Framework agreement for pest control.

The contracting authorities invite tenderers to an open tender contest for the procurement of pest control and prevention services. The tasks 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, as well as in …

CPV: 90670000 Servicii de dezinfectare şi dezinfestare în mediu urban sau rural, 24000000 Produse chimice, 24400000 Îngrăşăminte şi compuşi azotaţi, 24450000 Produse agrochimice, 24451000 Pesticide, 90000000 Servicii de evacuare a apelor reziduale, de eliminare a deşeurilor, de igienizare şi servicii privind mediul, 90900000 Servicii de curăţenie şi igienizare, 90920000 Servicii de igienizare a instalaţiilor, 90923000 Servicii de deratizare
Termen limită:
18 Septembrie 2025, 10:00
Tipul de termen limită:
Depunerea unei oferte
Locul de executare:
Framework agreement for pest control.
Organismul de alocare:
Lillestrøm Kommune
Numărul de atribuire:
Lillestrøm-25/067

1. Buyer

1.1 Buyer

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

1.1 Buyer

Official name : Nedre Romerike Brann og Redning (NRBR)
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Midtre Romerike avløpsselskap (MIRA)
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Nittedal kommune
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Nittedal kommunale eiendomsforetak KF
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Aurskog-Høland kommune
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Enebakk kommune
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Framework agreement for pest control.
Description : The contracting authorities invite tenderers to an open tender contest for the procurement of pest control and prevention services. The tasks 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, as well as in the water and sewage installations.
Procedure identifier : 56f05d27-e373-4768-9771-a44b0abb2870
Internal identifier : Lillestrøm-25/067
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 ): 24000000 Chemical products
Additional classification ( cpv ): 24400000 Fertilisers and nitrogen compounds
Additional classification ( cpv ): 24450000 Agro-chemical products
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 subdivision (NUTS) : Akershus ( NO084 )
Country : Norway

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 2
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 2

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
Corruption : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a enforceable verdict has been convicted of corruption by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Corruption as defined in Article 3 of the Convention on Combating Corruption, Involving European Communities or European Union Member States (EUT C 195 of 25.6.1997, s. 1), and in Article 2, point 1, in the Council ́s framework decision 2003/568/RIA of 22 July 2003 on combating corruption in the private sector (EUT L 192 of 31.7.2003, p. 54). This rejection reason also includes corruption as defined in national law for the contracting authority or supplier.
Fraud : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted of fraud has been convicted of fraud by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Fraud included in Article 1 of the Convention on protection of the Financial Interests of the European Communities (EFT C 316 of 27.11.1995, p. 48).
Money laundering or terrorist financing : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of money laundering or financing terrorism by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Money laundering or financing terrorism As defined in Article 1 of the European Parliament and Council Directive 2005/60/EF of 26 October 2005 on preventive measures against the use of the financial system for money laundering and financing terrorism (EUT L 309 of 25.11.2005, p. 15).
Participation in a criminal organisation : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted verdict of participation in a criminal organisation by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Participation in a criminal organisation as defined in Article 2 of the Council ́s framework decision 2008/841/RIA of 24 October 2008 on control of organised crime (EUT L 300 of 11.11.2008, p. 42)
Terrorist offences or offences linked to terrorist activities : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body, or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of acts of terrorism or criminal acts connected to terrorist activities by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Acts of terrorism or criminal acts relating to terrorist activity as defined in Article 1 and 3 of the Council ́s framework decision 2002/475/RIA of 13 June 2002 on combating terrorism (EFT L 164, af 22.6.2002, p. 3). This rejection reason also includes incitement to, participation or attempts to commit such actions as included in Article 4 in the mentioned framework decision.
Child labour and including other forms of trafficking in human beings : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of child labour and other forms of human trafficking by a verdict handed down no more than five years ago, or a rejection period determined directly in the judgement that still applies? Child labour and other forms of human trafficking as defined in Article 2 of the European Parliament and council directive 2011/36/EU of 5. 1 April 2011 on the prevention and control of human trafficking and the protection of its victims and for compensation of the Council ́s framework decision 2002/629/RIA (EUT L 101 of 15.4.2011, p. 1).
Breaching of obligations in the fields of environmental law : Is the tenderer aware of breaches of environmental provisions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Breaching of obligations in the fields of labour law : Is the tenderer aware of breaches of provisions on working conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Breaching of obligations in the fields of social law : Is the tenderer aware of breaches of provisions on social conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Agreements with other economic operators aimed at distorting competition : Has the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition?
Grave professional misconduct : Has the tenderer committed serious errors in professional practice? If relevant, see the definitions in national law, the relevant notice or procurement documents.
Misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : 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?
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 obligation relating to payment of social security contributions : Have tenderers failed to fulfil all their social security obligations in the country where they are established and in their member state, if this is a different country than what he is established in?
Breaching obligation relating to payment of taxes : Has the tenderer not fulfilled his tax and duty obligations in the country in which he is established, and in the contracting authority's member state, if this is a different country than what he is established in?
Business activities are suspended : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Bankruptcy : Is the tenderer in a bankruptcy situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Arrangement with creditors : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Insolvency : Is the tenderer in an insolvency situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Assets being administered by liquidator : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national law : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Award criteria
Description : Award criteria
Internal identifier : 1730046

