Section one: Contracting authority
one.1) Name and addresses
Women's Pioneer Housing
227 Wood Lane
London
W12 0EX
Contact
Procurement
Telephone
+44 1689885080
Fax
+44 1689885081
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
http://www.womenspioneer.co.uk
Buyer's address
https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA12961
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from another address:
Faithorn Farrell Timms LLP
Central Court, 1 Knoll Rise
Orpington
BR6 0JA
Contact
Procurement
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Tenders or requests to participate must be submitted electronically via
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
T1-6099-WPH-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
Women's Pioneer Housing are looking for two Consultants to provide their pest control services to over 1000 properties in London. It is intended that the contract will commence in February 2022, and subject to annual reviews, run for a period of three years with the option for renewal, as decided by WPH, for an extension of up to a further two years, subject to satisfactory reviews based upon performance and quality of service and delivery. The maximum duration of the contract is therefore five years
two.1.5) Estimated total value
Value excluding VAT: £460,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 1
two.2) Description
two.2.1) Title
Pest Control Services for Insects
Lot No
1
two.2.2) Additional CPV code(s)
- 90922000 - Pest-control services
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
The proposed contract is for pest control services for insects to properties owned / managed by The Finchley Charities.
The services required by the contract, include but are not restricted to:
-The eradication of all pests within safety guidelines
-The minimisation of the risk of re-infestation and the prevention of the pests becoming established
-The periodic inspection of agreed sites with comprehensive reports on any inspections or treatments carried out.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
The contract will commence in February 2022, and subject to annual reviews, run for a period of three years with the option for renewal, as decided by WPH, for an extension of up to a further two years, subject to satisfactory reviews based upon performance and quality of service and delivery. The maximum duration of the contract is therefore five years
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
Pest Control Services for Birds/Animals
Lot No
2
two.2.2) Additional CPV code(s)
- 90922000 - Pest-control services
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
The proposed contract is for pest control services relating to birds and animals in properties owned / managed by Women's Pioneer Housing.
The services required by the contract, include but are not restricted to:
-The eradication of all pests within safety guidelines
-The minimisation of the risk of re-infestation and the prevention of the pests becoming established
-The periodic inspection of agreed sites with comprehensive reports on any inspections or treatments carried out.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
The contract will commence in February 2022, and subject to annual reviews, run for a period of three years with the option for renewal, as decided by WPH, for an extension of up to a further two years, subject to satisfactory reviews based upon performance and quality of service and delivery. The maximum duration of the contract is therefore five years
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
Please see tender documents
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.2.2) Contract performance conditions
Please see tender documents
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
10 November 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: 12 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
10 November 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Approximately 4 years
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 myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=224043.
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.mytenders.co.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.
(MT Ref:224043)
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
publicprocurementreview@cabinetoffice.gov.uk
Telephone
+44 3450103503
Country
United Kingdom
Internet address
https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit