Stage 1: Operations control system (SCADA) for water and sewage.

Nittedal municipality, hereafter called the Contracting Authority, invites tenderers to a competition for the procurement of a new operations control system (SCADA) for water and sewage. Nittedal is a municipality in Akershus with a population of 26,000. The municipality borders Lunner, Nannestad, Gjerdrum and Lillestrøm to the north and east. …

CPV: 72200000 Software programming and consultancy services, 35710000 Command, control, communication and computer systems, 38800000 Industrial process control equipment and remote-control equipment, 42000000 Industrial machinery, 42960000 Command and control system, printing, graphics, office automation and information-processing equipment, 42961000 Command and control system, 42961200 Scada or equivalent system, 48000000 Software package and information systems, 48100000 Industry specific software package, 48150000 Industrial control software package, 48900000 Miscellaneous software package and computer systems, 48921000 Automation system, 50500000 Repair and maintenance services for pumps, valves, taps and metal containers and machinery, 51900000 Installation services of guidance and control systems, 72000000 IT services: consulting, software development, Internet and support, 72220000 Systems and technical consultancy services, 72260000 Software-related services, 72263000 Software implementation services
Place of execution:
Stage 1: Operations control system (SCADA) for water and sewage.
Awarding body:
Nittedal kommune
Award number:
25/03280

1. Buyer

1.1 Buyer

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

2. Procedure

2.1 Procedure

Title : Stage 1: Operations control system (SCADA) for water and sewage.
Description : Nittedal municipality, hereafter called the Contracting Authority, invites tenderers to a competition for the procurement of a new operations control system (SCADA) for water and sewage. Nittedal is a municipality in Akershus with a population of 26,000. The municipality borders Lunner, Nannestad, Gjerdrum and Lillestrøm to the north and east. In the south and west the municipality borders Oslo, and our slogan is "Where a big city meets the countryside". Nittedal municipality is responsible for a broad spectrum of welfare assignments. In addition the municipality has been assigned central assignments connected to community development, planning and exercise of the authority. Further information on Nittedal municipality is available at the www.nittedal.kommune.no.
Procedure identifier : 5ed75539-cade-431d-b572-52a4924f711b
Internal identifier : 25/03280
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 aim of the procurement is to establish a new operational control system for monitoring and managing the municipality ́s water and sewage infrastructure. The current system is terminated and it is decisive to procure a new system to ensure stable and secure operation of services that are critical for life, health and the environment. The procurement is a part of the municipality ́s digitalisation strategy for the water and sewage sector, with the aim of increasing security, reduced stoppages, improved decision basis and long-term cost savings. See the requirement specifications in Annex 1a and Annex 1b for further information on the procurement ́s purpose and content.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72200000 Software programming and consultancy services
Additional classification ( cpv ): 35710000 Command, control, communication and computer systems
Additional classification ( cpv ): 38800000 Industrial process control equipment and remote-control equipment
Additional classification ( cpv ): 42000000 Industrial machinery
Additional classification ( cpv ): 42960000 Command and control system, printing, graphics, office automation and information-processing equipment
Additional classification ( cpv ): 42961000 Command and control system
Additional classification ( cpv ): 42961200 Scada or equivalent system
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 ): 48900000 Miscellaneous software package and computer systems
Additional classification ( cpv ): 48921000 Automation system
Additional classification ( cpv ): 50500000 Repair and maintenance services for pumps, valves, taps and metal containers and machinery
Additional classification ( cpv ): 51900000 Installation services of guidance and control systems
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72220000 Systems and technical consultancy services
Additional classification ( cpv ): 72260000 Software-related services
Additional classification ( cpv ): 72263000 Software implementation services

2.1.2 Place of performance

Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway

2.1.4 General information

Legal basis :
Directive 2014/25/EU
Forsyningsforskriften - This procurement will be carried out in accordance with the Act from 17 June 2016 no. 73 on public procurements (LOA) and the Regulation 12 August 2016 no. 975 on procurement rules in the supply sectors (The Supply Regulations). The procurement will be carried out as a negotiated procedure after a prior notice in accordance with the utilities regulations parts I and II cf. § 9-1.

