Tender

Pest Control Services

  • NHS Greater Glasgow and Clyde

F02: Contract notice

Notice identifier: 2022/S 000-030399

Procurement identifier (OCID): ocds-h6vhtk-037ceb

Published 27 October 2022, 4:15pm



The closing date and time has been changed to:

2 December 2022, 2:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

NHS Greater Glasgow and Clyde

Procurement Department, Glasgow Royal Infirmary, 84 Castle Street

Glasgow

G4 0SF

Contact

Marie Slaven

Email

marie.slaven2@ggc.scot.nhs.uk

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

http://www.nhsggc.scot/about-us/procurement/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10722

one.3) Communication

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

www.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.publiccontractsscotland.gov.uk

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Pest Control Services

Reference number

GGC0756

two.1.2) Main CPV code

  • 90922000 - Pest-control services

two.1.3) Type of contract

Services

two.1.4) Short description

NHS Greater Glasgow & Clyde (NHSGGC) require a high quality, reliable, efficient and cost effective Pest Control Service throughout the Board, at the core of which will be a commitment to sustaining and protecting the environment.

This contract requires a sole supplier to provide pro-active, re-active and ad-hoc services, as well as the supply of fly-killer units and maintenance.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 90922000 - Pest-control services

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

Across all sites in NHS Greater Glasgow and Clyde

two.2.4) Description of the procurement

NHS Greater Glasgow & Clyde (NHSGGC) require a high quality, reliable, efficient and cost effective Pest Control Service throughout the Board, at the core of which will be a commitment to sustaining and protecting the environment.

This contract requires a sole supplier to provide pro-active, re-active and ad-hoc services, as well as the supply of fly-killer units and maintenance.

The Pro-active Service is required to be carried out at Acute sites. Differing levels of service are required dependent upon the premises involved, with some areas requiring night visits.

The Re-active Service is provided to non-Acute sites. This service covers sites with call-outs throughout the year and includes a 24hour emergency service. The service is for Mice, Rats and Insects only.

The Ad-hoc Service – is for both emergency and pre-planned ah-hoc work. This service will be as and when required across all sites. Examples of Ad-hoc service is eradication of pests, trapping or removal of pests and cleaning services.

Electronic Fly Killer Unit and Maintenance – Maintenance will include cleaning and replacing of tubes. Frequency of Maintenance required is 4 times per annum.

two.2.5) Award criteria

Quality criterion - Name: Technical Criterion / Weighting: 40

Cost criterion - Name: Commercial Criterion / Weighting: 60

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

2 x 12 month contract extension options

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

With reference to SPD question 4B.1.1, tenderers are required to have a minimum 'general' yearly turnover of at least 1 x the estimated contract value in line with regulation 59(9) of the Public Contract (Scotland) Regulations 2015 Tenderers should be able to provide financial accounts when requested by NHSGGC.

With reference to SPD question 4B.4, tenderers are required to state the value for the following financial ratio):

Current Ratio (Liquidity Ratio)

(Total current assets divided by total current liabilities)

The acceptable range for this financial ratio is:

>0.99

Tenderers should be able to provide financial accounts when requested by NHSGGC

Minimum level(s) of standards possibly required

With reference to SPD question 4B.5.1b Tenderers must hold and evidence Employer's (Compulsory) Liability Insurance = GBP5m. If tenderers do not currently have this level of insurance, they must agree to put it in place prior to contract commencement.

With reference to SPD question 4B.5.2 Tenderers must hold and evidence Public Liability Insurance = GBP5m. If tenderers do not currently have this level of insurance, they must agree to put it in place prior to contract commencement.

Any Tenderers unable to meet, or unwilling to commit to obtaining the required insurance levels, will be deemed non-compliant and their submission will not be evaluated any further.

three.1.3) Technical and professional ability

List and brief description of selection criteria

With reference to SPD question 4C.1.2 Tenderers are required to provide 3 examples, from the last 3 years that demonstrate they have the relevant experience to deliver the service. Use the template provided only to respond.

Minimum level(s) of standards possibly required

With reference to SPD question 4C.2 Tenderers must confirm they are BPCA (current version) accredited (or equivalent). Accreditations must be independently assessed and signed by an Authorised Inspector. Evidence must be submitted.

With reference to SPD question 4D.1 Tenderers must evidence or commit to obtain ISO9001 or other documented quality management system endorsed by the tenderers chief executive or equivalent.

With reference to SPD question 4D.1 Tenderers must hold and evidence or commit to obtain, within 6 months of the contract start date, a whistleblowing policy consistent with the National Whistleblowing Standards that can be found at the following link: https://inwo.spso.org.uk/national-whistleblowing-%20standards

With reference to SPD question 4D.2 Tenderers must evidence or commit to obtain ISO14001 or other documented quality management system endorsed by the tenderers chief executive or equivalent.

three.1.5) Information about reserved contract

The execution of the contract is restricted to the framework of sheltered employment programmes


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

Originally published as:

Date

30 November 2022

Local time

1:00pm

Changed to:

Date

2 December 2022

Local time

2:00pm

See the change notice.

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

1 December 2022

Local time

9:00am

Place

Glasgow Royal Infirmary


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=711569.

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.publiccontractsscotland.gov.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.

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 non-scoring community benefits question has been asked. Document uploaded separately.

(SC Ref:711569)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court

1 Carlton Place

Glasgow

G5 9DA

Country

United Kingdom

Internet address

https://www.scotcourts.gov.uk/