Framework agreement for pest control

The framework agreement is for the procurement of pest control and prevention services for all types of pests in and outside buildings. The contracting authority ́s need includes i.a. checks, emergency assignments and pest consultancy services. Award criteria Demand Requirements related to the contract. The framework agreement is for the …

CPV: 90922000 Servicios de control de plagas, 24451000 Pesticidas, 90000000 Servicios de alcantarillado, basura, limpieza y medio ambiente, 90900000 Servicios sanitarios y de limpieza, 90920000 Servicios de higienización de instalaciones, 90923000 Servicios de desratización
Plazo:
5 de mayo de 2025 a las 10:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
Framework agreement for pest control
Organismo adjudicador:
Lillestrøm Kommune
Número de premio:
Lillestrøm-24/102

1. Buyer

1.1 Buyer

Official name : Lillestrøm Kommune
Legal type of the buyer : Regional authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Framework agreement for pest control
Description : The framework agreement is for the procurement of pest control and prevention services for all types of pests in and outside buildings. The contracting authority ́s need includes i.a. checks, emergency assignments and pest consultancy services.
Procedure identifier : aac3cd57-8002-4e6f-8994-859653d31a93
Internal identifier : Lillestrøm-24/102
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Services
Additional nature of the contract : Supplies
Main classification ( cpv ): 90922000 Pest-control services
Additional classification ( cpv ): 24451000 Pesticides
Additional classification ( cpv ): 90000000 Sewage, refuse, cleaning and environmental services
Additional classification ( cpv ): 90900000 Cleaning and sanitation services
Additional classification ( cpv ): 90920000 Facility related sanitation services
Additional classification ( cpv ): 90923000 Rat-disinfestation services

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy 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.
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.
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.
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.
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)
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?
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.
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).
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).
Child labour and 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).
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.
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.
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.
Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Has the tenderer: a) given grossly incorrect information with the notification of the information required to verify that there is no basis for rejection, or of the qualification requirements being fulfilled, b) failed to provide such information, c) made reservations immediately to present the supporting documents requested by the contracting authority, or d) improperly affected 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?
Guilty of 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.
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 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.
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?
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.
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?
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.

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Award criteria
Description : Award criteria
Internal identifier : 1555974

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90922000 Pest-control services
Additional classification ( cpv ): 24451000 Pesticides
Additional classification ( cpv ): 90000000 Sewage, refuse, cleaning and environmental services
Additional classification ( cpv ): 90900000 Cleaning and sanitation services
Additional classification ( cpv ): 90920000 Facility related sanitation services
Additional classification ( cpv ): 90923000 Rat-disinfestation services

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 15/06/2025
Duration end date : 14/06/2027

5.1.4 Renewal

Maximum renewals : 2
The buyer reserves the right for additional purchases from the contractor, as described here : Renewal lenght is 12 months

