2025 - Technical - Water and Sewage , Operation - MOM system - Qualification phase.

The procurement shall cover the contracting authority ́s need for a new MOM system. The system shall include the contracting authority ́s water and sewage stations. The system shall be used by operators in the field and administrative personnel in offices. Typical field operations will be task management in connection …

CPV: 48000000 Софтуерни пакети и информационни системи, 48100000 Софтуерни пакети за индустрията, 48150000 Софтуерни пакети за управление на технологични процеси, 72000000 ИТ услуги: консултации, разработване на софтуер, Интернет и поддръжка, 72266000 Консултантски услуги, свързани със софтуерни продукти, 72300000 Услуги по предаване и обработка на данни
Място на изпълнение:
2025 - Technical - Water and Sewage , Operation - MOM system - Qualification phase.
Издаващ орган:
Askøy kommune
Номер на наградата:
2025/16542

1. Buyer

1.1 Buyer

Official name : Askøy kommune
Activity of the contracting entity : Water-related activities

2. Procedure

2.1 Procedure

Title : 2025 - Technical - Water and Sewage , Operation - MOM system - Qualification phase.
Description : The procurement shall cover the contracting authority ́s need for a new MOM system. The system shall include the contracting authority ́s water and sewage stations. The system shall be used by operators in the field and administrative personnel in offices. Typical field operations will be task management in connection with maintenance assignments, inspections or inspections. The components that are maintenance on are typically pumps and valves, sensors, aggregates, boards and electrical equipment.
Procedure identifier : 651ac041-5775-4027-9985-efbffe764d8d
Internal identifier : 2025/16542
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Main features of the procedure : The procurement will be made in accordance with the Act from 17 June 2016 no. 73 on public procurements and the regulations 12 August 2016 no. 975 on procurement rules in the supply sectors (utilities regulations) part I and part II, as well as the provisions stated in this tender documentation. The procurement will be carried out as a negotiated procedure after a prior notice, cf. the Utilities Regulations § 19-7 (1). The tender contest is initiated with a qualification phase. Only tenderers who fulfil the qualification requirements and who have been invited will be able to submit a tender. The contracting authority plans to invite 5-7 tenderers to submit tender offers. See the selection criteria in point 7.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48100000 Industry specific software package
Additional classification ( cpv ): 48150000 Industrial control software package
Additional classification ( cpv ): 72266000 Software consultancy services
Additional classification ( cpv ): 72300000 Data services

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.4 General information

Legal basis :
Directive 2014/25/EU
Forsyningsforskriften - The procurement will be made in accordance with the Act from 17 June 2016 no. 73 on public procurements and the regulations 12 August 2016 no. 975 on procurement rules in the supply sectors (utilities regulations) part I and part II, as well as the provisions stated in this tender documentation.

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
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 supplier.
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).
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).
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)
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.
Child labour and including 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).
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.
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.
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.
Agreements with other economic operators aimed at distorting competition : Has the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition?
Grave professional misconduct : Has 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 and obtained confidential information of this procedure : Have 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?
Direct or indirect involvement in the preparation of this procurement procedure : 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?
Early termination, damages, or other comparable 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 set under purely national exclusion grounds : The contracting authority shall state that in Norway there are national rejection reasons. These shall be described in the procurement documents. Tenderers must respond to whether they are in one or more of the situations described in the national rejection reasons. Will the purely national rejection reasons, as stated in the relevant notice or in the procurement documents, apply?
Breaching obligation relating to 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?
Breaching obligation relating to 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?
Business activities are suspended : 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.
Arrangement with creditors : 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.
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.
Assets being administered by liquidator : 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.
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national law : 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.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : 2025 - Technical - Water and Sewage , Operation - MOM system - Qualification phase.
Description : The procurement shall cover the contracting authority ́s need for a new MOM system. The system shall include the contracting authority ́s water and sewage stations. The system shall be used by operators in the field and administrative personnel in offices. Typical field operations will be task management in connection with maintenance assignments, inspections or inspections. The components that are maintenance on are typically pumps and valves, sensors, aggregates, boards and electrical equipment.
Internal identifier : 2025/16542

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48100000 Industry specific software package
Additional classification ( cpv ): 48150000 Industrial control software package
Additional classification ( cpv ): 72266000 Software consultancy services
Additional classification ( cpv ): 72300000 Data services

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 120 Month

5.1.4 Renewal

Maximum renewals : 10

5.1.6 General information

Reserved participation : Participation is not reserved.
The procurement is covered by the Government Procurement Agreement (GPA) : no

5.1.7 Strategic procurement

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Relevant educational and professional qualifications
Description : Selection criteria: Requirement: Experience from similar assignments - reference projects. Tenderers shall have good experience with the execution of similar assignments that this contract shall cover. Documentation requirement: A list with an overview and description of the tenderer's most relevant assignments in the last 3 years. The list shall as a minimum contain • the name of the customer/contracting authority • Brief description of the delivery • date of the delivery. • contract value and extent • a gender neutral preferred for each delivery, as well as a telephone number and email address. Tenderers can use the attached template, cf. Annex 5 Reference Form. The contracting authority reserves the right to contact the stated references in order to verify the extent and quality. It is the tenderer ́s responsibility to document relevance through the description. Tenderers can document their experience by referring to competence of the personnel he has at his disposal and can use this assignment, even if the experience has been worked up while the personnel have served another service provider.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (percentage, exact) : 100
Information about the second stage of a two-stage procedure :
Maximum number of candidates to be invited for the second stage of the procedure : 7
The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Address of the procurement documents : https://permalink.mercell.com/259869979.aspx

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
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Deadline for receipt of requests to participate : 29/08/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : NA
Financial arrangement : See contract

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 organisation : Hordaland Tingrett
Information about review deadlines : Tenderers can appeal the choice of tenderer. If the contracting authority finds that the award decision is not in accordance with the award criteria, the award decision can be cancelled until the contract is signed.
Organisation providing additional information about the procurement procedure : Askøy kommune
Organisation providing offline access to the procurement documents : Odin Prosjekt AS

8. Organisations

8.1 ORG-0001

Official name : Askøy kommune
Registration number : 964338442
Postal address : Klampavikvegen 1
Town : KLEPPESTØ
Postcode : 5300
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Contact point : Kjetil Hommedal Thune
Telephone : +47 90063037
Internet address : https://odinprosjekt.no/
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure

8.1 ORG-0002

Official name : Odin Prosjekt AS
Registration number : 994950967
Town : Bergen
Postcode : 5059
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Roles of this organisation :
Organisation providing offline access to the procurement documents

8.1 ORG-0003

Official name : Hordaland Tingrett
Registration number : 935 364 906
Town : Bergen
Postcode : 5020
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : f05f83c5-be5c-48ff-98aa-19715e784e3d - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 03/07/2025 12:28 +00:00
Notice dispatch date (eSender) : 03/07/2025 13:42 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00437649-2025
OJ S issue number : 127/2025
Publication date : 07/07/2025