Pest control

The procurement shall cover the Contracting Authority's requirement for pest control services as well as other services that naturally come under this service category. There will be a need for i.a. preventive pest inspections, advice, control and removal of various pests (rats, mice, wet, ants, stock products, cockroaches, wall animals, …

CPV: 90670000 Dezinfekcijas un kaitēkļu apkarošanas pakalpojumi lauku apvidos vai pilsētu teritorijās, 90920000 Ar telpām saistīti sanitārijas pakalpojumi, 90923000 Žurku iznīdēšanas pakalpojumi, 90000000 Notekūdeņu, atkritumu, tīrīšanas un vides pakalpojumi, 90922000 Kaitēkļu apkarošanas pakalpojumi
Termiņš:
2025. gada 26. novembris, 11:00
Termiņa veids:
Piedāvājuma iesniegšana
Izpildes vieta:
Pest control
Piešķīrēja iestāde:
Oslo kommune v/ Utviklings- og kompetanseetaten
Piešķīruma numurs:
1493

1. Buyer

1.1 Buyer

Official name : Oslo kommune v/ Utviklings- og kompetanseetaten
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 : Pest control
Description : The procurement shall cover the Contracting Authority's requirement for pest control services as well as other services that naturally come under this service category. There will be a need for i.a. preventive pest inspections, advice, control and removal of various pests (rats, mice, wet, ants, stock products, cockroaches, wall animals, wood drilling insects, canemaur, black wooden masts, wasps, flies, birds and other animals) in offices, schools, nursery schools, sheltered accommodations, arts buildings, sports buildings and installations, fire stations, emergency doctor surgery,  outside areas, the sewage network, manholes, treatment facilities etc. as well as service agreements.
Procedure identifier : 8db4d471-c9a6-4f76-873f-fdc7aaeb1d11
Internal identifier : 1493
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90670000 Disinfecting and exterminating services in urban or rural areas
Additional classification ( cpv ): 90920000 Facility related sanitation services
Additional classification ( cpv ): 90923000 Rat-disinfestation services
Additional classification ( cpv ): 90000000 Sewage, refuse, cleaning and environmental services
Additional classification ( cpv ): 90922000 Pest-control services

2.1.2 Place of performance

Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 40 000 000 Norwegian krone
Maximum value of the framework agreement : 80 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national law : 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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
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 combating 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 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).
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
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 : Is the tenderer 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?
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.
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?
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 in such a situation is obligatory in accordance with the current national law with no exceptions, when the tenderer is still able to carry out the contract.
Breaching obligation relating to payment of taxes : Has the tenderer not fulfilled all of his tax and duty obligations in both the country where 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.
Offence concerning its professional conduct in the domain of defence procurement : 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, have been legally convicted of offences regarding professional behaviour in defence procurements?
Lack of reliability to exclude risks to the security of the country : Is the tenderer assessed to lack reliability that is necessary to exclude the risk of national security?
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.

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Pest control
Description : The procurement shall cover the Contracting Authority's requirement for pest control services as well as other services that naturally come under this service category. There will be a need for i.a. preventive pest inspections, advice, control and removal of various pests (rats, mice, wet, ants, stock products, cockroaches, wall animals, wood drilling insects, canemaur, black wooden masts, wasps, flies, birds and other animals) in offices, schools, nursery schools, sheltered accommodations, arts buildings, sports buildings and installations, fire stations, emergency doctor surgery,  outside areas, the sewage network, manholes, treatment facilities etc. as well as service agreements.
Internal identifier : 2143

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90670000 Disinfecting and exterminating services in urban or rural areas
Additional classification ( cpv ): 90920000 Facility related sanitation services
Additional classification ( cpv ): 90923000 Rat-disinfestation services
Additional classification ( cpv ): 90000000 Sewage, refuse, cleaning and environmental services
Additional classification ( cpv ): 90922000 Pest-control services

