UK Framework for Pest Control Services
The range of pest control services provided under the framework agreement will cover reactive treatments and call-outs.
United Kingdom-Stirling: Pest-control services
2016/S 137-247423
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Unit 5, Stirling Business Centre, Wellgreen
Stirling
FK8 2DZ
United Kingdom
Telephone: +44 1314428933
E-mail: pclark@apuc-scot.ac.uk
NUTS code: UKM
Internet address(es):Main address: http://www.apuc-scot.ac.uk
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10402
I.2)Joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Provision of pest control services.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The authority is seeking contractor(s) for pest control services. The range of pest control services provided under the framework agreement will cover reactive treatments and call-outs, and preventative maintenance services. The framework agreement is uk-wide and is split into 16 geographical lots.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Edinburgh, Lothians and Borders.
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
For the complete list of locations in this region, please refer to appendix E, list of institutions in the ITT. The estimated value is indicative of the potential spend within this geographical lot.
II.2.4)Description of the procurement:
Provision of pest control services including preventative services and reactive treatments and call-outs.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The authority reserves the right to extend the framework agreement for up to 24 months subject to satisfactory performance and continued institutions’ requirement.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Full details of the award criteria and individual weightings can be found in the Invitation to Tender (ITT) document on pages 11-13.
II.2.1)Title:
Greater Glasgow and South West of Scotland
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
For the complete list of locations in this region, please refer to appendix E, list of institutions in the ITT. The estimated value is indicative of the potential spend within this geographical lot.
II.2.4)Description of the procurement:
Provision of pest control services including preventative services and reactive treatments and call-outs.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The authority reserves the right to extend the framework agreement for up to 24 months subject to satisfactory performance and continued institutions’ requirement.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Full details of the award criteria and individual weightings can be found in the Invitation to Tender (ITT) document on pages 11-13.
II.2.1)Title:
Fife, Perthshire, Dundee, Tayside and Stirlingshire
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
For the complete list of locations in this region, please refer to appendix E, list of institutions in the ITT. The estimated value is indicative of the potential spend within this geographical lot.
II.2.4)Description of the procurement:
Provision of pest control services including preventative services and reactive treatments and call-outs.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The authority reserves the right to extend the framework agreement for up to 24 months subject to satisfactory performance and continued institutions’ requirement.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Full details of the award criteria and individual weightings can be found in the Invitation to Tender (ITT) document on pages 11-13.
II.2.1)Title:
Grampian
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
For the complete list of locations in this region, please refer to appendix E, List of Institutions in the ITT. The estimated value is indicative of the potential spend within this geographical lot.
II.2.4)Description of the procurement:
Provision of pest control services including preventative services and reactive treatments and call-outs.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The authority reserves the right to extend the framework agreement for up to 24 months subject to satisfactory performance and continued institutions’ requirement.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Full details of the award criteria and individual weightings can be found in the Invitation to Tender (ITT) document on pages 11-13.
II.2.1)Title:
Highlands and Islands
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
For the complete list of locations in this region, please refer to appendix E, list of institutions in the ITT. The estimated value is indicative of the potential spend within this geographical lot.
II.2.4)Description of the procurement:
Provision of pest control services including preventative services and reactive treatments and call-outs.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The authority reserves the right to extend the framework agreement for up to 24 months subject to satisfactory performance and continued institutions’ requirement.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Full details of the award criteria and individual weightings can be found in the Invitation to Tender (ITT) document on pages 11-13.
II.2.1)Title:
Yorkshire and Humberside
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
For the complete list of locations in this region, please refer to appendix E, list of institutions in the ITT. The estimated value is indicative of the potential spend within this geographical lot.
II.2.4)Description of the procurement:
Provision of pest control services including preventative services and reactive treatments and call-outs.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The authority reserves the right to extend the framework agreement for up to 24 months subject to satisfactory performance and continued institutions’ requirement.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Full details of the award criteria and individual weightings can be found in the Invitation to Tender (ITT) document on pages 11-13.
II.2.1)Title:
North West England
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
For the complete list of locations in this region, please refer to appendix E, list of institutions in the ITT. The estimated value is indicative of the potential spend within this geographical lot.
II.2.4)Description of the procurement:
Provision of pest control services including preventative services and reactive treatments and call-outs.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The authority reserves the right to extend the framework agreement for up to 24 months subject to satisfactory performance and continued institutions’ requirement.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Full details of the award criteria and individual weightings can be found in the Invitation to Tender (ITT) document on pages 11-13.
