Section one: Contracting authority
one.1) Name and addresses
Scotland Excel
Renfrewshire House, Cotton Street
Paisley
PA1 1AR
Telephone
+44 1414888736
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
http://www.scotland-excel.org.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10383
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
Body governed by public law
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Pest Control Services and Associated Products
Reference number
1221
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 & Vermin Control Services to all local authorities in Scotland.
two.1.5) Estimated total value
Value excluding VAT: £6,000,000
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
Pest Control Services
Lot No
1
two.2.2) Additional CPV code(s)
- 90920000 - Facility related sanitation services
- 90921000 - Disinfecting and exterminating services
- 90922000 - Pest-control services
- 90923000 - Rat-disinfestation services
- 90924000 - Fumigation services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Throughout Scotland
two.2.4) Description of the procurement
This lot is intended to set up an arrangement whereby the contracting authorities entitled to purchase under the proposed framework agreement can procure Pest Control Services including, but not limited to the removal of rats and mice, crawling insects, flying insects, and burrowing animals. Also included in this lot are large-scale clearances.
two.2.5) Award criteria
Quality criterion - Name: Techinical / Weighting: 20
Price - Weighting: 80
two.2.6) Estimated value
Value excluding VAT: £3,000,000
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
For an initial period of 36 months with an option to extend for up to a further 12 month periods
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Anticipated duration of framework is 36 months with an option to extend for up to a further 12 months subject to satisfactory operation and performance. Any period of extension will be at the sole discretion of Scotland Excel.
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.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information
two.2) Description
two.2.1) Title
Pest Control Chemicals
Lot No
2
two.2.2) Additional CPV code(s)
- 24000000 - Chemical products
- 90922000 - Pest-control services
- 90732800 - Pesticides pollution assessment
- 24451000 - Pesticides
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Throughout Scotland
two.2.4) Description of the procurement
This lot is intended to set up an arrangement whereby the contracting authorities entitled to purchase under the proposed framework agreement can procure the supply of Pest Control Chemicals for the eradication of rats, mice, crawling insects, flying insects, and other pests.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 20
Price - Weighting: 80
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
For an initial period of 36 months with the option to extend for up to a further 12 month periods
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Anticipated duration of framework is 36 months with an option to extend for up to a further 12 months subject to satisfactory operation and performance. Any period of extension will be at the sole discretion of Scotland Excel.
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.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information
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
List and a brief description of selection criteria:
1. Subcontracting; ESDP(Scotland) Question 4C.10:
2. Quality Management Procedures; ESDP (Scotland)Question 4D.1:
3. Health and Safety Procedures; ESDP (Scotland) Question 4D.1: and
4. Environmental Management Systems or Standards ESDP(Scotland); Question 4.D2.
In accordance with Regulation 59(12), as this proposed framework agreement is divided into Lots, these technical and professional abilities
selection criteria apply separately in relation to each individual lot.
Minimum level(s) of standards required:
1. ESPD (Scotland) Question 4C.10: Subcontracting.
Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contracts to be called-off under
the proposed framework agreement.
2. ESPD (Scotland) Question 4D.1: Quality Management Procedures.
The bidder must have the following:
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
A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that
the bidder has and continues to implement a quality management policy that is authorised by their Chief Executive, or equivalent, and is
periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and
set out responsibilities for quality management throughout the organisation.
3. ESPD (Scotland) Question 4D.1: Health and Safety Procedures.
The bidder must have the following:
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
Or evidence as outlined in the attachment titled “Pest Control and Associated Products – III.1.2) and III.1.3) Requirements” that can be
found in the “Information and Instructions” folder of the Buyers Attachment area, within ITT 20062, on PCS-T.
4.ESPD (Scotland) Question 4D.2: Environmental Management Systems or Standards.
The bidder must have the following:
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
A regularly reviewed documented policy regarding environmental management, authorised by the Chief Executive or equivalent. This
the policy must include and describe the bidder's environmental emergency response procedures for potential accidents and emergency
response situations that give rise to significant environmental impacts ( for example hazardous substance spill control).
three.1.2) Economic and financial standing
List and brief description of selection criteria
In accordance with Regulation 59(12), as this proposed Framework Agreement is divided into Lots, these Economic and Financial Standingselection criteria apply separately in relation to each individual lot.
Minimum level(s) of standards possibly required
INSURANCE REQUIREMENTS:
It is a requirement of the contracts to be procured under the proposed framework agreement that tenderers hold, or can commit to obtain
prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
ALL LOTS
EMPLOYERS (COMPULSORY) LIABILITY = a minimum indemnity limit of 10 million GBP per occurrence.
PUBLIC/PRODUCTS LIABILITY = a minimum indemnity limit of 5 million GBP per occurrence, and in the aggregate in respect of
Products.
MOTOR VEHICLE INSURANCE = a minimum indemnity level of 1 million GBP in respect of third party property damage, without limit
to the number of claims; unlimited in respect of personal injury. For full details please see the Procurement Documents.
OTHER ECONOMIC AND FINANCIAL REQUIREMENTS:
A search of the tenderer against Equifax's Protect must not return a 'Warning' or 'Caution' returnable code or any neutral code, unless the
tenderer confirms that it can provide any other document which Scotland Excel considers appropriate to prove to Scotland Excel (acting
within its permitted discretion under the applicable public procurement rules) that the tenderer does/would not present an unmanageable
risk should it be appointed on to the proposed Framework Agreement. Equifax's protect is a fraud indicator/credit risk search and analysis
of five areas of threat in relation to a particular company:credit history; disqualification; validation and investigation bureau; connected
data; and bureau information. For full details please see the Procurement Documents.
three.1.3) Technical and professional ability
List and brief description of selection criteria
1. Subcontracting
2. Quality Management Procedures
3. Environmental Management Systems or Standards
4. Health and Safety Procedures
For full details please see the Procurement Documents. In accordance with Regulation 59(12), as this proposed Framework Agreement is
divided into Lots, these Technical and professional ability selection criteria apply separately in relation to each individual lot.