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

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Economic and financial capacity
Description : Requirement: Tenderers shall have the financial and economic capacity the assignment requires. This means that the tenderer is assessed credit to a minimum of A at the time of the tender offer, at Dun & Bradstreet Norway AS. Documentation: Tenderers shall document this by presenting the company ́s last year ́s approved annual accounts and the auditor's report for the same year. Companies that cannot fulfil the requirement for extracts of annual accounts, may alternatively submit the business plan with the overall plan for financing. When assessing the tenderer's financial and economic position, the contracting authority will itself obtain a credit rating from Dun & Bradstreet Norway AS.
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Requirement: Tenderers shall have fulfilled their tax and duty obligations. Documentation requirement: : Tenderers shall document this by submitting a tax certificate. The certificate must not be more than six months from the deadline for receipt of tenders.
Description : Requirement: Tenderers shall have fulfilled their tax and duty obligations. Documentation requirement: : Tenderers shall document this by submitting a tax certificate. The certificate must not be more than six months from the deadline for receipt of tenders.
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Foreign tenderers
Description : Foreign tenderers must submit equivalent certificates from their own country that document that the company has its tax and duty payments in order. If the authorities in the relevant country do not issue such certificates, the tenderer must submit a declaration which confirms that all taxes and fees are paid. The declaration must be signed by an eco.
Use of this criterion : Used
Criterion :
Type : Other
Name : Quality assurance system
Description : Requirement: Tenderers shall have a quality management system suited to the content of the contract. Documentation requirement: Tenderers shall document this by presenting a description of the quality assurance system, as well as a copy of the table of contents. The description must demonstrate that the system provides satisfactory quality assurance of the delivery/services that shall be provided. If a tenderer has ISO 9001 certification, it is sufficient to present a certificate.
Use of this criterion : Used
Criterion :
Type : Other
Name : Environmental management (outer environment)
Description : Requirement: Tenderers shall have a satisfactory system for environmental management suited to the content of the contract. Documentation requirement: Tenderers shall document this by presenting a description of their environmental management system, as well as a copy of the table of contents. The description must demonstrate that the system provides satisfactory management of the outer environment for the delivery/services that shall be provided, as well as compliance with public requirements and obligations connected to the outer environment. The description shall be on a maximum of 2 A4 pages, a copy of the table of contents will be added. If a tenderer has ISO 14001 certification or equivalent certification schemes, it is sufficient to present a valid certificate.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : ESPD Form
Description : A ESPD form is included as a part of this tender documentation, which the tenderer must fill in. This includes a number of requirements that must be answered. In addition there is in the form and below, the qualification requirements stated for this competition. Furthermore, it is stated how the tenderer shall document the qualification requirement. The ESPD form is a self-declaration from the tenderer that there are no reasons for rejection and that the qualification requirements set in the competition are fulfilled.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Declaration and documentation from sub-suppliers.
Description : Tenderers can, if necessary, rely on other companies' capacity to fulfil the economic and financial capacity requirements or technical and professional qualifications stated below. Technical and professional qualifications If the tenderer would like to use sub-suppliers to fulfil the requirements for technical and professional qualifications, this is allowed on the following points: Point 1.4.8.1: Capacity Point 1.4.8.2: Experience and competence Point 1.4.8.3: Experience and competence - certificates If a tenderer will use the parent company for fulfilment of the point. 1.4.8.6, tenderers must submit a commitment statement for the parent company. If a tenderer uses sub-suppliers on any of the above mentioned points: Sub-contractors ́ qualifications must be documented in accordance with the documentation requirements stated in the table below The tender shall be enclosed with a signed declaration (see Annex 5) from each of the relevant sub-suppliers. Economic and financial position If the tenderer would like to rely on sub-suppliers to fulfil the requirements for economic and financial capacity, the following points are allowed: Point 1.4.5: The tenderer ́s economic and financial position Documentation If the tenderer would like to rely on sub-suppliers on some of the above mentioned points, the sub-contractor must fill out the ESPD form for the sub-supplier. The sub-provider ́s qualifications are documented in accordance with the documentation requirements stated in the table below, Tax Certificate in accordance with point 1.4.4 below for the sub-contractors enclosed with the tender, enclose a signed declaration (see annex 6) from each of the relevant sub-suppliers.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : The organisational and legal position of the tenderer.
Description : Requirement: Tenderers shall be legally established and registered in a company register or a commerce register in the member state in which the tenderer is established.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Experience and competence - reference projects
Description : Requirement: Tenderers shall have experience from equivalent framework agreements. Equivalent framework agreements means the delivery of the same product/service/nature, which includes pest handling, and of the extent stated in the table below: Sub-contract 1 - Building reference assignments With equivalent means delivery of the same service and of approximately the same extent as this contract: Two framework agreements that each have an annual scope of at least NOK 400,000, carried out in a residential complex with several residential units Sub-Contract 2 - Water and Sewage (Water and Sewage) reference assignments With equivalent means delivery of the same service and of approximately the same extent as this agreement: Two framework agreements for public contracting authorities that each have an annual scope of at least NOK 200,000. Documentation requirement: Tenderers shall document experience in all the areas listed above. Fulfilment of the qualification requirement is to be documented by filling in the contracting authority ́s template for reference projects annex 14. The description must include the value, date of completion and the contracting authority. Tenderers can document their experience by referring to competence of personnel that they have at their disposal in their organisation or at associated suppliers, even if the experience has been worked up while the personnel have provided services for another service provider.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Experience and competence - certificates
Description : Requirement: Tenderers shall be able to refer to satisfactory execution in accordance with the contract, for the submitted reference projects in point 2.4.8.1. Documentation requirement: Tenderers shall document this by presenting certificates from the contracting authority for the same reference projects. The certificates should state whether the works have been professionally and properly executed. A gender neutral preferred must be provided. The contracting authority reserves the right to contact the reference persons.
Use of this criterion : Used

