Framework agreement - automation and operational monitoring.

The Rana municipality section for water and sewage shall establish a framework agreement for automation services and support for Plant SCADA top system. This shall make the existing installations more efficient and use of the potential in the monitoring tool Plant SCADA. The framework agreement shall be used for automation …

CPV: 48150000 Industrial control software package, 48921000 Automation system, 72220000 Systems and technical consultancy services
Deadline:
Sept. 1, 2025, 10 a.m.
Deadline type:
Submitting a bid
Place of execution:
Framework agreement - automation and operational monitoring.
Awarding body:
Rana Kommune
Award number:
2024/25705

1. Buyer

1.1 Buyer

Official name : Rana Kommune
Activity of the contracting entity : Water-related activities

2. Procedure

2.1 Procedure

Title : Framework agreement - automation and operational monitoring.
Description : The Rana municipality section for water and sewage shall establish a framework agreement for automation services and support for Plant SCADA top system. This shall make the existing installations more efficient and use of the potential in the monitoring tool Plant SCADA. The framework agreement shall be used for automation work for minor projects, alterations and ongoing maintenance of water and sewage installations in Rana municipality. It will also be used for consultancy, error recovery and alterations to the operation control system Plant SCADA. The contracting authority reserves the right to publish a separate competition for major building and construction projects.
Procedure identifier : 87c47804-84c5-4199-a0ce-dbfb63124a74
Internal identifier : 2024/25705
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The Rana municipality section for water and sewage shall establish a framework agreement for automation services and support for Plant SCADA top system. This shall make the existing installations more efficient and use of the potential in the monitoring tool Plant SCADA. The framework agreement shall be used for automation work for minor projects, alterations and ongoing maintenance of water and sewage installations in Rana municipality. It will also be used for consultancy, error recovery and alterations to the operation control system Plant SCADA. The contracting authority reserves the right to publish a separate competition for major building and construction projects.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72220000 Systems and technical consultancy services
Additional classification ( cpv ): 48150000 Industrial control software package
Additional classification ( cpv ): 48921000 Automation system

2.1.2 Place of performance

Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 7 500 000 Norwegian krone
Maximum value of the framework agreement : 15 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/25/EU
Forsyningsforskriften - x

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 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?

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Framework agreement - automation and operational monitoring.
Description : The Rana municipality section for water and sewage shall establish a framework agreement for automation services and support for Plant SCADA top system. This shall make the existing installations more efficient and use of the potential in the monitoring tool Plant SCADA. The framework agreement shall be used for automation work for minor projects, alterations and ongoing maintenance of water and sewage installations in Rana municipality. It will also be used for consultancy, error recovery and alterations to the operation control system Plant SCADA. The contracting authority reserves the right to publish a separate competition for major building and construction projects.
Internal identifier : 2024/25705

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72220000 Systems and technical consultancy services
Additional classification ( cpv ): 48150000 Industrial control software package
Additional classification ( cpv ): 48921000 Automation system

5.1.2 Place of performance

Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 30/09/2025
Duration end date : 01/10/2030

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : 1+1

5.1.5 Value

Estimated value excluding VAT : 7 500 000 Norwegian krone
Maximum value of the framework agreement : 15 000 000 Norwegian krone

5.1.6 General information

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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : References on specified services
Description : Only for services: In the reference period, the tenderer has carried out the following important goods deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three years to be taken into consideration. Minimum qualification requirements Tenderers shall have experience from comparable contracts. Tenderers shall, as a minimum, describe the 3 most relevant contracts in the course of the last 3 years. The description must include a statement of the assignment ́s value, date and recipient. It is the tenderer ́s responsibility to document relevance through the description.
Criterion : Technicians or technical bodies for quality control
Description : Tenderers can use the following technical personnel or technical units , particularly those who are responsible for quality control: For technical personnel or technical units that do not directly belong to the tenderer ́s business, but if the capacity the tenderer will use, cf. part II, section C, separate ESPD forms shall be supplemented. Minimum qualification requirements Tenderers shall have access to internal resources for the maintenance and development of a Plant SCADA top system. The tenderer shall have access to internal resources for programming Siemens Simatic PLS and HMI. Tenderers shall have access to competence and software for programming STEP7 PLS. Tenderers shall have access to local resources who can assist with acute problems, within the stated response time.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 22/08/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/260074703.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
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 01/09/2025 10:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 01/09/2025 12:00 +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 : See the tender documentation
Financial arrangement : See the tender documentation

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 1
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Helgeland tingrett -
Information about review deadlines : See the Utilities Regulations
Organisation providing additional information about the procurement procedure : Rana Kommune -
Organisation providing offline access to the procurement documents : Rana Kommune -
Organisation providing more information on the review procedures : Helgeland tingrett -

8. Organisations

8.1 ORG-0001

Official name : Rana Kommune
Registration number : 872418032
Postal address : Rådhusplassen 2
Town : MO I RANA
Postcode : 8622
Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway
Contact point : Geir Karlsen
Telephone : +479001566
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents

8.1 ORG-0002

Official name : Helgeland tingrett
Registration number : 926 723 162
Postal address : Postboks 1024
Town : Mo i Rana
Postcode : 8602
Country subdivision (NUTS) : Nordland/Nordlánnda ( NO071 )
Country : Norway
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures
Notice information
Notice identifier/version : add9ef2e-7694-44e8-bd02-54180c4ae283 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 20/06/2025 12:31 +00:00
Notice dispatch date (eSender) : 20/06/2025 12:43 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00404441-2025
OJ S issue number : 118/2025
Publication date : 24/06/2025