Section one: Contracting authority
one.1) Name and addresses
Buckinghamshire Council
Walton Street Offices
Aylesbury
HP20 1UA
Contact
Mr Elliot Archer
Elliot.Archer@buckinghamshire.gov.uk
Telephone
+44 1296382093
Country
United Kingdom
Region code
UKJ13 - Buckinghamshire CC
Internet address(es)
Main address
https://www.buckinghamshire.gov.uk/
Buyer's address
https://www.buckinghamshire.gov.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/Advert?advertId=1557fe5c-16a1-ef11-8132-005056b64545
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.supplybucksbusiness.org.uk/
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 Dog Warden and Pest Control Services
Reference number
DN748169
two.1.2) Main CPV code
- 90922000 - Pest-control services
two.1.3) Type of contract
Services
two.1.4) Short description
The Authority requires a dog warden service as well as a pest control service for Buckinghamshire residents.
Dog Warden Service
The Council is under a statutory duty to seize and receive stray dogs found to be roaming within the Council's area. A Contractor is required to collect dogs that have been contained by members of the public, taken to a police station or veterinary surgery, or any other place and to take them to an establishment for the reception of stray dogs designated by the Council.
Pest Control Service
A contractor is required for the treatment of pests to premises in accordance with pest control, health and safety, and any other relevant legislation. Additional work to fumigate filthy or verminous premises and undertake the removal of filthy or verminous articles from such premises to a suitable point of disposal is also required.
For further details, please review the invitation to tender documents
two.1.5) Estimated total value
Value excluding VAT: £943,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Dog Warden Services
Lot No
1
two.2.2) Additional CPV code(s)
- 98380000 - Dog kennel services
two.2.3) Place of performance
NUTS codes
- UKJ13 - Buckinghamshire CC
two.2.4) Description of the procurement
The Council is under a statutory duty to seize and receive stray dogs found to be roaming within the Council's area. A Contractor is required to collect dogs that have been contained by members of the public, taken to a police station or veterinary surgery, or any other place and to take them to an establishment for the reception of stray dogs designated by the Council.
For further details, please review the invitation to tender documents
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £657,500
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
Optional extension period of 12 months
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Optional extension period of 12 months
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
The contract value of £657,500 includes the initial contract period and the 12 month extension period
two.2) Description
two.2.1) Title
Pest Control Services
Lot No
2
two.2.2) Additional CPV code(s)
- 90922000 - Pest-control services
two.2.3) Place of performance
NUTS codes
- UKJ13 - Buckinghamshire CC
two.2.4) Description of the procurement
A contractor is required for the treatment of pests to premises in accordance with pest control, health and safety, and any other relevant legislation. Additional work to fumigate filthy or verminous premises and undertake the removal of filthy or verminous articles from such premises to a suitable point of disposal is also required.
For further details, please review the invitation to tender documents
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £285,500
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
Optional extension period of 12 months
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Optional extension period of 12 months
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
The contract value of £285,500 includes the initial contract period and the 12 month extension period
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
16 January 2025
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
16 January 2025
Local time
12:05pm
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
The High Court
The Royal Courts of Justice
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The Council will incorporate a standstill period at the point when information on the award of the contract is communicated to tenderers. The standstill period will be for a minimum of 10 calendar days and provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. The Public Contracts Regulations 2015 provide for the aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland)