a relevant quality assurance system for the content of the contract.
Documentation requirements:
A description of the tenderer's quality assurance methods. Alternatively: Certificate for the company's quality assurance system issued by independent bodies that confirms the tenderer fulfils certain quality assurance standards, for example ISO 9001:2015.
Vis mer
Liste og kort beskrivelse av regler og kriterier:
“Due diligence assessments: Tenderers shall be suitable for fulfilment of contractual requirements for due diligence assessments for responsible...”
Liste og kort beskrivelse av regler og kriterier
Due diligence assessments: Tenderers shall be suitable for fulfilment of contractual requirements for due diligence assessments for responsible businesses.
This means that the Tenderer has implemented measures and systems that are used in the Tenderer's work to safeguard basic human rights and decent working conditions, as well as to prevent environmental degradation and corruption.
Documentation requirements:
A description of the tenderer's systems for working with due diligence assessments in accordance with the UN ́s guiding principles for business and human rights (UNGP) and OECD ́s guidelines for multinational companies. The documentation shall include:
* Formal policies/policies that cover an obligation to comply with the requirements of responsible businesses.
Vis mer
Liste og kort beskrivelse av regler og kriterier:
“Experience from equivalent assignments: Tenderers shall have good experience from equivalent assignments.
By equivalent assignments we mean the execution...”
Liste og kort beskrivelse av regler og kriterier
Experience from equivalent assignments: Tenderers shall have good experience from equivalent assignments.
By equivalent assignments we mean the execution of traffic registrations along the road for other private or public actors.
Documentation requirements:
Short description of the tenderer's three most relevant assignments during the last three years, including information on the contract ́s value, date of delivery as well as the name of the contracting authority and a description of the assignment ́s content.
Vis mer
Liste og kort beskrivelse av regler og kriterier:
“Capacity: The tenderer shall have sufficient capacity to fulfil the contract.
Documentation requirements:
A description of...”
Liste og kort beskrivelse av regler og kriterier
Capacity: The tenderer shall have sufficient capacity to fulfil the contract.
Documentation requirements:
A description of the tenderer's overall organisation and the number of employees with core competence with connection to the delivery.
Vis mer
Hovedfinansieringsvilkår og betalingsordninger og/eller henvisning til relevante bestemmelser som regulerer dem:
“N/A” Vilkår knyttet til kontrakten
Vilkår for kontraktoppfyllelse:
“N/A”
Utfyllende informasjon Klageinstans
Navn: Oslo tingrett
Nasjonalt registreringsnummer: 926725939
Postadresse: Postboks 2106 Vika
Postnummer: 0125
Poststed: Oslo
Region: Oslo🏙️
Land: Norge 🇳🇴
E-post: oslo.tingrett@domstol.no📧
Telefon: +47 22035200📞
URL: https://www.domstol.no/no/domstoler/tingrett/oslo-tingrett/🌏 Tjeneste hvor informasjon om klageprosedyren kan innhentes
Navn: Oslo kommune v/ Bymiljøetaten
Nasjonalt registreringsnummer: 996922766
Postadresse: Karvesvingen 3
Postnummer: 0579
Poststed: Oslo
Region: Oslo🏙️
Land: Norge 🇳🇴
E-post: postmottak@bym.oslo.kommune.no📧
Telefon: +47 21802180📞
URL: https://www.oslo.kommune.no/etater-foretak-og-ombud/bymiljoetaten/🌏 Informasjon om elektroniske arbeidsflyter
Elektronisk fakturering vil bli akseptert
Elektronisk bestilling vil bli brukt
Elektronisk betaling vil bli brukt
Kilde: OJS 2026/S 036-123735 (2026-02-19)
Kunngjøring av konkurranse (2026-03-18) Gjenstand Anskaffelsens omfang
Estimert verdi eksklusive mva: 16 000 000 NOK 💰
Prosedyre Administrativ informasjon
Frist for mottak av tilbud eller forespørsler om deltakelse: 2026-03-25 11:00:00.000 📅
Endringer Annen tilleggsinformasjon
“The tender deadline is changed to 25.03.2026, at 12:00. Other dates will be adjusted in accordance with tender deadline.”
Kilde: OJS 2026/S 055-190918 (2026-03-18)