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?
Conflict of interest due to its participation in the procurement procedure : Are tenderers aware of a conflict of interest as stated in national law, the relevant notice or procurement documents?
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 : Stage 1: Operations control system (SCADA) for water and sewage.
Description : Nittedal municipality, hereafter called the Contracting Authority, invites tenderers to a competition for the procurement of a new operations control system (SCADA) for water and sewage. Nittedal is a municipality in Akershus with a population of 26,000. The municipality borders Lunner, Nannestad, Gjerdrum and Lillestrøm to the north and east. In the south and west the municipality borders Oslo, and our slogan is "Where a big city meets the countryside". Nittedal municipality is responsible for a broad spectrum of welfare assignments. In addition the municipality has been assigned central assignments connected to community development, planning and exercise of the authority. Further information on Nittedal municipality is available at the www.nittedal.kommune.no.
Internal identifier : 25/03280

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72200000 Software programming and consultancy services
Additional classification ( cpv ): 35710000 Command, control, communication and computer systems
Additional classification ( cpv ): 38800000 Industrial process control equipment and remote-control equipment
Additional classification ( cpv ): 42000000 Industrial machinery
Additional classification ( cpv ): 42960000 Command and control system, printing, graphics, office automation and information-processing equipment
Additional classification ( cpv ): 42961000 Command and control system
Additional classification ( cpv ): 42961200 Scada or equivalent system
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 ): 48900000 Miscellaneous software package and computer systems
Additional classification ( cpv ): 48921000 Automation system
Additional classification ( cpv ): 50500000 Repair and maintenance services for pumps, valves, taps and metal containers and machinery
Additional classification ( cpv ): 51900000 Installation services of guidance and control systems
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72220000 Systems and technical consultancy services
Additional classification ( cpv ): 72260000 Software-related services
Additional classification ( cpv ): 72263000 Software implementation services

5.1.2 Place of performance

Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 120 Month

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : The contract will be valid for 8 years, with an option for an extension for a further 1+1 year, to a total maximum of 10 years for the entire contract period.