5.1.11 Procurement documents

Deadline for requesting additional information : 28/04/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=53315

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
Deadline for receipt of tenders : 05/05/2025 10:00 +00:00
Deadline until which the tender must remain valid : 156 Day
Information about public opening :
Opening date : 05/05/2025 10:01 +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
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Romerike og Glåmdal tingrett

5.1 Lot technical ID : LOT-0002

Title : Purchase
Description : Demand
Internal identifier : 1559895

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90922000 Pest-control services
Additional classification ( cpv ): 90000000 Sewage, refuse, cleaning and environmental services
Additional classification ( cpv ): 90900000 Cleaning and sanitation services
Additional classification ( cpv ): 90920000 Facility related sanitation services
Additional classification ( cpv ): 90923000 Rat-disinfestation services

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 15/06/2025
Duration end date : 14/06/2027

5.1.4 Renewal

Maximum renewals : 2
The buyer reserves the right for additional purchases from the contractor, as described here : Renewal lenght is 12 months

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

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : The tenderer's economic and financial capacity
Description : Requirement: Tenderers shall have the financial and economic capacity the assignment requires. This means that the tenderer is assessed credit to a minimum of A at the time of the tender offer, at Dun & Bradstreet Norway AS. Documentation: Tenderers shall document this by presenting the company ́s last year ́s approved annual accounts and the auditor's report for the same year. Companies that cannot fulfil the requirement for extracts of annual accounts, may alternatively submit the business plan with the overall plan for financing. When assessing the tenderer's financial and economic position, the contracting authority will itself obtain a credit rating from Dun & Bradstreet Norway AS.
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Tax Certificate
Description : Requirement: Tenderers shall have fulfilled their tax and duty obligations. Documentation requirement: : Tenderers shall document this by submitting a tax certificate. The certificate must not be more than six months from the deadline for receipt of tenders.
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Foreign tenderers
Description : Foreign tenderers must submit equivalent certificates from their own country that document that the company has its tax and duty payments in order. If the authorities in the relevant country do not issue such certificates, the tenderer must submit a declaration which confirms that all taxes and fees are paid. The declaration must be signed by the treasurer.
Use of this criterion : Used
Criterion :
Type : Other
Name : Quality assurance system
Description : Requirement: Tenderers shall have a quality management system suited to the content of the contract. Documentation requirement: Tenderers shall document this by presenting a description of the quality assurance system, as well as a copy of the table of contents. The description must demonstrate that the system provides satisfactory quality assurance of the delivery/services that shall be provided. If a tenderer has ISO 9001 certification, it is sufficient to present a certificate.
Use of this criterion : Used
Criterion :
Type : Other
Name : Environmental management (outer environment)
Description : Requirement: Tenderers shall have a satisfactory system for environmental management suited to the content of the contract. Documentation requirement: Tenderers shall document this by presenting a description of their environmental management system, as well as a copy of the table of contents. The description must demonstrate that the system provides satisfactory management of the outer environment for the delivery/services that shall be provided, as well as compliance with public requirements and obligations connected to the outer environment. The description shall be on a maximum of 2 A4 pages, a copy of the table of contents will be added. If a tenderer has ISO 14001 certification or equivalent certification schemes, it is sufficient to present a valid certificate.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : ESPD Form
Description : A ESPD form is included as a part of this tender documentation, which the tenderer must fill in. This includes a number of requirements that must be answered. In addition there is in the form and below, the qualification requirements stated for this competition. Furthermore, it is stated how the tenderer shall document the qualification requirement. The ESPD form is a self-declaration from the tenderer that there are no reasons for rejection and that the qualification requirements set in the competition are fulfilled.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Declaration and documentation from sub-suppliers.
