Tender

Pest Control Services

  • A2Dominion

F02: Contract notice

Notice identifier: 2023/S 000-030747

Procurement identifier (OCID): ocds-h6vhtk-04065d

Published 18 October 2023, 12:35pm



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

Tenders or requests to participate must be submitted electronically via

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

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

The Service Provider is to provide a comprehensive Pest Control Service to A2Dominion Housing Group Limited (A2Dominion or A2D) including preventive, responsive and emergency call-out services.

two.1.5) Estimated total value

Value excluding VAT: £2,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 90700000 - Environmental services

two.2.3) Place of performance

NUTS codes
  • UKI - London
  • UKJ - South East (England)

two.2.4) Description of the procurement

The Service Provider is to provide a comprehensive Pest Control Service to A2Dominion Housing Group Limited (A2Dominion or A2D) including preventive, responsive and emergency call-out services.

Preventive Services:

•The delivery of the current Pest Control Programme and regular updates and reviews

•The development of new Pest Management Plans, as instructed by A2D

•To maintain a pest controlled environment across the portfolio in line with the Pest Control Programme

•To eradicate and prevent pest from entering the A2Dominion properties included in the Pest Control Programme .

•To visit, inspect and treat and re-treat in line with the Pest Control Plans

•To investigate issues to determine solutions which treat and prevent further infestations

•To educate residents and staff with awareness training on preventing future infestations

•Review data on trends of treatments with a view to reducing expenditure

•Provide advice and guidance on new blocks in relation to pest control

Responsive and Emergency Services:

•To respond to any call-outs within the timescales

•To attend to any infestations promptly, effectively and efficiently

•To inform the Employer of any evidence of pests observed during inspection not covered by the contract

•Providing initial findings reports for each order

•Proofing and other preventive measures e.g. blocking, spikes.

•Structure management of buildings and proofing recommendations.

•To assist with identification of pests upon request

•To comply with the requirements of these documents

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

The Contract will be for an initial term of four (3) years with an option to extend for further two (2) years (the Term).

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

The Service Provider must hold the following accreditations/certifications:

• 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

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.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession

Reference to the relevant law, regulation or administrative provision

The Service Provider must hold the following accreditations/certifications:

• The British Pest Control Association (BPCA)

• Confederation of European Pest Management Association (CEPA)

• Member of National Pest Technicians Association (NEPA)

• Safe Contractor Scheme approved

three.2.2) Contract performance conditions

A set of Key Performance Indicators will be used to monitor contract's compliance and the supplier's performance


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: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-028683

four.2.2) Time limit for receipt of tenders or requests to participate

Date

27 November 2023

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

27 November 2023

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

Royal Courts of Justice, Strand

London

WC1A 2LL

Country

United Kingdom