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 ): 24000000 Chemical products
Additional classification ( cpv ): 24400000 Fertilisers and nitrogen compounds
Additional classification ( cpv ): 24450000 Agro-chemical products
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 subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 01/10/2025
Duration end date : 30/11/2027

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : 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

5.1.7 Strategic procurement

The procurement falls within the scope of the European Parliament and Council 2009/33/EC (Clean Vehicles Directive – CVD)
The CVD legal basis to establish which category of procurement procedure applies Other service contract

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
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.
Criterion : Other economic or financial requirements
Description : If a tenderer will use other companies ́ capacity to fulfil the qualification requirements, the other companies must simultaneously submit documentation in accordance with points 1-3 in the following: 1. General documents The other companies must submit the following documentation: A separate ESPD form for sub-suppliers (annex 2b). Tax certificate in accordance with point 1.4.4 of the sub-contractors enclosed the tender offer. 2. Economic and financial position If a tenderer would like to rely on sub-suppliers to fulfil the requirements for economic and financial capacity, the following points are allowed:  Point 1.4.6: The tenderer ́s economic and financial position. Documentation: If a tenderer uses sub-suppliers at the above mentioned point(s),: The sub-supplier ́s qualifications are documented in accordance with the required documentation requirements stated in point 1.4.6. A signed declaration of economic and financial qualification(s) shall be enclosed with the tender (see Annex 6) from each of the relevant sub-suppliers. 3. Technical and professional qualifications Experience and competence If a tenderer would like to rely on sub-suppliers to fulfil the requirements for technical and professional qualifications, the following points are allowed:  Point 1.4.8.1: Experience and competence Documentation in point 1.4.8.1: If a tenderer uses sub-suppliers at any of the above mentioned point(s): The sub-supplier ́s qualifications shall be documented in accordance with the required documentation requirements stated in point 1.4.8.1. A signed declaration of technical and professional qualifications shall be enclosed with the tender (see annex 5) from each of the relevant sub-suppliers. Responsible business If a tenderer would like to use a parent company to fulfil the requirements for technical and professional qualifications, the following points are allowed:  Point 1.4.8.4: Requirements for responsible business Documentation in point 1.4.8.4. If a tenderer will use the parent company to fulfil point 1.4.9 (responsible industry), the tenderer must submit the following: Commitment statement from the parent company.
Criterion : Other economic or financial requirements
Description : Foreign tenderers 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.
Criterion : Other economic or financial requirements
Description : Tax Certificate 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.
Criterion : Other economic or financial requirements
Description : The tenderer's economic and financial capacity 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.
Criterion : Enrolment in a relevant professional register
Description : The organisational and legal position of the tenderer. Requirement: Tenderers shall be legally established and registered in a company register or a commerce register in the member state where the tenderer is established. Documentation: Tenderers shall document this by presenting documentation that shows that the tenderer is registered in a professional register, trade register or other business register as prescribed by the law of the country where the tenderer is established, for example the Brønnøysund Register Centre.
Criterion : References on specified deliveries
Description : Experience and competence - reference projects Demand: Tenderers shall have good competence and experience with pest control where the experience shall be of the same complexity and it shall include work with non-poisonous traps. The experience shall be of a comparable extent. Comparable scope means the following. For sub-contract 1 - Construction: Experience from framework agreements that are individually noisy at least NOK 400,000 in annual value.  For sub-contract 2 - W&S: Experience from framework agreements that individually amount to a minimum of NOK 200,000 in annual value. Documentation requirement: Completed template for project overview, annex 14, where the tenderer shall provide information on the following: Tenderers shall state a minimum of 2 and up to 5 reference projects from the last 3 years, per sub-contract a tender is submitted for. 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. If a tenderer cannot refer to a framework agreement, the contracting authority will accept reference assignments from individual contracts that show that contracts can be handled of a similar size, including the administrative included with these types of contracts.
Criterion : Other economic or financial requirements
Description : Capacity Requirement: Tenderers are required to have sufficient technical resources and the capacity to carry out the assignment in accordance with the needs of the Contracting Authority. Documentation requirement:  Completed capacity matrix, annex 15, where the tenderer shall provide information on the following:  Personnel with technical/professional competence who are relevant for the execution of this delivery. The overview shall include the personnel ́s professional qualifications, experience and how the personnel shall be used in the relevant delivery. All resources stated shall have sufficient capacity in the contract period to be able to be used as described. Tenderers shall provide a minimum of 1 resource per sub-contract, with valid certification for pest control from the Norwegian Directorate of Health, etc.
Criterion : Measures for ensuring quality
Description : Quality assurance system 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. NB! Certificates from a third party for attempts to obtain such a certificate will not be accepted and are not sufficient to document fulfilment of the requirement.
Criterion : Environmental management measures
Description : Environmental management (outer environment) 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. The following is not sufficient to meet the requirement:  Certificate from a third party for attempts to obtain such a certificate is not sufficient to document fulfilment of the requirement. Membership in Grønt punkt is in itself not sufficient to document fulfilment of the requirement.
Criterion : Supply chain management
Description : Requirements for responsible business Requirement: Tenderers shall be suitable for fulfilment of contract requirements for due diligence assessments for responsible businesses, cf. the contract's point 5. This means that tenderers have 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 requirement: 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: Complete annex 11 - Reply form qualification requirements: Assessments of due diligence for responsible businesses.  Formal policy/guidelines that cover an obligation to comply with the requirements of responsible business. It should be noted that documentation of fulfilment of the qualification requirements on responsible business can be delivered in English.