Description : Tenderers can, if necessary, rely on other companies' capacity to fulfil the economic and financial capacity requirements or technical and professional qualifications stated below. Technical and professional qualifications If the tenderer would like to use sub-suppliers to fulfil the requirements for technical and professional qualifications, this is allowed on the following points: Point 1.4.8.1: Capacity Point 1.4.8.2: Experience and competence Point 1.4.8.3: Experience and competence - certificates If a tenderer will use the parent company for fulfilment of the point. 1.4.8.6, tenderers must submit a commitment statement for the parent company. If a tenderer uses sub-suppliers on any of the above mentioned points: Sub-contractors ́ qualifications must be documented in accordance with the documentation requirements stated in the table below The tender shall be enclosed with a signed declaration (see Annex 5) from each of the relevant sub-suppliers. Economic and financial position If the tenderer would like to rely on sub-suppliers to fulfil the requirements for economic and financial capacity, the following points are allowed: Point 1.4.5: The tenderer ́s economic and financial position Documentation If the tenderer would like to rely on sub-suppliers on some of the above mentioned points, the sub-contractor must fill out the ESPD form for the sub-supplier. The sub-provider ́s qualifications are documented in accordance with the documentation requirements stated in the table below, Tax Certificate in accordance with point 1.4.4 below for the sub-contractors enclosed with the tender, enclose a signed declaration (see annex 6) from each of the relevant sub-suppliers.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : The organisational and legal position of the tenderer.
Description : Requirement: Tenderers shall be legally established and registered in a company register or a commerce register in the member state in which the tenderer is established.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Experience and competence - reference projects
Description : Requirement: Tenderers shall have experience from equivalent framework agreements. Equivalent framework agreements means the delivery of the same product/service/nature, which includes pest handling, and of the extent stated in the table below: Sub-contract 1 - Building reference assignments With equivalent means delivery of the same service and of approximately the same extent as this contract: Two framework agreements that each have an annual scope of at least NOK 400,000, carried out in a residential complex with several residential units Sub-Contract 2 - Water and Sewage (Water and Sewage) reference assignments With equivalent means delivery of the same service and of approximately the same extent as this agreement: Two framework agreements for public contracting authorities that each have an annual scope of at least NOK 200,000. Documentation requirement: Tenderers shall document experience in all the areas listed above. Fulfilment of the qualification requirement is to be documented by filling in the contracting authority ́s template for reference projects annex 14. The description must include the value, date of completion and the contracting authority. Tenderers can document their experience by referring to competence of personnel that they have at their disposal in their organisation or at associated suppliers, even if the experience has been worked up while the personnel have provided services for another service provider.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Experience and competence - certificates
Description : Requirement: Tenderers shall be able to refer to satisfactory execution in accordance with the contract, for the submitted reference projects in point 2.4.8.1. Documentation requirement: Tenderers shall document this by presenting certificates from the contracting authority for the same reference projects. The certificates should state whether the works have been professionally and properly executed. A gender neutral preferred must be provided. The contracting authority reserves the right to contact the reference persons.
Use of this criterion : Used

5.1.11 Procurement documents

Deadline for requesting additional information : 28/04/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=53315

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
Deadline for receipt of tenders : 05/05/2025 10:00 +00:00
Deadline until which the tender must remain valid : 156 Day
Information about public opening :
Opening date : 05/05/2025 10:01 +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
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Romerike og Glåmdal tingrett

5.1 Lot technical ID : LOT-0003

Title : Contractual requirements
Description : Requirements related to the contract.
Internal identifier : 1565839

