Pest Control Services – Greater London Authority
Pest Control Services are required by the GLA at City Hall, Trafalgar Square, Parliament Square Gardens and at other locations which the GLA may have an interest in.
United Kingdom-London: Pest-control services
2014/S 213-377599
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Transport for London — (Procurement Operations)
100 Petty France
Contact point(s): TFL Procurement Operations Team
For the attention of: A. Henry
SW1H 0BD London
UNITED KINGDOM
E-mail: procurementoperationsteam@tfl.gov.uk
Internet address(es):
General address of the contracting authority: www.tfl.gov.uk
Electronic access to information: https://eprocurement.tfl.gov.uk/epps/home.do?selectedItem=home.do
Electronic submission of tenders and requests to participate: https://eprocurement.tfl.gov.uk/epps/home.do?selectedItem=home.do
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
Greater London Authority Group.
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 14: Building-cleaning services and property management services
NUTS code UKI
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
II.1.6)Common procurement vocabulary (CPV)
90922000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Range: between 200 000 and 300 000 GBP
II.2.2)Information about options
Description of these options: The contract will be for an initial period of 3 years with an option to extend for a further 2 years in 12 month intervals.
Provisional timetable for recourse to these options:
in months: 36 (from the award of the contract)
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Assessment will be by means of a Pre-Qualification Questionnaire and based on the selection criteria set out in Articles 44 to 52 of the Public Sector Directive 2004/18/EC. A copy of the Pre-Qualification Questionnaire is available to interested parties free of charge by registering on TfL’s eTendering portal: https://eprocurement.tfl.gov.uk/epps/home.doQueries/requests for further information about the project should also be made via: https://eprocurement.tfl.gov.uk/epps/home.do The Pre-Qualification Questionnaire and any accompanying documents should be returned by the deadline of 1.12.2014.
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: For all relevant requirements refer to the Pre-Qualification Questionnaire documents.
III.2.3)Technical capacity
As set out in the Pre-Qualification Questionnaire including details of current or previous contracts during the last 3 years for the provision of similar services. A contact at the contracting organisation for each contract must also be provided, the Authority may request references from 1 or more such organisation. In addition, details must be provided of the type/level of staff likely to be engaged on the contract, their professional qualifications and a brief outline of their skills and relevant experience.
Minimum level(s) of standards possibly required:
For all relevant requirements refer to the Pre-Qualification Questionnaire documents.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.2)Information about European Union funds
VI.3)Additional information
Please note all applicants are required to express their interest by registering on https://eprocurement.tfl.gov.uk/epps/home.do
Failure to do so may invalidate your application. Expressions of interest must be received by the closing date/time as stated in IV.3.4.
If you require any further assistance the Eurodynamics help desk is available Mon-Fri 08:00 to 17:00 on: e-mail: tfleprochelpdesk@eurodyn.com. Phone: +44 800011740503
Tenderers interested in being considered for this requirement should express their interest by means of completing a pre-qualification questionnaire detailing their capabilities. The contract will be up to a maximum of 60 months. On 7.9.2009 the Greater London Authority’s (GLA) procurement function was delegated to Transport for London (TfL) with the result that TfL Commercial manages the GLA’s procurement function, which includes undertaking procurement exercises on behalf of the GLA.
Interested parties should note that TfL is acting as procurement agent on behalf of the GLA and that all information provided as part of the procurement process will be shared with the client department / project team at the GLA. Any resultant contract will be between the successful bidder and the GLA.
The awarding authority reserves the right to withdraw from the procurement process and/or not to award any contract as a result of the competition called for by this notice. The Awarding Authority shall not be liable for any costs or expenses incurred by any candidates in considering and/or responding to the procurement process. All discussions and meetings will be conducted in English.
Tenders and supporting documents must be priced in pound sterling and all payments under the contract will be made in pounds sterling. TfL, on behalf of the GLA, may interview any or all companies who express an interest in tendering for this work. If and when this requirement is offered to tender, this may be done in whole or in part via electronic means using the internet. TfL strongly supports and implements the Greater London Authority Group Responsible Procurement Policy. Details about the Policy can be found on the GLA website, accessible via the following internet linkhttp://www.london.gov.uk/rp
Further details as to the application of the GLA Group Responsible Procurement Policy relating to this procurement will be set out in the tender documents.
The contract will be available to all members of the Greater London Authority Group which currently are the Greater London Authority, Transport for London, The Mayor’s Office for Policing and Crime, London Fire and Emergency Planning Authority and London Legacy Development Corporation.
VI.4.1)Body responsible for appeal procedures
Transport for London
Windsor House, 42–50 Victoria Street
SW1 0TL London
Internet address: http://www.tfl.gov.uk
VI.4.2)Lodging of appeals
Any appeal or request for additional information should be sent to the name and address in Section I.1. The Public Contracts Regulations 2006 SI 2006 No 5 (as amended) provide for 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).
VI.5)Date of dispatch of this notice: