Section one: Contracting authority
one.1) Name and addresses
North Lanarkshire Council
Civic Centre, Windmillhill Street
Motherwell
ML1 1AB
corporateprocurement@northlan.gov.uk
Telephone
+44 1698403876
Country
United Kingdom
NUTS code
UKM84 - North Lanarkshire
Internet address(es)
Main address
http://www.northlanarkshire.gov.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00010
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
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Provision of Pest Control Services for Domestic and Corporate Premises
Reference number
NLC-CPT-22-035
two.1.2) Main CPV code
- 90922000 - Pest-control services
two.1.3) Type of contract
Services
two.1.4) Short description
North Lanarkshire Council wishes to establish a contract for the supply and delivery of pest control services to domestic and corporate premises within the council’s geographic boundary.
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.2.3) Place of performance
NUTS codes
- UKM84 - North Lanarkshire
two.2.4) Description of the procurement
The provision of pest control services is to supplement the council’s ‘’in-house’’ pest control team during periods of increased seasonal demand or at any time of the year to meet its key performance indicators for the treatment of rats, mice, wasps, bees, bed bugs, ants, cockroaches, insects, squirrels, and fleas in domestic premises in the North Lanarkshire area. The successful provider shall also provide back up to cover for annual leave and sickness during summer, spring, autumn, and winter periods.
The nature and volume of jobs passed is seasonal and can vary from year to year therefore the Council does not warrant or guarantee the amount of the annual value of the Contract, amounts mentioned in the ITT are indicative only (across all items). The Contractor accepts that their Tender has been made on this basis.
The successful provider will also be required to meet targets for the work and provide services as required for hard to access work e.g., working at height and other pest control work required by the section for corporate buildings which will involve bird, egg and nest removal and bird prevention works.
Tenders must quote for the treatment to completion of the following pests from domestic and corporate premises within North Lanarkshire:
Wasps, bees, rats, mice, ants, fleas, bed bugs, squirrels, cockroaches and other insects.
The procurement will also include, bird removal and clean (working at height), pest control advice jobs, cyclical planned preventative maintenance and ad-hoc larger project work.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 30
Price - Weighting: 70
two.2.6) Estimated value
Value excluding VAT: £2,000,000
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
Council may renew contract upon expiration depending on available budget, strategic direction of Council and internal resource.
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
4A.1: If required by the member state, Tenderers are required to be enrolled in the relevant professional or trade registers within the country in which they are established.
4A.2: Where it is required, within a bidder’s country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service.
Bidders must confirm if they hold the particular authorisation or memberships.
The Council will only consider bids from Tenderers which are a member of the British Pest Control Association (BPCA) or equivalent professional body and who only uses sub-contractors for pest control purposes who are also members of BPCA or equivalent.
Please confirm you are a member of the British Pest Control Association (BPCA) or equivalent professional body and any sub-contractors identified for pest control purposes, you will ensure they are a member of BPCA or equivalent professional body.
Failure to do so may result in the Tenderer being disqualified from the competition
three.1.2) Economic and financial standing
List and brief description of selection criteria
Tenderers must respond to ESPD Questions 4B.1.2, 4B1.3, 4B.5.1b, 4B.5.2, 4B.5.3 and 4B.6
The Tenderer's response to these questions for Economic and Financial Standing will be evaluated as follows:
Pass = response is compliant with the minimum requirement stated in the Contract Notice section III.1.2) Economic and financial standing
Fail = response is not compliant with the minimum requirement stated in the Contract Notice section III.1.2) Economic and financial standing.
Minimum level(s) of standards possibly required
Employers Liability - 10000000GBP each and every claim and in the annual aggregate
Public Liability - 5000000GBP each and every claim and in the annual aggregate
Product Indemnity - 5000000GBP each and every claim or in the annual aggregate.
Where in the aggregate, the policy should allow for a minimum of one automatic reinstatement of the sum insured in any one period. PI insurance should be maintained for the period of the contract including any optional extensions.
4B.6 Bidders must hold an Equifax Score Check Grade of D- or above.
Tenderers considered not to have sufficient financial standing by way of the Equifax report or by other criteria stated above may be disqualified. The decision as to whether or not the Tenderer has sufficient financial standing to undertake the procurement will be a matter for the sole discretion of the Council, whose decision will be final and conclusive
three.1.3) Technical and professional ability
List and brief description of selection criteria
4C1.2 Tenderers will be required to demonstrate that they have the relevant experience to deliver the services/supplies as described in this Contract Notice.
4C.10 Tenderers will be required to provide the proportion (i.e. percentage) of the contract that they intend to subcontract.
4D.1 Tenderers are required to provide a statement that demonstrates that they have the relevant quality assurance standards in place as described in part III.1.3 of the OJEU Contract Notice or the relevant section of the Site Notice.
4D.2 Tenderers are required to provide a statement that demonstrates that they have the relevant environmental management standards in place as described in part III.1.3 of the OJEU Contract Notice or the relevant section of the Site Notice.
Minimum level(s) of standards possibly required
4C 1.2 Successful delivery of no fewer than one contract of a similar scope and nature which have been fulfilled in any of the three years prior to the publication of this notice. Tenderers must provide verifiable evidence of each contract relied upon to demonstrate achievement of this standard.
4C.10 For information purposes.
4D.1 The Candidate must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), or meet any minimum requirements stated within the PCS-T notice.
4D.2 The candidate must hold independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate, or meet any minimum requirements stated within the PCS-T notice.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Please refer to ITT document and Annex 1.
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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
7 December 2022
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: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
7 December 2022
Local time
12:30pm
Place
Virtual
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
Question Deadline: 25th November 2022 @ 12:00
Answer Deadline: 30th November 2022 @ 12:00
Any community benefits identified by the tenderer will form part of the contract.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 22764. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
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:
See Annex 2.
(SC Ref:712422)
six.4) Procedures for review
six.4.1) Review body
Please refer to section V1.4.3 of this notice.
N/A
Country
United Kingdom
Internet address
http://www.northlanarkshire.gov.uk
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 (SSI 2015/446) (as amended) may bring proceedings in the Sheriff Court or the Court of Session. (https://www.scotcourts.gov.uk/the-courts/sheriff-court/find-a-court)