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90922000 Pest-control services
Additional classification ( cpv ): 90000000 Sewage, refuse, cleaning and environmental services
Additional classification ( cpv ): 90900000 Cleaning and sanitation services
Additional classification ( cpv ): 90920000 Facility related sanitation services
Additional classification ( cpv ): 90923000 Rat-disinfestation services

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 15/06/2025
Duration end date : 14/06/2027

5.1.4 Renewal

Maximum renewals : 2
The buyer reserves the right for additional purchases from the contractor, as described here : Renewal lenght is 12 months

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

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : The tenderer's economic and financial capacity
Description : Requirement: Tenderers shall have the financial and economic capacity the assignment requires. This means that the tenderer is assessed credit to a minimum of A at the time of the tender offer, at Dun & Bradstreet Norway AS. Documentation: Tenderers shall document this by presenting the company ́s last year ́s approved annual accounts and the auditor's report for the same year. Companies that cannot fulfil the requirement for extracts of annual accounts, may alternatively submit the business plan with the overall plan for financing. When assessing the tenderer's financial and economic position, the contracting authority will itself obtain a credit rating from Dun & Bradstreet Norway AS.
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Tax Certificate
Description : Requirement: Tenderers shall have fulfilled their tax and duty obligations. Documentation requirement: : Tenderers shall document this by submitting a tax certificate. The certificate must not be more than six months from the deadline for receipt of tenders.
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Foreign tenderers
Description : Foreign tenderers must submit equivalent certificates from their own country that document that the company has its tax and duty payments in order. If the authorities in the relevant country do not issue such certificates, the tenderer must submit a declaration which confirms that all taxes and fees are paid. The declaration must be signed by the treasurer.
Use of this criterion : Used
Criterion :
Type : Other
Name : Quality assurance system
Description : Requirement: Tenderers shall have a quality management system suited to the content of the contract. Documentation requirement: Tenderers shall document this by presenting a description of the quality assurance system, as well as a copy of the table of contents. The description must demonstrate that the system provides satisfactory quality assurance of the delivery/services that shall be provided. If a tenderer has ISO 9001 certification, it is sufficient to present a certificate.
Use of this criterion : Used
Criterion :
Type : Other
Name : Environmental management (outer environment)
Description : Requirement: Tenderers shall have a satisfactory system for environmental management suited to the content of the contract. Documentation requirement: Tenderers shall document this by presenting a description of their environmental management system, as well as a copy of the table of contents. The description must demonstrate that the system provides satisfactory management of the outer environment for the delivery/services that shall be provided, as well as compliance with public requirements and obligations connected to the outer environment. The description shall be on a maximum of 2 A4 pages, a copy of the table of contents will be added. If a tenderer has ISO 14001 certification or equivalent certification schemes, it is sufficient to present a valid certificate.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : ESPD Form
Description : A ESPD form is included as a part of this tender documentation, which the tenderer must fill in. This includes a number of requirements that must be answered. In addition there is in the form and below, the qualification requirements stated for this competition. Furthermore, it is stated how the tenderer shall document the qualification requirement. The ESPD form is a self-declaration from the tenderer that there are no reasons for rejection and that the qualification requirements set in the competition are fulfilled.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Declaration and documentation from sub-suppliers.
Description : Tenderers can, if necessary, rely on other companies' capacity to fulfil the economic and financial capacity requirements or technical and professional qualifications stated below. Technical and professional qualifications If the tenderer would like to use sub-suppliers to fulfil the requirements for technical and professional qualifications, this is allowed on the following points: Point 1.4.8.1: Capacity Point 1.4.8.2: Experience and competence Point 1.4.8.3: Experience and competence - certificates If a tenderer will use the parent company for fulfilment of the point. 1.4.8.6, tenderers must submit a commitment statement for the parent company. If a tenderer uses sub-suppliers on any of the above mentioned points: Sub-contractors ́ qualifications must be documented in accordance with the documentation requirements stated in the table below The tender shall be enclosed with a signed declaration (see Annex 5) from each of the relevant sub-suppliers. Economic and financial position If the tenderer would like to rely on sub-suppliers to fulfil the requirements for economic and financial capacity, the following points are allowed: Point 1.4.5: The tenderer ́s economic and financial position Documentation If the tenderer would like to rely on sub-suppliers on some of the above mentioned points, the sub-contractor must fill out the ESPD form for the sub-supplier. The sub-provider ́s qualifications are documented in accordance with the documentation requirements stated in the table below, Tax Certificate in accordance with point 1.4.4 below for the sub-contractors enclosed with the tender, enclose a signed declaration (see annex 6) from each of the relevant sub-suppliers.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : The organisational and legal position of the tenderer.
Description : Requirement: Tenderers shall be legally established and registered in a company register or a commerce register in the member state in which the tenderer is established.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Experience and competence - reference projects
Description : Requirement: Tenderers shall have experience from equivalent framework agreements. Equivalent framework agreements means the delivery of the same product/service/nature, which includes pest handling, and of the extent stated in the table below: Sub-contract 1 - Building reference assignments With equivalent means delivery of the same service and of approximately the same extent as this contract: Two framework agreements that each have an annual scope of at least NOK 400,000, carried out in a residential complex with several residential units Sub-Contract 2 - Water and Sewage (Water and Sewage) reference assignments With equivalent means delivery of the same service and of approximately the same extent as this agreement: Two framework agreements for public contracting authorities that each have an annual scope of at least NOK 200,000. Documentation requirement: Tenderers shall document experience in all the areas listed above. Fulfilment of the qualification requirement is to be documented by filling in the contracting authority ́s template for reference projects annex 14. The description must include the value, date of completion and the contracting authority. Tenderers can document their experience by referring to competence of personnel that they have at their disposal in their organisation or at associated suppliers, even if the experience has been worked up while the personnel have provided services for another service provider.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Experience and competence - certificates
Description : Requirement: Tenderers shall be able to refer to satisfactory execution in accordance with the contract, for the submitted reference projects in point 2.4.8.1. Documentation requirement: Tenderers shall document this by presenting certificates from the contracting authority for the same reference projects. The certificates should state whether the works have been professionally and properly executed. A gender neutral preferred must be provided. The contracting authority reserves the right to contact the reference persons.
Use of this criterion : Used

