Tender

Provision of Pest Control Services for Domestic and Corporate Premises

  • North Lanarkshire Council

F02: Contract notice

Notice identifier: 2022/S 000-031271

Procurement identifier (OCID): ocds-h6vhtk-037f47

Published 4 November 2022, 3:23pm



Section one: Contracting authority

one.1) Name and addresses

North Lanarkshire Council

Civic Centre, Windmillhill Street

Motherwell

ML1 1AB

Email

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

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

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)