| Notice Type | Tender Announcement |
|---|---|
| Notice Number | 180992-2026 |
| Description |
Project Name: Cash-in-Transit Vehicle Prequalification Project Procurement Type: One-off Special Procurement for Goods Supply Main Classification Code (CPV): 34100000 (Motor vehicles) Additional Classification Code (CPV): 34144000 (Special-purpose motor vehicles), 34144700 (Multi-purpose vehicles) Project Content and Material Specifications: Core Deliverable: Procurement of customized Armoured Standard Lorry vehicles. These vehicles are specifically designed for the land transport of high-value cash, precious metals, and sensitive financial instruments, and must possess extremely high levels of ballistic, blast, and attack resistance. Technical Compliance and Security Rating: Armour Protection: The vehicle body and cabin must meet specific ballistic protection levels as stipulated by the Norwegian Police or equivalent international standards (e.g., VPAM or CEN), capable of withstanding small arms fire and explosive shock. Structural Strength: The chassis must be reinforced to bear the additional weight from armour modifications and maintain driving stability; tires must be puncture-resistant and run-flat type, ensuring the ability to travel a short distance to a safe area even when damaged. Security Systems: Must integrate advanced onboard security systems, including but not limited to: GPS real-time tracking and blocking systems, interior/exterior high-definition surveillance video recording, emergency alarm devices, gas defence systems, automatic fire suppression systems, and anti-hijacking electronic locking mechanisms. Compliance Certification: All vehicles must be certified by relevant Norwegian security authorities and comply with regulations for special vehicles under the EU Whole Vehicle Type Approval (EU WVTA). Scope of Services: Customized Manufacturing and Delivery: Suppliers must modify or manufacture vehicles according to the specific tactical requirements of Norges Bank, ensuring "turnkey" delivery, meaning the vehicles are fully operational upon arrival. Testing and Acceptance: Suppliers must cooperate with the buyer to conduct rigorous static and dynamic security tests, including live-fire testing (if applicable) and extreme road condition driving tests. Training and Support: Although this procurement primarily involves vehicle purchase, suppliers may need to provide basic operation and maintenance training and commit to supplying critical spare parts and emergency technical support services during the contract period. Place of Performance: Oslo, Norway (Oslo, NO081) and designated surrounding vaults or handover points. Estimated Duration: The specific delivery timeline after contract signing will be determined during the negotiation phase (typically, the delivery cycle for such customized armoured vehicles is 6-12 months). Procedure Type: Competitive Procedure with Negotiation - Two-stage process Two-Stage Procedure Description: Stage One (Current): Prequalification. Aims to screen suppliers capable of designing, manufacturing, and delivering high-security armoured cash-in-transit vehicles. Stage Two: Invitation of 3 to 5 pre-qualified candidates to participate in detailed negotiations covering specific technical specifications, pricing, delivery schedules, and after-sales service terms. Request to Participate Deadline: 20 April 2026 10:00:00 (Western European Time/GMT) Submission Method: Applications must be submitted via the electronic procurement platform, link: https://permalink.mercell.com/279357574.aspx Tender Language: Norwegian (All communication and documents must be in Norwegian) Variants: Alternative solutions are not permitted; the basic requirements must be strictly followed. Subcontracting: Not mandatory, but the main contractor is fully responsible for overall delivery. Evaluation and Award Criteria: Qualification Assessment: Based on the European Single Procurement Document (ESPD), evaluating financial stability, technical capability, and past performance. Key Metrics: Focus on the number of successful deliveries of similar high-security armoured vehicles by the supplier in the past 5 years and customer feedback; preference given to those with relevant security certifications in Norway or the Nordic region. Qualification Requirements: Bidders must demonstrate legal authorization for armoured vehicle manufacturing or modification and have no record of major security violations. Exclusion Clauses: According to the Norwegian Defence and Security Procurement Act (Forsvar og sikkerhet) and relevant EU regulations, suppliers involved in national security risks, corruption, terrorist financing, serious violations of labour laws, or unpaid taxes/social contributions will be directly excluded. Particular attention is paid to associations with sanctioned entities (e.g., related to sanctions concerning the Russia-Ukraine conflict). Contract Performance Conditions: Suppliers must strictly comply with relevant security regulations of the Norwegian National Security Authority (NSM), which may involve background checks and security clearance requirements. Electronic Payment: Yes Financial Arrangements: Details will be found in the contract terms determined during subsequent negotiations, typically involving staged payments (advance payment, progress payment, acceptance payment). Framework Agreement: No (This project is a one-off procurement, not a framework agreement) SME-Friendly: Not reserved for SMEs, but qualified small and medium-sized enterprises are encouraged to compete. Funding Source: Norges Bank's own funds, not an EU-funded project. |
| Documents |