5.1.11 Procurement documents

Deadline for requesting additional information : 09/09/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=65886

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 : 18/09/2025 10:00 +00:00
Deadline until which the tender must remain valid : 87 Day
Information about public opening :
Opening date : 18/09/2025 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
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 : Romerike og Glåmdal tingrett
Information about review deadlines : In accordance with the law
Organisation providing more information on the review procedures : Lillestrøm Kommune

5.1 Lot technical ID : LOT-0002

Title : Purchase
Description : Demand
Internal identifier : 1730475

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 ): 24000000 Chemical products
Additional classification ( cpv ): 24400000 Fertilisers and nitrogen compounds
Additional classification ( cpv ): 24450000 Agro-chemical products
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 subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 01/10/2025
Duration end date : 30/11/2027

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : 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

5.1.7 Strategic procurement

The procurement falls within the scope of the European Parliament and Council 2009/33/EC (Clean Vehicles Directive – CVD)
The CVD legal basis to establish which category of procurement procedure applies Other service contract

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
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.
Criterion : Other economic or financial requirements
Description : If a tenderer will use other companies ́ capacity to fulfil the qualification requirements, the other companies must simultaneously submit documentation in accordance with points 1-3 in the following: 1. General documents The other companies must submit the following documentation: A separate ESPD form for sub-suppliers (annex 2b). Tax certificate in accordance with point 1.4.4 of the sub-contractors enclosed the tender offer. 2. Economic and financial position If a tenderer would like to rely on sub-suppliers to fulfil the requirements for economic and financial capacity, the following points are allowed: Point 1.4.6: The tenderer ́s economic and financial position. Documentation: If a tenderer uses sub-suppliers at the above mentioned point(s),: The sub-supplier ́s qualifications are documented in accordance with the required documentation requirements stated in point 1.4.6. A signed declaration of economic and financial qualification(s) shall be enclosed with the tender (see Annex 6) from each of the relevant sub-suppliers. 3. Technical and professional qualifications Experience and competence If a tenderer would like to rely on sub-suppliers to fulfil the requirements for technical and professional qualifications, the following points are allowed: Point 1.4.8.1: Experience and competence Documentation in point 1.4.8.1: If a tenderer uses sub-suppliers at any of the above mentioned point(s): The sub-supplier ́s qualifications shall be documented in accordance with the required documentation requirements stated in point 1.4.8.1. A signed declaration of technical and professional qualifications shall be enclosed with the tender (see annex 5) from each of the relevant sub-suppliers. Responsible business If a tenderer would like to use a parent company to fulfil the requirements for technical and professional qualifications, the following points are allowed: Point 1.4.8.4: Requirements for responsible business Documentation in point 1.4.8.4. If a tenderer will use the parent company to fulfil point 1.4.9 (responsible industry), the tenderer must submit the following: Commitment statement from the parent company.
Criterion : Other economic or financial requirements
Description : Foreign tenderers 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.
Criterion : Other economic or financial requirements
Description : Tax Certificate 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.
Criterion : Other economic or financial requirements
Description : The tenderer's economic and financial capacity 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.
Criterion : Enrolment in a trade register
Description : The organisational and legal position of the tenderer. Requirement: Tenderers shall be legally established and registered in a company register or a commerce register in the member state where the tenderer is established. Documentation: Tenderers shall document this by presenting documentation that shows that the tenderer is registered in a professional register, trade register or other business register as prescribed by the law of the country where the tenderer is established, for example the Brønnøysund Register Centre.
Criterion : References on specified deliveries
Description : Experience and competence - reference projects Demand: Tenderers shall have good competence and experience with pest control where the experience shall be of the same complexity and it shall include work with non-poisonous traps. The experience shall be of a comparable extent. Comparable scope means the following. For sub-contract 1 - Construction: Experience from framework agreements that are individually noisy at least NOK 400,000 in annual value. For sub-contract 2 - W&S: Experience from framework agreements that individually amount to a minimum of NOK 200,000 in annual value. Documentation requirement: Completed template for project overview, annex 14, where the tenderer shall provide information on the following: Tenderers shall state a minimum of 2 and up to 5 reference projects from the last 3 years, per sub-contract a tender is submitted for. 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. If a tenderer cannot refer to a framework agreement, the contracting authority will accept reference assignments from individual contracts that show that contracts can be handled of a similar size, including the administrative included with these types of contracts.
Criterion : Measures for ensuring quality
Description : Capacity Requirement: Tenderers are required to have sufficient technical resources and the capacity to carry out the assignment in accordance with the needs of the Contracting Authority. Documentation requirement: Completed capacity matrix, annex 15, where the tenderer shall provide information on the following: Personnel with technical/professional competence who are relevant for the execution of this delivery. The overview shall include the personnel ́s professional qualifications, experience and how the personnel shall be used in the relevant delivery. All resources stated shall have sufficient capacity in the contract period to be able to be used as described. Tenderers shall provide a minimum of 1 resource per sub-contract, with valid certification for pest control from the Norwegian Directorate of Health, etc.
Criterion : Measures for ensuring quality
Description : Quality assurance system 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. NB! Certificates from a third party for attempts to obtain such a certificate will not be accepted and are not sufficient to document fulfilment of the requirement.
Criterion : Environmental management measures
Description : Environmental management (outer environment) 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. The following is not sufficient to meet the requirement: Certificate from a third party for attempts to obtain such a certificate is not sufficient to document fulfilment of the requirement. Membership in Grønt punkt is in itself not sufficient to document fulfilment of the requirement.
Criterion : Supply chain management
Description : Requirements for responsible business Requirement: Tenderers shall be suitable for fulfilment of contract requirements for due diligence assessments for responsible businesses, cf. the contract's point 5. This means that tenderers have 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 requirement: 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: • Complete annex 11 - Reply form qualification requirements: Assessments of due diligence for responsible businesses. • Formal policy/guidelines that cover an obligation to comply with the requirements of responsible businesses. It should be noted that documentation of fulfilment of the qualification requirements on responsible business can be delivered in English.

