Section one: Contracting authority
one.1) Name and addresses
NHS Lanarkshire
NHS Lanarkshire Headquarters, Kirklands, Fallside Road
Bothwell
G71 8BB
Contact
John Haughey
tenders@lanarkshire.scot.nhs.uk
Telephone
+44 1698752649
Country
United Kingdom
NUTS code
UKM8 - West Central Scotland
Internet address(es)
Main address
http://www.nhslanarkshire.org.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00297
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
www.Publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.Publiccontractsscotland.gov.uk
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Pest Control Services
Reference number
NHSL233-24
two.1.2) Main CPV code
- 90922000 - Pest-control services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS Lanarkshire (NHSL) require a high quality, reliable, efficient and cost effective Pest Control Service throughout the Board, at the core of which will be a commitment to sustaining and protecting the environment.
two.1.5) Estimated total value
Value excluding VAT: £500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 90922000 - Pest-control services
two.2.3) Place of performance
NUTS codes
- UKM8 - West Central Scotland
Main site or place of performance
NHS Lanarkshire covers both North and South Lanarkshire areas
two.2.4) Description of the procurement
NHS Lanarkshire (NHSL) require a high quality, reliable, efficient and cost effective Pest Control Service throughout the Board, at the core of which will be a commitment to sustaining and protecting the environment. The Board requires the company to work with the Board throughout the contract term to ensure compliance to all the relevant statutory and Industry guidelines within the scottish legal framework.
This contract requires a contractor to provide pro-active, re-active and ad-hoc services, as well as the supply of fly-killer units and maintenance. Any quantities or values stated anywhere within the Tender documentation is provided for indication only and is not binding to NHS Lanarkshire. Sites may be added or deleted as appropriate throughout the life of the contract
two.2.5) Award criteria
Quality criterion - Name: Technical/Quality / Weighting: 40%
Price - Weighting: 60%
two.2.6) Estimated value
Value excluding VAT: £500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
2 x 12 months
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
The Board requires the company to work with the Board throughout the contract term to ensure compliance to include the following but not limited to:-
British Pest Control Association (BPCA).
Nature Conservation (Scotland) Act 2004
Wildlife and Natural Environment (Scotland) Act 2011
Wildlife and Countryside Act 1981 Schedules 1, 1A, A1, 2, 3 and 4 – birds
Wildlife and Countryside Act 1981 Schedules 5 and 6 – animals
The Control of Pesticides Regulations (1986) (as amended 1998).
BS EN 16636:2015 Pest Management Services, Requirements and Competencies. British Standards Institute (2015).
Control of Substances Hazardous to Health Regulations (2002) (as amended).
The Health and Safety at Work etc Act 1974
Control of Substances Hazardous to Health Regulations (2002) (as amended).
Health and Safety Executive. (2002)
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision
Tenderer must be a member/comply with a recognised professional body such as British Pest Control Association (BPCA) and follow the BPCA Codes of Best Practice or equivalent
Evidence Required: Membership confirmation
three.2.2) Contract performance conditions
This contract requires a contractor to provide pro-active, re-active and ad-hoc services, as well as the maintenance and possible supply of fly-killer units to current and future locations within NHS Lanarkshire.
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
10 February 2025
Local time
5:00pm
Changed to:
Date
19 February 2025
Local time
5:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
11 February 2025
Local time
9:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=780789.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(SC Ref:780789)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=780789
six.4) Procedures for review
six.4.1) Review body
Hamilton Sheriff Court
Sheriff Court House, 4 Beckford St
Hamilton,
ML3 0BT
Telephone
+44 1698282957
Country
United Kingdom