II.2.1)Title:
North East England
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
For the complete list of locations in this region, please refer to appendix E, list of institutions in the ITT. The estimated value is indicative of the potential spend within this geographical Lot.
II.2.4)Description of the procurement:
Provision of pest control services including preventative services and reactive treatments and call-outs.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The authority reserves the right to extend the framework agreement for up to 24 months subject to satisfactory performance and continued institutions’ requirement.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Full details of the award criteria and individual weightings can be found in the Invitation to Tender (ITT) document on pages 11-13.
II.2.1)Title:
East Midlands (England)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
For the complete list of locations in this geographic region, please refer to appendix E, list of institutions.
II.2.4)Description of the procurement:
Provision of pest control services including preventative services and reactive treatments and call-outs.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The authority reserves the right to extend the framework agreement for up to 24 months subject to satisfactory performance and continued institutions’ requirement.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Full details of the award criteria and individual weightings can be found in the Invitation to Tender (ITT) document on pages 11-13.
II.2.1)Title:
Wales
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
For the complete list of locations in this region, please refer to appendix E, list of institutions in the ITT. The estimated value is indicative of the potential spend within this geographical lot.
II.2.4)Description of the procurement:
Provision of pest control services including preventative services and reactive treatments and call-outs.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The authority reserves the right to extend the framework agreement for up to 24 months subject to satisfactory performance and continued institutions’ requirement.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Full details of the award criteria and individual weightings can be found in the Invitation to Tender (ITT) document on pages 11-13.
II.2.1)Title:
West Midlands (England)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
For the complete list of locations in this region, please refer to appendix E, list of institutions in the ITT. The estimated value is indicative of the potential spend within this geographical lot.
II.2.4)Description of the procurement:
Provision of pest control services including preventative services and reactive treatments and call-outs.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The authority reserves the right to extend the framework agreement for up to 24 months subject to satisfactory performance and continued institutions’ requirement.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Full details of the award criteria and individual weightings can be found in the Invitation to Tender (ITT) document on pages 11-13.
II.2.1)Title:
Greater London
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
For the complete list of locations in this region, please refer to appendix E, list of institutions in the ITT. The estimated value is indicative of the potential spend within this geographical lot.
II.2.4)Description of the procurement:
Provision of pest control services including preventative services and reactive treatments and call-outs.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The authority reserves the right to extend the framework agreement for up to 24 months subject to satisfactory performance and continued institutions’ requirement.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Full details of the award criteria and individual weightings can be found in the Invitation to Tender (ITT) document on pages 11-13.
II.2.1)Title:
Eastern England
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
For the complete list of locations in this region, please refer to appendix E, list of institutions in the ITT. The estimated value is indicative of the potential spend within this geographical lot.
II.2.4)Description of the procurement:
Provision of Pest Control Services including preventative services and reactive treatments and call-outs.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The authority reserves the right to extend the framework agreement for up to 24 months subject to satisfactory performance and continued institutions’ requirement.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Full details of the award criteria and individual weightings can be found in the Invitation to Tender (ITT) document on pages 11-13.
II.2.1)Title:
South East England
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
For the complete list of locations in this region, please refer to appendix E, List of Institutions in the ITT. The estimated value is indicative of the potential spend within this geographical lot.
II.2.4)Description of the procurement:
Provision of pest control services including preventative services and reactive treatments and call-outs.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The authority reserves the right to extend the framework agreement for up to 24 months subject to satisfactory performance and continued institutions’ requirement.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Full details of the award criteria and individual weightings can be found in the Invitation to Tender (ITT) document on pages 11-13.
II.2.1)Title:
South West England
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
For the complete list of locations in this region, please refer to appendix E, list of institutions in the ITT. The estimated value is indicative of the potential spend within this geographical lot.
II.2.4)Description of the procurement:
Provision of pest control services including preventative services and reactive treatments and call-outs.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The authority reserves the right to extend the framework agreement for up to 24 months subject to satisfactory performance and continued institutions’ requirement.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Full details of the award criteria and individual weightings can be found in the Invitation to Tender (ITT) document on pages 11-13.
II.2.1)Title:
Northern Ireland
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
For the complete list of locations in this region, please refer to appendix E, list of institutions in the ITT. The estimated value is indicative of the potential spend within this geographical lot.
