Tender

PROVISION OF PEST CONTROL SERVICES

  • Tayside Procurement Consortium

F02: Contract notice

Notice identifier: 2021/S 000-001163

Procurement identifier (OCID): ocds-h6vhtk-028be1

Published 20 January 2021, 2:32pm



Section one: Contracting authority

one.1) Name and addresses

Tayside Procurement Consortium

Fairmuir Depot, 365 Clepington Road

Dundee

DD8 3DZ

Email

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

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

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

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

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

Internet address

https://www.scotcourts.gov.uk/the-courts/court-locations/forfar-sheriff-court-and-justice-of-the-peace-court