5.1.11 Procurement documents

Deadline for requesting additional information : 09/09/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=65886

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 : 18/09/2025 10:00 +00:00
Deadline until which the tender must remain valid : 87 Day
Information about public opening :
Opening date : 18/09/2025 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
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 : Romerike og Glåmdal tingrett
Information about review deadlines : In accordance with the law
Organisation providing more information on the review procedures : Lillestrøm Kommune

5.1 Lot technical ID : LOT-0003

Title : Attachment
Description : The contracting authorities invite tenderers to an open tender contest for the procurement of pest control and prevention services. The tasks 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, as well as in the water and sewage installations.
Internal identifier : 1730477

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 ): 24000000 Chemical products
Additional classification ( cpv ): 24400000 Fertilisers and nitrogen compounds
Additional classification ( cpv ): 24450000 Agro-chemical products
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 subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 01/10/2025
Duration end date : 30/11/2027

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : 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

5.1.7 Strategic procurement

The procurement falls within the scope of the European Parliament and Council 2009/33/EC (Clean Vehicles Directive – CVD)
The CVD legal basis to establish which category of procurement procedure applies Other service contract

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : ESPD 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.
Criterion : Other economic or financial requirements
Description : If a tenderer will use other companies ́ capacity to fulfil the qualification requirements, the other companies must simultaneously submit documentation in accordance with points 1-3 in the following: 1. General documents The other companies must submit the following documentation: A separate ESPD form for sub-suppliers (annex 2b). Tax certificate in accordance with point 1.4.4 of the sub-contractors enclosed the tender offer. 2. Economic and financial position If a tenderer would like to rely on sub-suppliers to fulfil the requirements for economic and financial capacity, the following points are allowed: Point 1.4.6: The tenderer ́s economic and financial position. Documentation: If a tenderer uses sub-suppliers at the above mentioned point(s),: The sub-supplier ́s qualifications are documented in accordance with the required documentation requirements stated in point 1.4.6. A signed declaration of economic and financial qualification(s) shall be enclosed with the tender (see Annex 6) from each of the relevant sub-suppliers. 3. Technical and professional qualifications Experience and competence If a tenderer would like to rely on sub-suppliers to fulfil the requirements for technical and professional qualifications, the following points are allowed: Point 1.4.8.1: Experience and competence Documentation in point 1.4.8.1: If a tenderer uses sub-suppliers at any of the above mentioned point(s): The sub-supplier ́s qualifications shall be documented in accordance with the required documentation requirements stated in point 1.4.8.1. A signed declaration of technical and professional qualifications shall be enclosed with the tender (see annex 5) from each of the relevant sub-suppliers. Responsible business If a tenderer would like to use a parent company to fulfil the requirements for technical and professional qualifications, the following points are allowed: Point 1.4.8.4: Requirements for responsible business Documentation in point 1.4.8.4. If a tenderer will use the parent company to fulfil point 1.4.9 (responsible industry), the tenderer must submit the following: Commitment statement from the parent company.
Criterion : Other economic or financial requirements
Description : Foreign tenderers 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.
Criterion : Other economic or financial requirements
Description : Tax Certificate 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.
Criterion : Other economic or financial requirements
