Section one: Contracting authority
one.1) Name and addresses
ESPO
Barnsdale Way, Grove Park, Enderby
Leicester
LE19 1ES
Contact
Place and Environment Procurement Team
Telephone
+44 7880063251
Country
United Kingdom
NUTS code
UKF21 - Leicester
Internet address(es)
Main address
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
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
Other activity
Local Authority Services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
150_21 Pest Control Products and Services
Reference number
150_21
two.1.2) Main CPV code
- 90922000 - Pest-control services
two.1.3) Type of contract
Services
two.1.4) Short description
The supply of pest control products and pest control services on a proactive and reactive basis.
ESPO has established a commercial trading company, ESPO Trading Limited, whose target clients are third sector organisations such as national and local charities, public sector mutual organisations and other organisations involved in the delivery of services to or for the public sector. The successful Supplier may be asked to enter into an additional separate framework agreement (the Second Framework) with ESPO Trading Limited on materially similar terms to that found in the tender pack to be entered into by ESPO itself.
Any Second Framework agreement will be a purely commercial agreement and will, for the avoidance of doubt, not be governed by the Public Contract Regulations 2015 or other public procurement legislation. ESPO Trading Limited may enter into the second framework agreement with the successful supplier and make it available to third sector clients who themselves are not required to follow the Public Contracts Regulations 2015 or other public procurement legislation. Accordingly, this is provided for bidders' information only.
An eAuction process may be used to award subsequent call off contracts following the reopening of competition among the parties to the Framework Agreement.
To tender: (a) Go to www.eastmidstenders.org, (b) Register (c) Search for tender opportunity ‘150_21’ d) Express an interest (e) Access and download the tender from the website.
two.1.5) Estimated total value
Value excluding VAT: £15,000,000
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
Supply of Pest Control Products
Lot No
1
two.2.2) Additional CPV code(s)
- 24000000 - Chemical products
- 24451000 - Pesticides
- 24452000 - Insecticides
- 24456000 - Rodenticides
- 24950000 - Specialised chemical products
- 24960000 - Various chemical products
- 33691000 - Antiparasitic products, insecticides and repellents
- 33691300 - Ectoparasiticides, incl. scabicides, insecticides and repellents
- 77231200 - Forest pest control services
- 90922000 - Pest-control services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Supply of Pest Control Products – including rodenticides, insecticides, bait trays and traps, pigeon control products & miscellaneous products. Any type of pest control product can be bought via this framework. (The products purchased via this lot must only be used by appropriately qualified pest control personnel.)
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £3,750,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 November 2021
End date
31 October 2024
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The framework agreement has the option to extend for up to a further 12 months. The total estimated value stated in Section II.1.5 includes the option period.
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
Proactive and Reactive Pest Control Services
Lot No
2
two.2.2) Additional CPV code(s)
- 24000000 - Chemical products
- 24410000 - Nitrogenous fertilisers
- 24420000 - Phosphatic fertilisers
- 24451000 - Pesticides
- 24452000 - Insecticides
- 24456000 - Rodenticides
- 24950000 - Specialised chemical products
- 24960000 - Various chemical products
- 33691000 - Antiparasitic products, insecticides and repellents
- 33691300 - Ectoparasiticides, incl. scabicides, insecticides and repellents
- 77231200 - Forest pest control services
- 90922000 - Pest-control services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Proactive & Reactive Pest Control Services – This lot allows customers to have an on-going pest control service with their chosen supplier who will make a number of routine calls per year and provide high quality professional advice in order to proactively manage pests on site. Proactive pest services such as Fly Screens can also be procured via this Lot.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £8,250,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 November 2021
End date
31 October 2024
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The framework agreement has the option to extend for up to a further 12 months. The total estimated value stated in Section II.1.5 includes the option period.
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
Emergency Reactive Pest Control Services
Lot No
3
two.2.2) Additional CPV code(s)
- 24000000 - Chemical products
- 24451000 - Pesticides
- 24452000 - Insecticides
- 24456000 - Rodenticides
- 24950000 - Specialised chemical products
- 24960000 - Various chemical products
- 33691000 - Antiparasitic products, insecticides and repellents
- 33691300 - Ectoparasiticides, incl. scabicides, insecticides and repellents
- 77231200 - Forest pest control services
- 90922000 - Pest-control services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Emergency Reactive Pest Control Services – This lot allows customers to call off the highest ranked supplier who will provide a complete reactive pest control service on an emergency basis.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £3,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 November 2021
End date
31 October 2024
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The framework agreement has the option to extend for up to a further 12 months. The total estimated value stated in Section II.1.5 includes the option period.
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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
In the case of framework agreements, provide justification for any duration exceeding 4 years:
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
16 September 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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
16 September 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
As a Central Purchasing Body as defined in the Public Contracts Regulations 2015, the Framework Agreement is open for use by Public Bodies (defined at https://www.espo.org/amfile/file/download/file/9608/) that also fall into one of the following classifications of user throughout all administrative regions of the UK: Local Authorities; Educational Establishments (including Academies); Central Government Departments and Agencies; Police, Fire & Rescue and Coastguard Emergency Services; NHS and HSC Bodies, including Ambulance Services; Registered Charities; Registered Social Landlords; The Corporate Office of the House of Lords, The Corporate Officer of the House of Commons; or any public body established by or under the Scotland Act 1998 or any Act of the Scottish Parliament. Details of the classification of end user establishments and geographical areas are available at: https://www.espo.org/legal
six.4) Procedures for review
six.4.1) Review body
The Royal Court of Justice
The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
ESPO will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by ESPO as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, The Public Contracts Regulations 2015 (SI 2105 No. 102) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order for any document to be amended and may award damages, make a declaration of ineffectiveness, order for a fine to be paid, and/or order the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.