Framework agreement for equipment for new and existing automatic weather stations, as well as complete systems.

Open competition for the selection of one (1) tenderer for a framework agreement. The contract will be for 2 years, and the contract can be extended for 1 year at a time, twice. The total duration is maximum 4 years. Open competition for the selection of one (1) tenderer for …

CPV: 38120000 Instrumente de meteorologie, 38127000 Staţii meteorologice
Termen limită:
29 August 2025, 10:00
Tipul de termen limită:
Depunerea unei oferte
Locul de executare:
Framework agreement for equipment for new and existing automatic weather stations, as well as complete systems.
Organismul de alocare:
Meteorologisk Institutt
Numărul de atribuire:
2023/866

1. Buyer

1.1 Buyer

Official name : Meteorologisk Institutt
Legal type of the buyer : Central government authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Framework agreement for equipment for new and existing automatic weather stations, as well as complete systems.
Description : Open competition for the selection of one (1) tenderer for a framework agreement. The contract will be for 2 years, and the contract can be extended for 1 year at a time, twice. The total duration is maximum 4 years.
Procedure identifier : 0f0ec868-d3d9-4756-8ddb-b7c8f1622987
Internal identifier : 2023/866
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The Meteorological Institute (MET) shall enter into a framework agreement with one tenderer to cover MET's ongoing need for meteorological sensors, loggers, complete logging cabinets, power cabinets and other related equipment for MET's ground based station network. Tenderers are requested to use the sensory systems they believe are the most relevant. The MET currently measures air temperature, relative humidity, pressure, wind speed and direction, amount of precipitation, snow depth, precipitation intensity, precipitation time, sunshine, short wave and long wave radiation. A complete description of the delivery is in the requirement specifications and the tender documentation shows the rules for the implementation of this competition.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 38127000 Weather stations
Additional classification ( cpv ): 38120000 Meteorological instruments

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 50 000 000 Norwegian krone
Maximum value of the framework agreement : 50 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - Open competition in accordance with parts 1 and 3 of the regulations

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 for equipment for new and existing automatic weather stations, as well as complete systems.
Description : Open competition for the selection of one (1) tenderer for a framework agreement. The contract will be for 2 years, and the contract can be extended for 1 year at a time, twice. The total duration is maximum 4 years.
Internal identifier : 2023/866

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 38127000 Weather stations
Additional classification ( cpv ): 38120000 Meteorological instruments

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : The contract will be valid for 2 years, and it can be extended twice, for 1 year at a time. The total length with extensions is 4 years.

5.1.5 Value

Estimated value excluding VAT : 50 000 000 Norwegian krone
Maximum value of the framework agreement : 50 000 000 Norwegian krone

5.1.6 General information

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

5.1.7 Strategic procurement

Green Procurement Criteria : Other Green Public Procurement criteria

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : Tenderers shall be registered in a company register, professional register or a commerce register in the country where the tenderer is established. Documentation requirement: Norwegian companies: Company Registration Certificate Foreign companies: Verification that the tenderer is registered in a company register, professional register or a commerce register in the country where the tenderer is established.
Criterion : Other economic or financial requirements
Description : Tenderers must have sufficient economic and financial capacity to be able to fulfil the contract. Creditworthiness with no requirement for collateral will be sufficient to meet the requirement. Documentation: Credit rating based on the most recent financial figures. The rating shall be carried out by a credit rating company with licence to conduct this service.
Criterion : References on specified deliveries
Description : Tenderers shall have experience from comparable contracts. Documentation requirement: Description of up to 3 of the tenderer's most relevant contracts in the course of the last 3 years. Relevant assignments mean the delivery of different types of meteorological sensors, complete logger cabinets and power cabinets. The description must include a statement of the contract ́s value, date and recipient (name, telephone number and e-mail address). 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.
Criterion : Certificates by independent bodies about quality assurance standards
Description : A good and well-functioning quality assurance system is required for the services that shall be provided. Documentation requirement: An account of the tenderer ́s quality assurance system/management system. We mean a description of the function and purpose, not just the name of the system or documented system certificate.
Criterion : Subcontracting proportion
Description : Commitment statement when using sub-suppliers. Documentation requirement: In cases where a tenderer will use other tenderers ́ capacity and competence to qualify, a commitment statement must be enclosed. The commitment declaration shall be enclosed with the tender.

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/258647291.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 : 29/08/2025 10:00 +00:00
Deadline until which the tender must remain valid : 33 Day
Information about public opening :
Opening date : 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
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

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

Mediation organisation : Oslo District court -
Review organisation : Oslo District court -
Information about review deadlines : Regulations on appeals board for public procurements: § 6. Complaints and appeals interest Appeals to the Appeals Board must apply to omissions, actions or decisions during the execution of procurements in accordance with the Procurement Act or regulations pur limited to this. Appeals can be lodged by anyone who has a justifiable interest in assessing the legality of such a omission, action or decision. Appeals must be filed at the latest six months after the contract was signed by the contracting authority, or six months after the contracting authority has cancelled the tender contest.
Organisation providing more information on the review procedures : Oslo District court -
Organisation receiving requests to participate : Meteorologisk Institutt -
Organisation processing tenders : Meteorologisk Institutt -

8. Organisations

8.1 ORG-0001

Official name : Meteorologisk Institutt
Registration number : 971274042
Postal address : Postboks 43 Blindern
Town : OSLO
Postcode : 0313
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Julie Skog
Telephone : +47 22963000
Fax : +47 22963050
Internet address : http://www.met.no
Roles of this organisation :
Buyer
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Oslo District court
Registration number : 926 725 939
Department : Oslo District Court
Postal address : C. J. Hambros plass 4
Town : OSLO
Postcode : 0164
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures
Mediation organisation
Notice information
Notice identifier/version : adbbe2fe-a4a4-4f77-a3fe-058b60cee60a - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 06/06/2025 10:19 +00:00
Notice dispatch date (eSender) : 06/06/2025 12:16 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00370182-2025
OJ S issue number : 109/2025
Publication date : 10/06/2025