5.1.11 Procurement documents

Deadline for requesting additional information : 28/04/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=53315

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
Deadline for receipt of tenders : 05/05/2025 10:00 +00:00
Deadline until which the tender must remain valid : 156 Day
Information about public opening :
Opening date : 05/05/2025 10:01 +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
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Romerike og Glåmdal tingrett

5.1 Lot technical ID : LOT-0004

Title : Attachment
Description : The framework agreement is for the procurement of services connected to control and prevention of all types of pests in and outside buildings. The contracting authority ́s need includes i.a. checks, emergency assignments and pest consultancy services. Lillestrøm municipality requires pest clearance. The competition is being announced with 2 sub-agreements, one for buildings and one for the water and sewage network. Both sub-contracts shall use non-poisonous methods. Only if it is not possible to use non-poisonous methods, poison shall be used. Pest clearance shall be carried out by certified personnel. Sub-contract 1 - Service for buildings (Building) Framework agreement for services connected to control and prevention of pests in buildings and near buildings. The framework agreement shall cover the contracting authority ́s total need and it will be used by all units at the contracting authority. The contracting authority ́s need is first and foremost inspections, emergency assignments and consultancy services for pests. The tasks/call-offs that are planned to be included in the agreement will typically be control, control and prevention of all types of pests in and outside buildings, including: chemical/disinfection treatment of pest problems other measures against insects/pests, including clearance of bedbugs use of fibre optic equipment for control laying and follow-up of bait boxes analysis/air samples and delivery of reports The framework agreement includes further delivery of products for simple control carried out by the municipality's own employees. The requirements for products in this requirement specification apply to both products that shall be offered to the municipality for the municipality ́s own use and products that are used as a part of the ordered call-off. Lot 2 - Water and Sewage (VA) Water and sewage (VA) in Lillestrøm municipality is responsible for the operation and maintenance of the municipal sewage network in Lillestrøm municipality. The operation of the sewage plant also involves pest control, primarily rats. Va would like to enter into a contract with a certified pest control company that can conduct pest control in the municipality ́s sewage facility. This involves control of the pipeline network, joint channels, pump stations and sewage treatment plants. Annually, W&S receives, on average, approx. 500-2,500 messages about rat observations (rat messages) on the pipeline network. This figure varies from year to year. The rat registrations require clearance measures on the pipeline network. Measures are also wanted in areas where there is high rat activity (area control). In addition traps shall be set out at given locations and in common channels and pumping stations as needed. There may also be a need to combat other types of pests at V.A. locations, such as mice and beards.
Internal identifier : 1565843

