Pest control - Scheduled assignment for Water and Sewage

Bærum municipality invites tenderers to an open tender contest for a framework agreement for pest control - Fixed assignments for Water and Sewage. Bærum municipality invites tenderers to an open tender contest for a framework agreement for pest control - Fixed assignments for Water and Sewage.

CPV: 90670000 Desinficering och utrotning i tätort och på landsbygden, 90920000 Sanering av anläggningar, 90921000 Desinficering och utrotning, 90922000 Bekämpning av skadedjur och skadeinsekter, 90923000 Desinfestation av råttor
Sista ansökningsdag:
5 augusti 2025 08:00
Typ av tidsfrist:
Inlämnande av anbud
Plats för avrättning:
Pest control - Scheduled assignment for Water and Sewage
Plats för tilldelning:
Bærum kommune
Tilldelningsnummer:
2025/6707

1. Buyer

1.1 Buyer

Official name : Bærum kommune
Activity of the contracting entity : Water-related activities

2. Procedure

2.1 Procedure

Title : Pest control - Scheduled assignment for Water and Sewage
Description : Bærum municipality invites tenderers to an open tender contest for a framework agreement for pest control - Fixed assignments for Water and Sewage.
Procedure identifier : cfb09f33-5cc3-43c9-bce4-3698153a2f25
Internal identifier : 2025/6707
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The contracting authority would like regular assignments to be carried out for the municipality ́s unit for water and sewage. This involves rotthesaning in the sewer system for the municipality, and setting out traps on a number of stated manholes. See annex 1 - Requirement Specifications for further details.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90923000 Rat-disinfestation services
Additional classification ( cpv ): 90670000 Disinfecting and exterminating services in urban or rural areas
Additional classification ( cpv ): 90920000 Facility related sanitation services
Additional classification ( cpv ): 90921000 Disinfecting and exterminating services
Additional classification ( cpv ): 90922000 Pest-control services

2.1.2 Place of performance

Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway

2.1.4 General information

Legal basis :
Directive 2014/25/EU
Forsyningsforskriften - The procurement is regulated by the regulations on procurement rules in the supply sectors (the supply regulations) part II.

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 : Have the tenderer:a) given grossly incorrect information when notifying the information required to verify that there is no basis for rejection, or of the qualification requirements being met,b) failed to provide such information,c) subject to immediately submitting the supporting documents requested by the Contracting Authority, ord) improperly affecting 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-0000

Title : Pest control - Scheduled assignment for Water and Sewage
Description : Bærum municipality invites tenderers to an open tender contest for a framework agreement for pest control - Fixed assignments for Water and Sewage.
Internal identifier : 2025/6707

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 90923000 Rat-disinfestation services
Additional classification ( cpv ): 90670000 Disinfecting and exterminating services in urban or rural areas
Additional classification ( cpv ): 90920000 Facility related sanitation services
Additional classification ( cpv ): 90921000 Disinfecting and exterminating services
Additional classification ( cpv ): 90922000 Pest-control services

5.1.2 Place of performance

Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 96 Month

5.1.4 Renewal

Maximum renewals : 6

5.1.6 General information

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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : Requirement 1 - Taxes and duties: The tenderer's tax affairs shall be in order in relation to payment of taxes and duties in the country where the tenderer is established. Documentation requirement: The certificate must not be more than six months old. The certificate can be obtained from the Altinn.no. The certificate shall not be older than six months, from expiry of the tender deadline. Norwegian tenderers who are not VAT obliged must provide confirmation of this from the Norwegian tax authorities. Foreign tenderers must provide certificates from authorities equivalent to the Norwegian authorities.
Criterion : Enrolment in a trade register
Description : Requirement 2 - Registered in a trade register or company register: Tenderers shall be registered in a company register or a trade register in the country where the tenderer is established. Documentation requirement: Norwegian companies: Company Registration Certificate. Foreign companies: Documentation 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 : References on specified deliveries
Description : Requirement 3 - Experience: Good experience is required from equivalent assignments. Equivalent assignments are referred to as assignments of an equivalent size. Documentation requirement: List of the 3 most important deliveries or services performed during the past three years, including information on the value, time, and the name of the recipient with contact information for any reference collection (as needed). The contracting authority reserves the right not to collect references.
Criterion : Measures for ensuring quality
Description : Requirement 4 - Quality management system: A good and well-functioning quality management system is required for the requested services. The concept of a quality management system is that i.a. the tenderer has a awareness of quality objectives, planning, securing, handling of deviations, quality improvement and data security. Documentation requirement: An account of the tenderer ́s quality management system, or a copy of a quality management certificate in accordance with ISO 9001:2015 or an equivalent certificate.
Criterion : Environmental management measures
Description : Requirement 5 - Environmental management system: Systems and procedures are required that ensure low environmental impact when performing the delivery. The environmental management system must i.a. ensure continual improvement of: • The organisation ́s competence in the environment and safety. • the performance's climate impact Documentation requirement: An account of the tenderer ́s environmental management system, or a copy of a certificate of environmental management system in accordance with ISO 14001:2015, Miljøfyrtårn (Eco-lighthouse programme), EMAS or equivalent certificate.
Criterion : Relevant educational and professional qualifications
Description : Requirement 6 - Certification: Personnel who shall carry out the assignment for Bærum municipality shall be certified to combat pest control. Documentation requirement: Tenderers shall enclose course certificates or other documentation from the Norwegian Institute of Public Health that documents certification.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Address of the procurement documents : https://permalink.mercell.com/258079868.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 : 05/08/2025 08:00 +00:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 05/08/2025 08:00 +00:00
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 : See the tender documentation and annexes.
Financial arrangement : See the standard contract terms for the procurement of goods and services (annex 4).

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Ringerike, Asker og Bærum tingrett -
Information about review deadlines : See the tender documentation.
Organisation providing additional information about the procurement procedure : Bærum kommune -
Organisation providing more information on the review procedures : Bærum kommune -

8. Organisations

8.1 ORG-0001

Official name : Bærum kommune
Registration number : 935478715
Postal address : Postboks 700
Town : SANDVIKA
Postcode : 1304
Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Contact point : Hege B. Kristoffersen
Telephone : +47 67504050
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 : Ringerike, Asker og Bærum tingrett
Registration number : 974 705 753
Town : Sandvika
Postcode : 1337
Country subdivision (NUTS) : Akershus ( NO084 )
Country : Norway
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : e996b044-f4b5-49ab-b205-d796bc3e26bf - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 27/05/2025 09:17 +00:00
Notice dispatch date (eSender) : 27/05/2025 10:36 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00342846-2025
OJ S issue number : 102/2025
Publication date : 28/05/2025