EBF-EEA 059-2025 Framework agreement Pest control

The framework agreement shall cover the Agency for Housing Management (EBF) and the Agency for Building and Property (EBE) ́s need for pest services, including prevention, control and control of pests, as well as control of mould and radon. The framework agreement shall cover the Agency for Housing Management (EBF) …

CPV: 90922000 Usluge suzbijanja štetočina, 24455000 Dezinficijensi, 77610000 Usluge postavljanja stupica, 90920000 Usluge sanitacije u vezi s objektom, 90921000 Usluge dezinfekcije i uništavanja štetočina, 90923000 Usluge deratizacije
rok:
3. studenoga 2025. 09:00
vrsta roka:
nadmetanje
mjesto izvršenja:
EBF-EEA 059-2025 Framework agreement Pest control
registar:
Bergen kommune - Etat for boligforvaltning
nagradni broj:
2025/242477

1. Buyer

1.1 Buyer

Official name : Bergen kommune - Etat for boligforvaltning
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : EBF-EEA 059-2025 Framework agreement Pest control
Description : The framework agreement shall cover the Agency for Housing Management (EBF) and the Agency for Building and Property (EBE) ́s need for pest services, including prevention, control and control of pests, as well as control of mould and radon.
Procedure identifier : ceded122-fc2b-4d4c-b808-e8ac354a8f83
Internal identifier : 2025/242477
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : EBF owns, operates, manages and rents bergen municipality ́s municipal residences. EBF has organised its portfolio in approx. 700 objects, which in turn consists of approx. 1,750+ street addresses with a total of approx. 5,650+ rental units. EBE manages, operates, maintains and develops the municipality ́s properties. The property mass consists of more than 1000 buildings. The properties consist of, among other things, schools, nurseries and nursing homes. Typical work assignments included in the agreement will be (not an exhaustive list): Pest control, Hereunder: Chemical/disinfection treatment of pest problems Control with fibre optic equipment Launching and follow-up of bait boxes/trapsHeat/cold treatment as measures against pests Other measures against insects/pests/pests Air measurement for suspicions of mould fungus and other rotten damage, retrieval and analysis of tests for radon sanitation of mould fungus and other rot damage are not included in Agreement. See Annex 4A price form for an overview of fixed assignments.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90922000 Pest-control services
Additional classification ( cpv ): 24455000 Disinfectants
Additional classification ( cpv ): 77610000 Trapping services
Additional classification ( cpv ): 90920000 Facility related sanitation services
Additional classification ( cpv ): 90921000 Disinfecting and exterminating services
Additional classification ( cpv ): 90923000 Rat-disinfestation services

2.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 20 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - Part III.
Anskaffelsesforskriften - Part III

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : European Single Procurement Document (ESPD)

5. Lot

5.1 Lot technical ID : LOT-0000

Title : EBF-EEA 059-2025 Framework agreement Pest control
Description : The framework agreement shall cover the Agency for Housing Management (EBF) and the Agency for Building and Property (EBE) ́s need for pest services, including prevention, control and control of pests, as well as control of mould and radon.
Internal identifier : 2025/242477

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90922000 Pest-control services
Additional classification ( cpv ): 24455000 Disinfectants
Additional classification ( cpv ): 77610000 Trapping services
Additional classification ( cpv ): 90920000 Facility related sanitation services
Additional classification ( cpv ): 90921000 Disinfecting and exterminating services
Additional classification ( cpv ): 90923000 Rat-disinfestation services

5.1.2 Place of performance

Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 20 000 000 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