Minimum level(s) of standards possibly required
SUBCONTRACTING:
Tenderers will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contracts to be called-off under the proposed framework agreement. If you intend to subcontract any share of the contract to third parties on whose capacity you do not rely to satisfy the selection criteria, you must secure that each subcontractor completes a separate SPD (Scotland) Response for all Parts
of the SPD (Scotland) Qualification Envelope, except Part 4 (Selection criteria).
QUALITY MANAGEMENT PROCEDURES
The tenderer must have the following: The tenderer MUST HOLD a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BSEN
ISO 9001 (or equivalent).
OR
A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the tenderer has and continues to implement a quality management policy that is authorised by their Chief Executive, or equivalent, and is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and
set out responsibilities for quality management throughout the organisation.
ENVIRONMENTAL MANAGEMENT SYSTEMS OR STANDARDS
The tenderer must have the following: The tenderer MUST HOLD a UKAS (or equivalent) accredited independent third party certificate of compliance with BSEN ISO 14001 (or
equivalent) or a valid EMAS (or equivalent) certificate.
OR
A regularly reviewed documented policy regarding environmental management, authorised by the Chief Executive, or equivalent. This policy must include and describe the tenderer's environmental emergency response procedures including the preparedness and response procedures for potential accidents and emergency response situations that give rise to significant environmental impacts (for example hazardous substances spill control).
HEALTH AND SAFETY PROCEDURES
The tenderer must have the following: The tenderer MUST HOLD a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with ISO
45001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum.
OR
A regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company's responsibilities of health and safety management and compliance with legislation.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
For full details of the conditions relevant to the proposed Framework Agreement, and contracts to be called-off thereunder (to the extent
known or settled at this stage), please see the procurement documents (details of how to access these being set out in section “I.3)
Communication” of this Contract Notice).
Scotland Excel will require the members of any tendering group of entities (including, but not limited to, consortium members, members of
a group of economic operators and / or sub-contractors) to be jointly and severally liable for the performance of the contract (no matter the
legal form taken by those entities in order to enter into the contract).
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
Envisaged maximum number of participants to the framework agreement: 15
four.1.6) Information about electronic auction
An electronic auction will be used
Additional information about electronic auction
Please note that whilst an e-auction will not be used in the procurement process to award places onto this proposed framework agreement, tenderers should be aware that the contracting authorities permitted to call-off contracts under this proposed framework agreement may do so via an e-auction.
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.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-016382
four.2.2) Time limit for receipt of tenders or requests to participate
Date
14 December 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: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
14 December 2021
Local time
12:00pm
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
This Tender process is subject to the Law and Guidance applicable in Scotland relative to the award of public contracts including (without
limitation) as set out in the Public Contracts (Scotland) Regulations 2015, most recently amended to reflect the European Union exit by the
UK. This tender exercise has commenced after the UK withdrawal from the European Union and it has been conducted and concluded in
accordance with the Law, Guidance and procedures in force after the UK withdrawal on 31st December 2020. Any prior version of the
relevant Law and Guidance, or terminology related thereto, which appears in these Procurement Documents should therefore be interpreted
and applied as currently in force. Scotland Excel, as a central purchasing body, is procuring this framework for the use and benefit of its members namely 32 local authorities in Scotland, Tayside Contracts, associate members, together with any Integration Authority, or other body, established pursuant to the Public Bodies (Joint Working) (Scotland) Act 2014. Scotland Excel local authority members and associate members entitled to use this framework, are listed at
http://www.scotlandexcel.org.uk/home/Aboutus/Ourmembers/Our_members.aspx. Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Tenderers are advised that the envisaged maximum number of participants that might be appointed to the proposed framework agreement set out in section IV.1.3 of this contract notice is purely indicative. Scotland Excel reserves the right to appoint more or less tenderer than the envisaged maximum number to the proposed Framework Agreement
Subcontractors on whose capacity the Tenderer does not rely: Scotland Excel will request the following information in the Single
Procurement Document (Scotland):
- whether the Tenderer intends to subcontract any share of the contract to a third party;
- list of the proposed subcontracts as far as it is known at that stage; and
- what proportion/percentage of the contract does the Tenderer intend to subcontract.
Please note that these subcontractors on whose capacity the bidder does not rely will be subject to the rules regarding Exclusion as set out
immediately above.
CONTRACT MANAGEMENT, KPIs & COMMUNITY BENEFIT REQUIREMENTS
As per details in the Special Conditions, Suppliers will be required to provide Management Information (MI) & KPIs on a quarterly basis.
Community Benefits details will be requested on a 6-monthly basis
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 40988. 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: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
A summary of the expected community benefits has been provided as follows:
It has become clear that there is scope within the legal framework which applies to public contracts, to deliver wider social benefits such as:
* Targeted recruitment and training
* Community engagement
As part of your response within the Technical criteria, Tenderers will be requested to confirm if they will offer community benefits for this
framework.
(SC Ref:673788)
six.4) Procedures for review
six.4.1) Review body
Please refer to VI.4.3 below
Scotland
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts
(Scotland)Regulations 2015 (SSI2015/446)(as amended)may bring proceedings in the Sheriff Court or the Court of Session.