5.1.6 General information

Reserved participation : Participation is not reserved.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : Requirement: The tenderer shall be a legally established company. Documentation requirement: Norwegian tenderers: •Registration. The contracting authority will obtain a company registration certificate from the Brønnøysund Register Centre for Norwegian tenderers. The Norwegian tenderers shall therefore not enclose a company registration certificate. Foreign tenderers: • Confirmation that the tenderer is registered in a trade register or company register in accordance with the law in the country where the tenderer is established.
Criterion : Other economic or financial requirements
Description : Requirement: Tenderers shall have their tax, payroll tax and VAT payments in order. Documentation: Tax certificate not older than six months calculated from the tender deadline. Tax certificate means: Norwegian tenderers: • Tax and VAT certificate issued by the tax office via Altinn. Foreign tenderers: • Foreign tenderers must submit equivalent certificates from their own country that show that they have an arrangement for the payment of taxes and duties. If the authorities in the relevant country do not issue such certificates, the tenderer shall submit a statement which states that all taxes and duties have been paid. The declaration shall be approved and signed by the tenderer's Financial Director/ person responsible for Finance.
Criterion : Financial ratio
Description : Requirement: The tenderer shall have the financial strength to be able to fulfil the contract. Documentation requirement: The tenderer's Annual Financial Statements including notes with the Board's and auditor's reports from 2023 and 2024. The contracting authority reserves the right to carry out a credit assessment from Experian or equivalent companies. The financial strength will be assessed in relation to turnover, operating degree, solidity and liquidity.
Criterion : Average yearly manpower
Description : Requirement: Tenderers shall have the ability to fulfil the contract. Documentation requirement: A short, overall description of the company shall be given, including: • An account of the company ́s core competence related to the scope of the delivery. • An overview of the company's organisation and ownership, as well as a description of the current business activities. • Description of how the tenderer is organised for the execution of this contract. • A description of how much of the contract the tenderer is considering putting away to sub-supplier(s)/collaboration partners.
Criterion : References on specified deliveries
Description : Requirement: Tenderers shall have experience from relevant and comparable deliveries. Relevant and comparable experience means experience with operational control systems within Water and Sewage projects or other complex industrial projects. It is sufficient that the references together see to the requirements of relevance and comparability. Documentation requirement: Description of up to five of the tenderer's most relevant and comparable contracts in the last three years. Tenderers shall document fulfilment by filling in Part 1 Annex 2 - Reference Descriptions.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Maximum number of tenders passing : 5
Criterion : Measures for ensuring quality
Description : Requirement: Tenderers shall have a documented and implemented quality assurance system/management system. The quality assurance/management system shall cover all organisation units and processes included in the contracting authority ́s deliveries. The quality assurance/management system shall fulfil the requirements in ISO 9001 or equivalent. Documentation requirement: Copy of an ISO 9001 certificate or equivalent ance intermediate standard for quality management, issued by an accredited certification body. If the tenderer ́s quality assurance/management system is not certified, the tenderer shall document that the system is equivalent to a recognised standard with: • Report/evaluation of the tenderer's quality assurance/management system, prepared by an independent third party (e.g. an auditing company), with competence to assess that the system is equivalent to the requested standard, or • A description of the quality assurance/management system as well as how the system was implemented and managed in the entity. The description shall be so detailed that the Contracting Authority can undertake an independent assessment of the tenderer's quality assurance/management system.
Criterion : Environmental management measures
Description : Requirement: Tenderers shall have a documented environmental management system. Documentation requirement: A description of the tenderer's environment system. If a tenderer is certified by a public certification body (EMAS, Miljøfyrtårn, ISO 14001, or other recognised environmental management system/standard), it is sufficient to enclose a copy of a valid certificate.
Criterion : Measures for ensuring quality
Description : Requirement: Tenderers shall have a documented HSE system. Documentation requirement: Tenderers must present a table of contents for their HSE system and it must be stated in this and any comprehensive description that the system will fulfil the requirements in the Internal Control Regulations.
Criterion : Security of information
Description : Requirement: Tenderers shall have a documented and implemented management system for information security. The management system shall cover all organisation units and processes included in the delivery. Documentation requirement: A copy of an ISO 27001 certificate or equivalent recognised standard for information security, issued by an accredited certification body. If the tenderer's information security management system is not certified, the tenderer shall document that the management system is equivalent to a certified standard with: Report/evaluation of the tenderer's management system for information security, prepared by an independent third party (e.g. an auditing company), with competence to assess that the management system is an equivalent requested standard. or A description of the management system for information security, as well as how the system was implemented and managed in the entity. The description shall be so detailed that the Contracting Authority can undertake an independent assessment of the tenderer's management system.
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 3
Maximum number of candidates to be invited for the second stage of the procedure : 5
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/267288142.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 : 14/11/2025 11:00 +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 annexes in SSA-T and SSA-V for implementation of the contract.
Financial arrangement : The remuneration and payment terms are stated in chapter 6 in the contract text to SSA-T and SSA-V.

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 : Romerike og Glåmdal tingrett
Information about review deadlines : The petition for a provisional injunction against the contracting authority's decision to reject or reject a request to participate in the competition must be brought before the district court within 15 days calculated from the day after the contracting authority ́s notification has been sent, cf. the Utilities Regulations § 16-5. A 10 day waiting period has been set from the award decision.
Organisation providing additional information about the procurement procedure : Inventura AS

8. Organisations

8.1 ORG-0001

Official name : Inventura AS
Registration number : 983351417
Postal address : Solheimsgaten 15
Town : Bergen
Postcode : 5058
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Contact point : Dag Thomas Nybø-Sørensen (innkjøper)
Telephone : +47 55134480
Internet address : https://www.inventura.no
Roles of this organisation :
Organisation providing additional information about the procurement procedure

8.1 ORG-0002

Official name : Nittedal kommune
Registration number : 971643870
Town : Nittedal
Postcode : 1482
Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Telephone : 67059000
Roles of this organisation :
Buyer

8.1 ORG-0003

Official name : Romerike og Glåmdal tingrett
Registration number : 926723863
Town : Lillestrøm
Postcode : 2001
Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : 3a96e2d9-c7a5-4d81-b88a-3bbdeec75d3c - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 13/10/2025 15:06 +00:00
Notice dispatch date (eSender) : 14/10/2025 05:55 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00677263-2025
OJ S issue number : 198/2025
Publication date : 15/10/2025