II.2.4)Description of the procurement:
Provision of pest control services including preventative services and reactive treatments and call-outs.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The authority reserves the right to extend the framework agreement for up to 24 months subject to satisfactory performance and continued institutions’ requirement.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Full details of the award criteria and individual weightings can be found in the Invitation to Tender (ITT) document on pages 11-13.
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
Bidders must confirm that they can provide the following supporting evidence at point of award:
Employer’s (Compulsory) Liability Insurance = 5 000 000 GBP;
Product Liability Insurance = 5 000 000 GBP;
Public Liability Insurance = 5 000 000 GBP;
Please refer to Part IV Selection Criteria: Questions within 4B.5 of the ESPD.
The following evidence will be requested prior to award in order to conduct analysis of the organisation’s financial standing:
Please include at a minimum 2 year’s financial accounts, including both Profit and Loss Statement and Balance Sheet. The documentation submitted should make clear reference to the following areas:
Current Assets;
Current Liabilities;
Stock;
Total Assets;
Total Liabilities;
Revenue/Sales;
Gross Profit;
Operating Profit;
Net Profit.
Alternatively, if you are unable to provide the required accounting information — e.g. a new business without the required accounts, please provide a banker’s letter demonstrating their willingness to support your organisation over the term of the agreement.
Please refer to Part IV Selection Criteria: Questions within 4B.6 of the ESPD.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
April 2020.
VI.2)Information about electronic workflows
VI.3)Additional information:
Freedom of information.
Please confirm that you will be in a position to complete (at point of award) ‘Appendix B — Freedom of Information’ (if applicable) in the Technical Questionnaire in PCS-Tender.
This information should only be submitted if applicable at point of award. It is for information only and will not be scored.
Supply chain code of conduct.
Please confirm that you will be in a position to complete (at point of award) ‘Appendix D — Supply Chain Code of Conduct’ in the Technical Questionnaire in PCS-Tender.
This information should only be submitted if applicable at point of award. It is for information only and will not be scored.
Form of tender.
Please confirm that you will be in a position to complete (at point of award) ‘Appendix A — Form of Tender’ in the Technical Questionnaire in PCS-Tender.
This information should only be submitted at point of award. It is for information only and will not be scored.
For the complete list of Institutions please refer to Appendix E – List of Institutions.
Note: the buyer is using PCS-Tender to carry out this procurement process. Please note this is a separate website and if you are not already registered, registration will be required.
To access PCS-Tender, record your interest in this notice and access the tender documentation please visithttps://www.publictendersscotland.publiccontractsscotland.gov.uk and search for project Code under ITTs Open to All Suppliers. Please use the Search/Filter function, then select Project Code 6169 from the dropdown. Please note that once you have expressed interest in the ITT it will move to your My ITTs area.
For further information on using PCS-Tender, please read the Supplier Response Guide:https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/supplierhelppage/PCS-TSupplierResponseGuide.pdf
If you have already registered on Public Contracts Scotland and PCS-Tender and paired your accounts you can access PCS-Tender through your Public Contracts Scotland Control Panel.
Note: the buyer is using PCS-Tender to carry out this procurement process. Please note this is a separate website and if you are not already registered, registration will be required.
To access PCS-Tender, record your interest in this notice and access the tender documentation please visithttps://www.publictendersscotland.publiccontractsscotland.gov.uk and search for project Code 6169 under ITTs Open to All Suppliers. Please use the Search/Filter function, then select Project Code from the drop-down. Please note that once you have expressed interest in the ITT it will move to your My ITTs area.
For further information on using PCS-Tender, please read the Supplier Response Guide:https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/supplierhelppage/PCS-TSupplierResponseGuide.pdf
If you have already registered on Public Contracts Scotland and PCS-Tender and paired your accounts you can access PCS-Tender through your Public Contracts Scotland Control Panel.
(SC Ref:450814).
VI.4.1)Review body
Unit 5, Stirling Business Centre, Wellgreen
Stirling
FK8 2DZ
United Kingdom
Telephone: +44 1314428933Internet address:http://www.apuc-scot.ac.uk
VI.4.3)Review procedure
APUC Ltd will incorporate a minimum 10-calendar day Standstill Period following electronic notification (minimum of 15-calendar days for any other means of communication) to unsuccessful applicants of the award decision. An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or the Court of Session.
VI.5)Date of dispatch of this notice:
Related Posts
East Renfrewshire Council Pest Control Tender
Contract for Pest Control Treatment London and Essex