5.1.9 Selection criteria

Sources of selection criteria : European Single Procurement Document (ESPD), Notice
Criterion : Enrolment in a trade register
Description : The supplier is registered in a business register or a trade register in the Member State in which the supplier is established. As described in Annex XI to Directive 2014/24/EU; suppliers from certain Member States may have to meet other requirements in that Annex. Minimum requirements for qualification requirements The supplier must be a legally registered company. Documentation: For suppliers registered in the Norwegian Register of Entities, it is not necessary to attach documentation. The contracting authority will verify the registration using the organization number stated in the supplier's Mercell profile. For suppliers not registered in the above-mentioned register, the supplier must provide a certificate or confirmation (equivalent company certificate) of registration in the trade register or business register as prescribed by the legislation of the country in which the supplier is established. Such certificate must not have been issued more than 6 months before the deadline for submission of tenders.
Criterion : Other economic or financial requirements
Description : With regard to any other economic and financial requirements that have been stated in the notice or in the procurement documents, the supplier declares that: Minimum requirements for qualification requirements The supplier has sufficient economic and financial capacity to fulfill the agreement. One requirement is that the supplier has a minimum rating B (moderate risk) with at least 50 out of 100 in the mortgage company Proff Forvalt (forvalt.no). Documentation requirements: The contracting authority will check the credit assessment carried out by the mortgage company Proff Forvalt. The supplier does not need to attach its own credit assessment. Newly established suppliers can submit a bank statement as proof of creditworthiness. Foreign companies: The contracting authority will check the supplier's financial situation from Proff Forvalt itself. If the supplier is not registered in Proff Forvalt's registers, the company's two most recent audited annual accounts must be submitted upon request. If information in the sources above is not correct or supplementary information is necessary to clarify the company's financial and financial situation, this can be provided.
Criterion : References on specified services
Description : For services only: During the reference period, the supplier has performed the following important deliveries of goods of the requested type, or the following important services of the requested type. The contracting authority may require up to three years of experience and allow experience from the period before the last three years to be taken into account. Minimum qualification requirements The supplier must have good and relevant experience. The experience must include deliveries of similar complexity to the delivery requested in this competition. The supplier must have at least 1 reference project delivered to a public contracting authority. Documentation requirements: Relevant experience must be documented by stating a minimum of three (3) and a maximum of five (5) reference projects from the last three (3) years. The references are entered directly in Mercell as a response to this point. If more than five reference projects are stated, only the first five will be considered.
Criterion : Technicians or technical bodies for quality control
Description : The supplier may have the following technical personnel or technical units at its disposal, in particular those responsible for quality control: For technical personnel or technical units that do not directly belong to the supplier's business, but whose capacity the supplier relies on, cf. Part II, Section C, separate ESPD forms must be completed. Minimum qualification requirements The supplier is required to have sufficient technical resources and capacity to carry out the assignment in line with the client's needs. The supplier must have a minimum of 3 employees who are certified pest controllers by the Norwegian Institute for Pest Control. Documentation: The supplier must enclose an overview of personnel with technical/professional competence that is relevant to the implementation of this delivery. The overview must contain the person's professional qualifications, experience and how the person is intended to be used in the delivery in question. All resources stated must have sufficient capacity during the contract period to be used as described. Documentation (certificate) of approved pest controllers must be enclosed.
Criterion : Measures for ensuring quality
Description : The supplier uses the following technical facilities and quality assurance measures, and the supplier's examination and research facilities are as follows: Minimum qualification requirements The contracting authority requires that all suppliers have implemented a quality management system that is satisfactory to ensure the quality of implementation in this contract. Documentation requirements: Description of the company's implemented quality management system. A certificate for the company's quality management system issued by independent bodies must be provided that confirms that the company meets certain quality management standards, such as ISO 9001. If the company does not hold such a certificate, other documentation of the company's quality management system must be provided. In such cases, the following must be provided as a minimum: + name of the system and detailed table of contents + general description of the content of the system, including an overview of control plans and checklists relevant to this contract + organizational chart showing the responsibilities in the quality management system + description of routines for internal control and non-conformance management (work with corrective and preventive measures) + a description of how the system will be used to ensure the quality of this contract. All submitted or obtained documentation will form the basis for an overall assessment of whether the qualification requirement has been met.
Criterion : Relevant educational and professional qualifications
Description : The following education and professional qualifications are possessed by the supplier and/or (depending on the requirements set out in the notice or in the procurement documents) by the management staff: Minimum qualification requirements The supplier must have sufficient competence and professional qualifications to manage and quality-assured the delivery. Documentation: The supplier must enclose an overview of the experience and professional qualifications possessed by the management team and/or key personnel who will be responsible for the delivery.
Criterion : Certificates by independent bodies about quality assurance standards
Description : Can the supplier provide certificates issued by independent bodies as documentation that the supplier meets the specified quality assurance standards, including universal design requirements? Minimum qualification requirements The contracting authority requires that all suppliers have implemented a certified quality management system that is satisfactory for ensuring the quality of the performance of this contract. Documentation requirements: Certificate issued by an independent body that is approved for certification. The certificate must confirm that the supplier's quality management system complies with the requirements of a relevant European standard, such as ISO 9001. If the supplier does not have such a certificate, the supplier must provide other documentation of quality assurance measures that correspond to a relevant European quality assurance standard. The supplier must also document that the measures are equivalent to those required by such a quality assurance standard.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Is the supplier able to provide certificates issued by independent bodies as documentation that the supplier meets the specified environmental management systems or standards? Minimum qualification requirements The contracting authority requires that all suppliers have implemented procedures and systems, certified by independent third parties, that ensure a low environmental impact when performing this contract. Documentation requirements: Certificate issued by an independent body that is approved for certification. The certificate must confirm that the supplier's environmental management system complies with the requirements of a relevant standard. Documentation is required that the supplier either has an Environmental Lighthouse certificate, is EMAS certified, is certified according to ISO 14001 or has a valid certificate from other relevant environmental management schemes or standards. If the supplier does not have such a certificate, the supplier must provide other documentation of environmental management measures that corresponds to a relevant environmental management scheme or standard. The supplier must also document that the measures are equivalent to those required by such an environmental management scheme or standard. A supplier who is qualified on the basis of documentation for environmental management measures other than third-party certification and who is awarded the contract will be obliged to carry out third-party certification of its environmental management system. This is further described in the contract requirements included in the annexes to amendments to the standard contract.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 27/10/2025 09:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/265696122.aspx

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Not allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Deadline for receipt of tenders : 03/11/2025 09:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 03/11/2025 09:00 +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 : 10
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Bergen kommune
Information about review deadlines : Ten days waiting period.
Organisation providing more information on the review procedures : Bergen kommune - Etat for boligforvaltning

8. Organisations

8.1 ORG-0001

Official name : Bergen kommune - Etat for boligforvaltning
Registration number : 964338531
Department : Etat for boligforvaltning
Postal address : Postboks 7700
Town : BERGEN
Postcode : 5020
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Contact point : Kristine Tjøsvoll Veim
Telephone : +47 05556
Roles of this organisation :
Buyer
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Bergen kommune
Registration number : 964338531
Town : Bergen
Postcode : 5020
Country subdivision (NUTS) : Vestland ( NO0A2 )
Country : Norway
Roles of this organisation :
Review organisation

10. Change

Version of the previous notice to be changed : 4cfd9198-3e53-4129-b7b7-0772991ba1e3-01
Main reason for change : Buyer correction

10.1 Change

Section identifier : PROCEDURE

10.1 Change

Section identifier : LOT-0000

Notice information

Notice identifier/version : f7e3e69d-9eb5-4443-8ed0-2ddacf87fec9 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 24/10/2025 08:14 +00:00
Notice dispatch date (eSender) : 24/10/2025 08:21 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00706034-2025
OJ S issue number : 206/2025
Publication date : 27/10/2025