Planning

Pest Control Services

Show 1 more title Show fewer titles
  • Pest Control Services
  • A2Dominion

F01: Prior information notice (prior information only)

Notice identifier: 2023/S 000-028683

Procurement identifiers (OCIDs): ocds-h6vhtk-04065d, ocds-h6vhtk-04065e

Published 28 September 2023, 4:26pm



Section one: Contracting authority

one.1) Name and addresses

A2Dominion

The Point, 37 North Wharf Road

London

W2 1BD

Contact

Ms Patty Sanchez

Email

Patty.Sanchez@a2dominion.co.uk

Telephone

+44 7872413418

Country

United Kingdom

Region code

UKI - London

Internet address(es)

Main address

http://www.a2dominion.co.uk

Buyer's address

http://www.a2dominion.co.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://procontract.due-north.com/Login

Additional information can be obtained from the above-mentioned address

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

Pest Control Services

Reference number

DN691996

two.1.2) Main CPV code

  • 90922000 - Pest-control services

two.1.3) Type of contract

Services

two.1.4) Short description

Preventive and Responsive Pest Control Services.

Should you be interested in this forthcoming opportunity, please send an email to express your interest to patty.sanchez@a2dominion.co.uk before 13/10/23. Your email should include a brief overview of your experience with similar contracts and confirmation that your organisation meets the below requirements.

The Service Provider must hold the following accreditations/certifications:

• BS EN 16636:2015

• The British Pest Control Association (BPCA)

• Confederation of European Pest Management Association (CEPA)

• Member of National Pest Technicians Association (NEPA)

• Safe Contractor Scheme approved

The Service Provider’s technicians employed on this contract must be qualified and experienced and should hold as a minimum:

• Foundation Certificate in Pest Management

• Certificate in Responsible Rodenticide Use

• Qualified staff to PSPH/PBCA Level 2 Certificate or equal approved

• Able to provide Integrated Pest Management plans

two.1.5) Estimated total value

Value excluding VAT: £2,025,000

two.1.6) Information about lots

This contract is divided into lots: Yes

two.2) Description

two.2.1) Title

Lot 1

Lot No

1

two.2.2) Additional CPV code(s)

  • 90700000 - Environmental services

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

Locations include: Barking and Dagenham/Barnet Council/Brent/City of Westminster/Croydon Council/Ealing Council/Enfield/Greenwich Council/Hackney Council/Hammersmith & Fulham/Harrow/Havering/Hounslow Council/Kensington & Chelsea/Lambeth Council/Lewisham/London Borough of Camden/Newham Council/Southwark Council/Tower Hamlets/Waltham Forest/Wandsworth Council/Watford.

Estates stock profile is a mix of estates which are within close proximity to each other, regarded as A2D London’s core area of business. Some rural areas with mainly gardening, where some estates are more dispersed.

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

This contract is subject to renewal

Yes

Description of renewals

3 years plus 2 further years

two.3) Estimated date of publication of contract notice

13 October 2023


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

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

Preventive and Responsive Pest Control Services.

Should you be interested in this forthcoming opportunity, please send an email to express your interest to patty.sanchez@a2dominion.co.uk before 13/10/23. Your email should include a brief overview of your experience with similar contracts and confirmation that your organisation meets the below requirements.

The Service Provider must hold the following accreditations/certifications:

• BS EN 16636:2015

• The British Pest Control Association (BPCA)

• Confederation of European Pest Management Association (CEPA)

• Member of National Pest Technicians Association (NEPA)

• Safe Contractor Scheme approved

The Service Provider’s technicians employed on this contract must be qualified and experienced and should hold as a minimum:

• Foundation Certificate in Pest Management

• Certificate in Responsible Rodenticide Use

• Qualified staff to PSPH/PBCA Level 2 Certificate or equal approved

• Able to provide Integrated Pest Management plans

two.1.6) Information about lots

This contract is divided into lots: Yes

two.2) Description

two.2.1) Title

Lot 2

Lot No

2

two.2.2) Additional CPV code(s)

  • 90700000 - Environmental services
  • 90922000 - Pest-control services

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)

two.2.4) Description of the procurement

Ashford/Basingstoke & Dean BC/Bexley DC/Bracknell Forest/Brighton & Hove City Council/Bristol/Bromley Council/Cherwell DC/Chichester/Chiltern DC/Crawley BC/East Hampshire DC/Eastbourne BC/Eastleigh/Elmbridge/Epsom & Ewell BC/Fareham BC/Guildford/Hastings Borough Council/Hillingdon Council/Horsham/Kingston Upon Thames/Lewes/Merton Council/Milton Keynes/Mole Valley/Oxford City Council/Reading/Reigate & Banstead BC/Richmond Upon Thames/Runnymede/Rushmoor BC/Slough/South Oxfordshire DC/Southampton City Council/Spelthorne/Surrey Heath/Sutton/Swindon BC/Tandridge/Test Valley BC/ The Medway Towns/ Tonbridge & Malling/Tunbridge Wells Borough Council/Vale of White Horse/Waverley/Wealden/West Berkshire/West Oxfordshire DC/Wiltshire/Winchester/Windsor & Maidenhead/Woking/Wokingham/Wycombe

Geographically more dispersed with a mixture of built up and more rural areas. A need to foster good relationships with residents and contractors on site, good opportunity for resident involvement-based work, traditionally General needs accommodation with a number of Care & Support (“C&S”) schemes. A high Proportion of Leaseholders.

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

This contract is subject to renewal

Yes

Description of renewals

3 years plus 2 further years

two.3) Estimated date of publication of contract notice

13 October 2023


Section four. Procedure

four.1) Description

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No