Water meters with software - Prequalification

Hamar and Ringsaker municipalities are procuring digital water meters for all households in the municipalities. The procurement is divided into two sub-contracts. Lot 1 is for the purchase of goods for the components themselves. The contract is regulated in accordance with SSA-R. Further details are given in the competition. Sub-contract …

CPV: 38421100 Water meters
Place of execution:
Water meters with software - Prequalification
Awarding body:
Hamar kommune
Award number:
2025/7193

1. Buyer

1.1 Buyer

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

2. Procedure

2.1 Procedure

Title : Water meters with software - Prequalification
Description : Hamar and Ringsaker municipalities are procuring digital water meters for all households in the municipalities. The procurement is divided into two sub-contracts. Lot 1 is for the purchase of goods for the components themselves. The contract is regulated in accordance with SSA-R. Further details are given in the competition. Sub-contract 2 concerns the system for overview and control of the water meters. The contract is regulated in accordance with SSA-L. Further details are given in the competition.
Procedure identifier : 3c92f2cc-c4b9-4de7-b39e-0f81904fc30d
Internal identifier : 2025/7193
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : Hamar and Ringsaker have for several years had analogue and mechanical water meters in most households in the municipalities. This allows municipalities to invoice subscribers according to actual water consumption. The municipalities would now like to replace all meters with digital, remote meters. The collection of more correct "real time data" on water consumption will give new and updated insights. This can be used to scale capacity, detect water leaks quickly and establish new services for residents. Hamar and Ringsaker municipalities are holding a tender contest for a framework agreement for the purchase of digital water meters with the accompanying software for remote reading and integration with the municipality ́s trade systems. The distant water meters shall communicate over LoRaWaN and/or NB-IoT and the tenderer must ensure that there is 100% coverage for at least one of these technologies in both municipalities. The municipalities ́ ambition is that approx. 25,000 water meters shall be replaced during the agreement period. A contract shall be signed with a tenderer who can deliver both infrastructure, water meters and software. Tenderers who cannot offer this themselves are encouraged to cooperate with relevant partners, cf. the Procurement Regulations in the supply sector (FOR) 12-5. Separate agreements will be signed for water meters and software: The agreement for water meters will be regulated by water meters - General contract text. The contract for software will be regulated by SSA-L - General contract text for software. Further details are defined in the tender documentation and the accompanying annexes. A plumbing contract for physical installation of digital water meters is announced in a separate competition.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 38421100 Water meters

2.1.2 Place of performance

Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 35 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/25/EU
Forsyningsforskriften - Hamar and Ringsaker have for several years had analogue and mechanical water meters in most households in the municipalities. This allows municipalities to invoice subscribers according to actual water consumption. The municipalities would now like to replace all meters with digital, remote meters.

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 : Water meters with software - Prequalification
Description : Hamar and Ringsaker municipalities are procuring digital water meters for all households in the municipalities. The procurement is divided into two sub-contracts. Lot 1 is for the purchase of goods for the components themselves. The contract is regulated in accordance with SSA-R. Further details are given in the competition. Sub-contract 2 concerns the system for overview and control of the water meters. The contract is regulated in accordance with SSA-L. Further details are given in the competition.
Internal identifier : 2025/7193

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 38421100 Water meters

5.1.2 Place of performance

Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 60 Month

5.1.4 Renewal

Maximum renewals : 3

5.1.5 Value

Estimated value excluding VAT : 35 000 000 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 : Enrolment in a trade register
Description : Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Information about the second stage of a two-stage procedure :
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/257683202.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 : Allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Description of the financial guarantee : Lifetime.
Deadline for receipt of requests to participate : 22/08/2025 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 : Described in the tender documentation.
Legal form that must be taken by a group of tenderers that is awarded a contract : Joint and several liability.
Financial arrangement : Xx

5.1.15 Techniques

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

5.1.16 Further information, mediation and review

Review organisation : Østre Innlandet tingrett -
Information about review deadlines : 15 days waiting period in prequalification. Ten days in the tender phase.
Organisation providing additional information about the procurement procedure : Hamar kommune -
Organisation providing more information on the review procedures : Hamar kommune -

8. Organisations

8.1 ORG-0001

Official name : Hamar kommune
Registration number : 970540008
Postal address : Vangsveien 51
Town : Hamar
Postcode : 2306
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Contact point : Anskaffelser - Økonomi
Telephone : +47 62563000
Fax : +47 62563001
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Østre Innlandet tingrett
Registration number : Østre Innlandet tingrett
Department : Østre Innlandet tingrett
Postal address : Østregate 41
Town : Hamar
Postcode : 2317
Country subdivision (NUTS) : Innlandet ( NO020 )
Country : Norway
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : 6692a843-0117-4de7-9e53-9e1deda825ae - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 20/06/2025 09:13 +00:00
Notice dispatch date (eSender) : 20/06/2025 09:32 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00402573-2025
OJ S issue number : 118/2025
Publication date : 24/06/2025