Description : The tenderer's economic and financial capacity 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.
Criterion : Enrolment in a trade register
Description : The organisational and legal position of the tenderer. Requirement: Tenderers shall be legally established and registered in a company register or a commerce register in the member state where the tenderer is established. Documentation: Tenderers shall document this by presenting documentation that shows that the tenderer is registered in a professional register, trade register or other business register as prescribed by the law of the country where the tenderer is established, for example the Brønnøysund Register Centre.
Criterion : References on specified deliveries
Description : Experience and competence - reference projects Demand: Tenderers shall have good competence and experience with pest control where the experience shall be of the same complexity and it shall include work with non-poisonous traps. The experience shall be of a comparable extent. Comparable scope means the following. For sub-contract 1 - Construction: Experience from framework agreements that are individually noisy at least NOK 400,000 in annual value. For sub-contract 2 - W&S: Experience from framework agreements that individually amount to a minimum of NOK 200,000 in annual value. Documentation requirement: Completed template for project overview, annex 14, where the tenderer shall provide information on the following: Tenderers shall state a minimum of 2 and up to 5 reference projects from the last 3 years, per sub-contract a tender is submitted for. 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. If a tenderer cannot refer to a framework agreement, the contracting authority will accept reference assignments from individual contracts that show that contracts can be handled of a similar size, including the administrative included with these types of contracts.
Criterion : Measures for ensuring quality
Description : Capacity Requirement: Tenderers are required to have sufficient technical resources and the capacity to carry out the assignment in accordance with the needs of the Contracting Authority. Documentation requirement: Completed capacity matrix, annex 15, where the tenderer shall provide information on the following: Personnel with technical/professional competence who are relevant for the execution of this delivery. The overview shall include the personnel ́s professional qualifications, experience and how the personnel shall be used in the relevant delivery. All resources stated shall have sufficient capacity in the contract period to be able to be used as described. Tenderers shall provide a minimum of 1 resource per sub-contract, with valid certification for pest control from the Norwegian Directorate of Health, etc.
Criterion : Measures for ensuring quality
Description : Quality assurance system 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. NB! Certificates from a third party for attempts to obtain such a certificate will not be accepted and are not sufficient to document fulfilment of the requirement.
Criterion : Environmental management measures
Description : Environmental management (outer environment) 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. The following is not sufficient to meet the requirement: Certificate from a third party for attempts to obtain such a certificate is not sufficient to document fulfilment of the requirement. Membership in Grønt punkt is in itself not sufficient to document fulfilment of the requirement.
Criterion : Supply chain management
Description : Requirements for responsible business Requirement: Tenderers shall be suitable for fulfilment of contract requirements for due diligence assessments for responsible businesses, cf. the contract's point 5. This means that tenderers have 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 requirement: 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: • Complete annex 11 - Reply form qualification requirements: Assessments of due diligence for responsible businesses. • Formal policy/guidelines that cover an obligation to comply with the requirements of responsible businesses. It should be noted that documentation of fulfilment of the qualification requirements on responsible business can be delivered in English.

