Pest Control Services – Thames Water Region
Lot 1 – General pest control services; Lot 2A – Treatment and control of mosquitoes, black-winged fungus gnats and other pestiferous fly species.
United Kingdom-Reading: Pest-control services
2016/S 172-309513
Contract notice – utilities
Services
Directive 2014/25/EU
Section I: Contracting entity
I.1)Name and addresses
Procurement Support Centre, 3rd Floor East, c/o Mail Room, Rose Kiln Court
Reading
RG2 0BY
United Kingdom
E-mail: procurement.support.centre@thameswater.co.uk
NUTS code: UKJ11
I.3)Communication
I.6)Main activity
Section II: Object
II.1.1)Title:
Pest Control Services.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Framework agreement for the provision of pest control services based on the following lotting structure:
Lot 1 — General pest control services;
Lot 2A — Treatment and control of mosquitoes, black-winged fungus gnats and other pestiferous fly species;
Lot 2B — Consultancy for treatment and control of mosquitoes, black-winged fungus gnats and other pestiferous fly species.
II.1.5)Estimated total value
II.1.6)Information about lots
Lot 1 and Lot 2A, or Lot 1 and Lot 2B.
II.2.1)Title:
Pest Control Services — General Pest Control Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Whole of Thames Water Region.
II.2.4)Description of the procurement:
For the provision of general pest control services for the control of common pests at ground and/or above ground level. The range of common pests covered by the scope of this Agreement will include, but is not limited to the following pests: rats, mice, moles, rabbits, squirrels, foxes, mink, cockroaches, fleas, flies, ants, wasps and problem birds — pigeons, Canada geese, crows (corvidae).
For the supply of pest control services at ground and/or above ground level at waste-water and clean water sites, depots and offices across the entire Thames Water estate to prevent, control and monitor pest activity. The Thames Water estate includes approximately: (226) Sewage Treatment Works, (67) Water Treatment Works, (75) Sewage Pumping Stations, Raw Water Pumping Stations, Pumping Stations and Water Booster Stations, (98) Water Towers, Reservoirs and Boreholes and (8) offices and depots, all of which may have requirements for pest control treatment services.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Any agreement awarded would be based on an initial 3 year term, with option of incremental extensions for up to a period of 8 years in total.
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
Any agreement awarded would be based on an initial 3 year term, with option of incremental extensions for up to a period of 8 years in total.
II.2.13)Information about European Union funds
II.2.1)Title:
Pest Control Services — Treatment and control of mosquitoes, black-winged fungus gnats and other pestiferous fly species
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Whole of TW Region.
II.2.4)Description of the procurement:
For the provision of specialist pest control services to control mosquitoes, other potentially pestiferous fly species and black-winged fungus gnat populations.
Primarily, the services covered by the scope of this lot are required at 2 Thames Water sites, Mogden STW, which is in the Twickenham, London area, and Iver South SDC, which is near Colnbrook, Slough.
However, these types of services may also be needed at other Thames Water sites in future, so Suppliers must be able to accommodate additional requirements at other sites as and when they may be necessary. Regular liaison with the local Environmental Health Departments, Water Quality, Health and Safety, the general public and site management at the 2 aforementioned Thames Water sites, is also included in the scope of the Agreement.
The control of mosquitoes, other pestiferous fly species and black-winged fungus gnats living in both above ground and subterranean locations, treatments and control as recommended and specified by the entomological consultants on lot 2B, including the management of habitats that mosquitoes, pestiferous flies and black-winged fungus gnats may use for harbourage, which includes Japanese knot-weed control.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Any agreement awarded would be based on an initial term of 3 years, with the option of incremental renewals for up to a period of 8 years in total.
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
Any agreement awarded would be based on an initial term of 3 years, with the option of incremental renewals for up to a period of 8 years in total.
II.2.13)Information about European Union funds
II.2.1)Title:
Pest Control Services — Consultancy for treatment and control of mosquitoes, black-winged fungus gnats and other pestiferous fly species
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Whole of Thames Water Region.
II.2.4)Description of the procurement:
For the provision of specialist entomological consultancy to monitor and control mosquitoes, other potentially pestiferous fly species and black-winged fungus gnat populations.
Primarily, the services covered by the scope of this lot are required at 2 Thames Water sites, Mogden STW, which is in the Twickenham, London area, and Iver South SDC, which is near Colnbrook, Slough.
However, these types of services may also be needed at other Thames Water sites in future, so Suppliers must be able to accommodate additional requirements at other sites as and when they may be necessary. Regular liaison with the local Environmental Health Departments, Water Quality, Health and Safety, the general public and site management at the 2 aforementioned Thames Water sites, is also included in the scope of the Agreement.
The monitoring of mosquitoes, other potentially pestiferous fly species and black-winged fungus gnats, including setting of traps and analysis where appropriate, together with related consultancy, supervision of elimination of breeding sites, training of Thames Water employees and contractors.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Any agreement awarded would be based on an initial term of 3 years, with the option of incremental renewals for up to a period of 8 years in total.
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
Any agreement awarded would be based on an initial term of 3 years, with the option of incremental renewals for up to a period of 8 years in total.
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.1.4)Objective rules and criteria for participation
As detailed in the PQQ Documentation.
III.1.6)Deposits and guarantees required:
Bonds and-or parent company guarantees of performance and financial standing may be required.
III.1.7)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Specified in the Invitation to Negotiate.
III.1.8)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Consortia may be required to form a legal entity prior to award.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
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.2.6)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
Between 3 and 8 years.
VI.2)Information about electronic workflows
VI.3)Additional information:
All suppliers who wish to respond to this notice must request a pre-qualification questionnaire (PQQ) by using the link in Section I.3) of this notice, i.e:www.thameswater.co.uk/19385htm
VI.4.1)Review body
Reading
United Kingdom
VI.4.3)Review procedure
Thames Water Utilities Limited will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. The Utilities Contracts Regulations 2016 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:
Related Posts
Pest Control Services Surrey and East Sussex – Request for Quote
Tender for Soft Facilities Management Services
UK Framework for Pest Control Services