5.1.2 Place of performance

Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

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) : yes

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : The tenderer shall be a legally established company. Documentation requirements: Norwegian companies: Company Registration Certificate Foreign companies: Proof that the company is registered in a trade or business register as prescribed by the law of the country where the company is established.
Criterion : Other economic or financial requirements
Description : Tenderers must have sufficient economic and financial capacity to be able to fulfil the contract. Documentation requirements: The contracting authority will obtain a credit rating from Experian on its own initiative. The Contracting Authority reserves the right to obtain the company's last Annual Financial Statements including notes, the Board's Annual Reports and Audit Reports, as well as new information of relevance to the company's fiscal figures.
Criterion : Environmental management measures
Description : Tenderers are required to have implemented environmental management measures that ensure that the tenderer is suitable to fulfil the contract ́s environmental provisions (see contract point 15). This means that the tenderer has methods for working actively and systematically to reduce negative environmental impact from activities connected to the execution of this contract. Documentation requirements: A description of the tenderer's environmental management measures. If a tenderer has certificates from independent bodies that document the environmental management system, they can be presented as documentation. Refer to the EU Scheme for Environmental Management and Environmental Audit (EMAS), other recognised environmental management systems in Regulation (EF) no. 1221/2009 article 45, or equivalent, and other environmental management standards based on relevant European or international standards from accredited bodies such as ISO 14001 or equivalent.
Criterion : Measures for ensuring quality
Description : Tenderers shall have a relevant quality assurance system for the content of the contract. Documentation requirements: A description of the tenderer's quality assurance system. This can possibly be documented by a presented certificate issued by independent bodies as documentation that the tenderer fulfils quality assurance standards, for example ISO 9001:2015.
Criterion : Supply chain management
Description : Tenderers shall be suitable to fulfil contract requirements for due diligence assessments for responsible businesses by the start of the contract. This means that the Tenderer has implemented measures and systems that are used in the Tenderer's work to safeguard basic human rights and decent working conditions, as well as prevent environmental degradation and corruption.  Documentation requirements: A description of the tenderer's systems for working with due diligence assessments in accordance with the UN ́s guiding principles for business and human rights (UNGP) and OECD ́s guidelines for multinational companies. The documentation shall include:  ·        Formal policy/guidelines that cover an obligation to comply with the requirements of responsible business. ·        Formal policy/guidelines for accountability for sub suppliers/supplier chain (Supplier Code of Conduct). This shall only be provided if sub-suppliers are used.  ·        Descriptions of the tenderer ́s processes and routines for how the company works with due diligence assessments.  ·        Description of how the tenderer will obtain and maintain an overview of the country of origin and production locations for the products that the tenderer offers. ·        Complete Annex 4.
Criterion : References on specified deliveries
Description : Tenderers shall have experience from equivalent assignments.  Equivalent assignments are referred to as assignments of an equivalent nature and scope (several delivery points). Documentation requirements: Short description of the most important deliveries in the last three years, including information on the contract ́s value, date of delivery, number of delivery points as well as the name of the contracting authority and a description of the assignment ́s content.
Criterion : Average yearly manpower
Description : Tenderers must have sufficient capacity to fulfil the contract. Documentation requirements: A description of the tenderer's average workforce and the number of employees in the management during the last three years. Annex 5 competence matrix can be completed.

5.1.10 Award criteria

Criterion :
Type : Price
Description : Price
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 60
Criterion :
Type : Quality
Description : Assignment comprehension
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
Criterion :
Type : Quality
Description : Comptance
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
Criterion :
Type : Quality
Description : Both climate footprint and environmental impact are considered to be limited in this procurement. The contract is for pest control services. The greatest climate impact is being assessed to be connected to combat agents and transport. Oslo municipality places great emphasis on environmental considerations in its procurements and would like contract partners who also do so. The contract proposes to replace climate and environmental considerations in the award criteria with climate and environmental requirements in the requirement specifications pursuant to PPR § 7-9 fourth paragraph, first period. There will be minimum requirements connected to environmentally friendly methods for the execution of the service, chemicals, transport and recycling. The products shall fulfil environmental requirements in accordanc with the current laws and regulations. The Norwegian Environment Agency has published chemical lists of regulated chemicals.  There will be minimum requirements for the tenderer to ensure that waste in connection with the execution of the assignment is delivered to an approved environmental station. All waste shall be declared by a tenderer.   Oslo municipality has implemented a standard requirement for the use of zero emission vehicles from 01.01.2025. As this will be an absolute requirement for the tenderers, and other requirements related to climate and the environment are also set, our assessment is that the use of these requirements actually contributes to reducing environmental risk to a greater extent compared to setting an award criterion on climate and the environment. The contracting authority will, based on the above, use the exclusion provisions in the procurement regulations § 7-9 fourth paragraph.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 0

5.1.11 Procurement documents

Access to certain procurement documents is restricted
Information about restricted documents is available at : https://app.artifik.no/procurements/1493
Ad hoc communication channel :
Name : e-Tendering

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English, Norwegian
Electronic catalogue : Not allowed
Deadline for receipt of tenders : 26/11/2025 11:00 +00:00
Deadline until which the tender must remain valid : 3 Month
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 : N/A
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : N/A

5.1.15 Techniques

Framework agreement :
Framework agreement, partly without reopening and partly with reopening of competition
Maximum number of participants : 2
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Oslo tingrett
Organisation providing additional information about the procurement procedure : Oslo kommune v/ Utviklings- og kompetanseetaten
Organisation providing more information on the review procedures : Oslo kommune v/ Utviklings- og kompetanseetaten
Organisation receiving requests to participate : Artifik AS

8. Organisations

8.1 ORG-0001

Official name : Oslo kommune v/ Utviklings- og kompetanseetaten
Registration number : 971183675
Postal address : Postboks 6538 Etterstad
Town : Oslo
Postcode : 0606
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Tone Emblem
Telephone : +47 21802180
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 : Oslo tingrett
Registration number : 926725939
Postal address : Postboks 2106 Vika
Town : Oslo
Postcode : 0125
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : +47 22035200
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Artifik AS
Registration number : 925364967
Postal address : Stortingsgata 12
Town : Oslo
Postcode : 0161
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : +47 46630107
Internet address : https://artifik.no
Roles of this organisation :
Procurement service provider
Organisation receiving requests to participate

Notice information

Notice identifier/version : 344460e7-afba-4d7a-aab6-976679489d24 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 24/10/2025 12:10 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00709077-2025
OJ S issue number : 206/2025
Publication date : 27/10/2025