5.1.11 Procurement documents

Deadline for requesting additional information : 09/09/2025 22:00 +00:00
Address of the procurement documents : https://tendsign.com/doc.aspx?MeFormsNoticeId=65886

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 : 18/09/2025 10:00 +00:00
Deadline until which the tender must remain valid : 87 Day
Information about public opening :
Opening date : 18/09/2025 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
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 : Romerike og Glåmdal tingrett
Information about review deadlines : In accordance with the rules
Organisation providing more information on the review procedures : Lillestrøm Kommune

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 subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Contact point : Ambrina Shaikh
Telephone : +47
Roles of this organisation :
Buyer
Group leader
Organisation providing more information on the review procedures

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) : Akershus ( NO084 )
Country : Norway
Telephone : 61 99 22 00
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Nedre Romerike Brann og Redning (NRBR)
Registration number : 976 634 438
Town : Lillestrøm
Postcode : 1474
Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Telephone : 66938000
Roles of this organisation :
Buyer

8.1 ORG-0004

Official name : Midtre Romerike avløpsselskap (MIRA)
Registration number : 911808005
Town : Lillestrøm
Postcode : 1320
Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Telephone : 66938000
Roles of this organisation :
Buyer

8.1 ORG-0005

Official name : Nittedal kommune
Registration number : 971643870
Town : Nittedal
Postcode : 1482
Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Telephone : 66938000
Roles of this organisation :
Buyer

8.1 ORG-0006

Official name : Nittedal kommunale eiendomsforetak KF
Registration number : 994860216
Town : Nittedal
Postcode : 1482
Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Telephone : 66938000
Roles of this organisation :
Buyer

8.1 ORG-0007

Official name : Aurskog-Høland kommune
Registration number : 948164256
Town : Aurskog-Høland
Postcode : 1940
Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Telephone : 46409899
Roles of this organisation :
Buyer

8.1 ORG-0008

Official name : Enebakk kommune
Registration number : 964949581
Town : Enebakk kommune
Postcode : 1912
Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Telephone : 48892870
Roles of this organisation :
Buyer

Notice information

Notice identifier/version : a5119ef0-3f79-4373-9484-d831cfe2846f - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 01/08/2025 12:47 +00:00
Notice dispatch date (eSender) : 01/08/2025 12:59 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00507348-2025
OJ S issue number : 147/2025
Publication date : 04/08/2025