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90922000 Pest-control services
Additional classification ( cpv ): 90000000 Sewage, refuse, cleaning and environmental services
Additional classification ( cpv ): 90900000 Cleaning and sanitation services
Additional classification ( cpv ): 90920000 Facility related sanitation services
Additional classification ( cpv ): 90923000 Rat-disinfestation services

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 15/06/2025
Duration end date : 14/06/2027

5.1.4 Renewal

Maximum renewals : 2
The buyer reserves the right for additional purchases from the contractor, as described here : Renewal lenght is 12 months

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

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : The tenderer's economic and financial capacity
Description : Requirement: Tenderers shall have the financial and economic capacity the assignment requires. This means that the tenderer is assessed credit to a minimum of A at the time of the tender offer, at Dun & Bradstreet Norway AS. Documentation: Tenderers shall document this by presenting the company ́s last year ́s approved annual accounts and the auditor's report for the same year. Companies that cannot fulfil the requirement for extracts of annual accounts, may alternatively submit the business plan with the overall plan for financing. When assessing the tenderer's financial and economic position, the contracting authority will itself obtain a credit rating from Dun & Bradstreet Norway AS.
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Tax Certificate
Description : Requirement: Tenderers shall have fulfilled their tax and duty obligations. Documentation requirement: : Tenderers shall document this by submitting a tax certificate. The certificate must not be more than six months from the deadline for receipt of tenders.
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Foreign tenderers
Description : Foreign tenderers must submit equivalent certificates from their own country that document that the company has its tax and duty payments in order. If the authorities in the relevant country do not issue such certificates, the tenderer must submit a declaration which confirms that all taxes and fees are paid. The declaration must be signed by the treasurer.
Use of this criterion : Used
Criterion :
Type : Other
Name : Quality assurance system
Description : Requirement: Tenderers shall have a quality management system suited to the content of the contract. Documentation requirement: Tenderers shall document this by presenting a description of the quality assurance system, as well as a copy of the table of contents. The description must demonstrate that the system provides satisfactory quality assurance of the delivery/services that shall be provided. If a tenderer has ISO 9001 certification, it is sufficient to present a certificate.
Use of this criterion : Used
Criterion :
Type : Other
Name : Environmental management (outer environment)
Description : Requirement: Tenderers shall have a satisfactory system for environmental management suited to the content of the contract. Documentation requirement: Tenderers shall document this by presenting a description of their environmental management system, as well as a copy of the table of contents. The description must demonstrate that the system provides satisfactory management of the outer environment for the delivery/services that shall be provided, as well as compliance with public requirements and obligations connected to the outer environment. The description shall be on a maximum of 2 A4 pages, a copy of the table of contents will be added. If a tenderer has ISO 14001 certification or equivalent certification schemes, it is sufficient to present a valid certificate.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : ESPD Form
Description : A ESPD form is included as a part of this tender documentation, which the tenderer must fill in. This includes a number of requirements that must be answered. In addition there is in the form and below, the qualification requirements stated for this competition. Furthermore, it is stated how the tenderer shall document the qualification requirement. The ESPD form is a self-declaration from the tenderer that there are no reasons for rejection and that the qualification requirements set in the competition are fulfilled.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Declaration and documentation from sub-suppliers.
