Section one: Contracting authority
one.1) Name and addresses
Tayside Procurement Consortium
Fairmuir Depot, 365 Clepington Road
Dundee
DD8 3DZ
yvonne.graham@dundeecity.gov.uk
Telephone
+44 1382834024
Country
United Kingdom
NUTS code
UKM7 - Eastern Scotland
Internet address(es)
Main address
http://www.taysideprocurement.gov.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA12382
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
PROVISION OF PEST CONTROL SERVICES
two.1.2) Main CPV code
- 90922000 - Pest-control services
two.1.3) Type of contract
Services
two.1.4) Short description
Provision of Pest Control Services.
Lot 1 - Angus Council, *Dundee City Council, Perth & Kinross Council, Tayside Contracts and NHS Tayside.
* Dundee City Council has an In-house Pest Control Section which is part of the Environmental Protection Division. Dundee City Council have no requirement at the present time to use this contract, however if there are changes to the operational requirements of the Council, then the Council will have the option of utilising the services of this contract.
Lot 2- Dundee and Angus College, University of Dundee and Abertay University.
two.1.5) Estimated total value
Value excluding VAT: £1,400,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Angus Council,Dundee City Council, Perth & Kinross Council, Tayside Contracts and NHS Tayside
Lot No
1
two.2.2) Additional CPV code(s)
- 90922000 - Pest-control services
two.2.3) Place of performance
NUTS codes
- UKM71 - Angus and Dundee City
- UKM77 - Perth & Kinross and Stirling
Main site or place of performance
Angus
Dundee
Perth & Kinross
two.2.4) Description of the procurement
Provision of Pest Control Services for Angus Council, *Dundee City Council, Perth & Kinross Council, Tayside Contracts and NHS Tayside.
* Dundee City Council has an In-house Pest Control Section which is part of the Environmental Protection Division. Dundee City Council have no requirement at the present time to use this contract, however if there are changes to the operational requirements of the Council, then the Council will have the option of utilising the services of this contract.
two.2.5) Award criteria
Quality criterion - Name: Mandatory Requirements / Weighting: 0
Quality criterion - Name: Service Delivery / Weighting: 75
Quality criterion - Name: Health & Safety / Weighting: 15
Quality criterion - Name: Sustainability / Weighting: 10
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £1,300,000
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
The Purchaser shall have the option of extending the contract (either singly or in phases) for a further period (or periods) of up to two years after the expiry of the term.
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
two.2) Description
two.2.1) Title
Dundee and Angus College, University of Abertay, University of Dundee
Lot No
2
two.2.2) Additional CPV code(s)
- 90922000 - Pest-control services
two.2.3) Place of performance
NUTS codes
- UKM71 - Angus and Dundee City
- UKM77 - Perth & Kinross and Stirling
Main site or place of performance
Angus
Dundee
Perth & Kinross
two.2.4) Description of the procurement
Provision of Pest Control Services for Dundee and Angus College, University of Abertay, University of Dundee.
two.2.5) Award criteria
Quality criterion - Name: Mandatory Requirements / Weighting: 0
Quality criterion - Name: Service Delivery / Weighting: 75
Quality criterion - Name: Health & Safety / Weighting: 15
Quality criterion - Name: Sustainability / Weighting: 10
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £1,000,000
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
The Purchaser shall have the option of extending the contract (either singly or in phases) for a further period (or periods) of up to two years after the expiry of the term.
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.1.2) Economic and financial standing
List and brief description of selection criteria
4B.5.1/ 4B5.2Employer’s (Compulsory) Liability Insurance = GDP10,000,000
Public Liability Insurance = GDP5,000,000
4B.6 the following financial criteria will require to be met:
- Net profit for both financial years
- Current ratio equal to or greater than one in both financial years
- Positive Gearing Ratio for both financial years
- Positive shareholders funds/positive partners’ capital accounts/positive owners equity (whichever is applicable to the type of business) in both of the financial years
- Unqualified audit report (if an audit is required)
- Management accounts showing your current position, for the period following your final accounts to include profit and loss and balance sheet
Minimum level(s) of standards possibly required
4B5.1/4B5.2 Employers' Liability Insurance - the sum of not less than GDP10 million for any one incident Public Liability Insurance - the sum of not less than GDP5 million for any one incident
4B.6
- Net profit for both financial years; if there has been a loss in any one year the tenderer must provide an explanation of the specific circumstances leading to the loss.
- Current ratio equal to or greater than one in both financial years. Reasons for not meeting the required test to be disclosed by tenderers together with appropriate supporting evidence to confirm the suitability of the tenderer for the contract.
- Positive Gearing Ratio for both financial years. i.e. an excess of shareholders funds/partners' capital accounts/owners equity over loan finance in both of the financial years. Reasons for not meeting the required test to be disclosed by tenderers together with appropriate supporting evidence to confirm the suitability of the tenderer for the contract.
- Positive shareholders funds/positive partners’ capital accounts/positive owners equity (whichever is applicable to the type of business) in both of the financial years.
- Unqualified audit report (if an audit is required).
-Management accounts showing your current position, for the period following your final accounts to include profit and loss and balance sheet
three.1.3) Technical and professional ability
List and brief description of selection criteria
4C1.2 Bidders will be required to provide 2 example that demonstrate that they have the relevant experience to deliver the services/supplies
as described in the relevant section of the Site Notice.
4D.1/4D1.1/4D1.2 The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent),or be able to demonstrate that they have equivalent processes in place as detailed within the ITT.
The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum, or be able to demonstrate that they have equivalent processes in place as detailed within the ITT.
The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate, or be able to demonstrate that they have equivalent processes in place as detailed within the ITT.
Minimum level(s) of standards possibly required
As above
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
Date
22 February 2021
Local time
12:00pm
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: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
22 February 2021
Local time
1:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: November 2024 or 2025/2026 if extension options are exercised.
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
Question scoring methodology for Selection Criteria (Qualification Envelope): Pass/Fail
Award Criteria questions can be found in the ITT together with the weighting.
Award Scoring
0 - Unacceptable - Nil or inadequate response. Fails to demonstrate an ability to meet the requirement.
1 - Poor - Response is partially relevant but generally poor. The response addresses some elements of the requirement but contains
insufficient/limited detail or explanation to demonstrate how the requirements will be fulfilled.
2 - Acceptable - Response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas.
3 - Good - Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirement will be fulfilled.
4 - Excellent - Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 17449. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
The supplier shall deliver a minimum of 2 Community Benefit outcomes per annum.
(SC Ref:640932)
six.4) Procedures for review
six.4.1) Review body
Forfar Sherriff Court and Justice of the Peace
22 Market Street
Forfar
DD8 3la
Telephone
+44 1307462186
Country
United Kingdom