Description : Tenderers can, if necessary, rely on other companies' capacity to fulfil the economic and financial capacity requirements or technical and professional qualifications stated below. Technical and professional qualifications If the tenderer would like to use sub-suppliers to fulfil the requirements for technical and professional qualifications, this is allowed on the following points: Point 1.4.8.1: Capacity Point 1.4.8.2: Experience and competence Point 1.4.8.3: Experience and competence - certificates If a tenderer will use the parent company for fulfilment of the point. 1.4.8.6, tenderers must submit a commitment statement for the parent company. If a tenderer uses sub-suppliers on any of the above mentioned points: Sub-contractors ́ qualifications must be documented in accordance with the documentation requirements stated in the table below The tender shall be enclosed with a signed declaration (see Annex 5) from each of the relevant sub-suppliers. Economic and financial position If the tenderer would like to rely on sub-suppliers to fulfil the requirements for economic and financial capacity, the following points are allowed: Point 1.4.5: The tenderer ́s economic and financial position Documentation If the tenderer would like to rely on sub-suppliers on some of the above mentioned points, the sub-contractor must fill out the ESPD form for the sub-supplier. The sub-provider ́s qualifications are documented in accordance with the documentation requirements stated in the table below, Tax Certificate in accordance with point 1.4.4 below for the sub-contractors enclosed with the tender, enclose a signed declaration (see annex 6) from each of the relevant sub-suppliers.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Experience and competence - reference projects
Description : Requirement: Tenderers shall have experience from equivalent framework agreements. Equivalent framework agreements means the delivery of the same product/service/nature, which includes pest handling, and of the extent stated in the table below: Sub-contract 1 - Building reference assignments With equivalent means delivery of the same service and of approximately the same extent as this contract: Two framework agreements that each have an annual scope of at least NOK 400,000, carried out in a residential complex with several residential units Sub-Contract 2 - Water and Sewage (Water and Sewage) reference assignments With equivalent means delivery of the same service and of approximately the same extent as this agreement: Two framework agreements for public contracting authorities that each have an annual scope of at least NOK 200,000. Documentation requirement: Tenderers shall document experience in all the areas listed above. Fulfilment of the qualification requirement is to be documented by filling in the contracting authority ́s template for reference projects annex 14. The description must include the value, date of completion and the contracting authority. Tenderers can document their experience by referring to competence of personnel that they have at their disposal in their organisation or at associated suppliers, even if the experience has been worked up while the personnel have provided services for another service provider.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Experience and competence - certificates
Description : Requirement: Tenderers shall be able to refer to satisfactory execution in accordance with the contract, for the submitted reference projects in point 2.4.8.1. Documentation requirement: Tenderers shall document this by presenting certificates from the contracting authority for the same reference projects. The certificates should state whether the works have been professionally and properly executed. A gender neutral preferred must be provided. The contracting authority reserves the right to contact the reference persons.
Use of this criterion : Used

5.1.11 Procurement documents

Deadline for requesting additional information : 28/04/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=53315

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
Deadline for receipt of tenders : 05/05/2025 10:00 +00:00
Deadline until which the tender must remain valid : 156 Day
Information about public opening :
Opening date : 05/05/2025 10:01 +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
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Romerike og Glåmdal tingrett

8. Organisations

8.1 ORG-0001

Official name : Lillestrøm Kommune
Registration number : 820710592
Department : Innkjøp
Postal address : Jonas Lies gate 18
Town : Lillestrøm
Postcode : 2000
Country : Norway
Contact point : Ambrina Shaikh
Telephone : +47
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Romerike og Glåmdal tingrett
Registration number : 926 723 863
Postal address : Postboks 393
Town : Lillestrøm
Postcode : 2001
Country subdivision (NUTS) : Viken ( NO082 )
Country : Norway
Telephone : 61 99 22 00
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : 632a13cb-88a3-4d97-a19e-c7a4735b7f28 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 01/04/2025 09:53 +00:00
Notice dispatch date (eSender) : 01/04/2025 10:06 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00209865-2025
OJ S issue number : 65/2025
Publication date : 02/04/2025