Construction Contract Leads
London
Category Services
Type
No. of Lots 1
Status Active
Published 18th Oct 2023
Reference | ocds-h6vhtk-04065d |
Common Procurement Vocabulary | Pest-control services |
Procurement Method | Open procedure |
Value | £2,000,000 |
London
Category Services
Type
No. of Lots 1
Status Active
Published 18th Oct 2023
Reference | ocds-h6vhtk-04065d |
Common Procurement Vocabulary | Pest-control services |
Procurement Method | Open procedure |
Value | £2,000,000 |
Section I: Contracting authority
I.1) Name and addresses
A2Dominion
The Point, 37 North Wharf Road
London
W2 1BD
Contact
Ms Patty Sanchez
Patty.Sanchez [at] a2dominion.co.uk
Telephone
+44 7872413418
Country
United Kingdom
NUTS code
UKI - London
Internet address(es)
Main address
Buyer's address
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/Login
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/Login
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Pest Control Services
Reference number
DN691996
II.1.2) Main CPV code
- 90922000 - Pest-control services
II.1.3) Type of contract
Services
II.1.4) Short description
The Service Provider is to provide a comprehensive Pest Control Service to A2Dominion Housing Group Limited (A2Dominion or A2D) including preventive, responsive and emergency call-out services.
II.1.5) Estimated total value
Value excluding VAT: £2,000,000
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 90700000 - Environmental services
II.2.3) Place of performance
NUTS codes
- UKI - London
- UKJ - South East (England)
II.2.4) Description of the procurement
The Service Provider is to provide a comprehensive Pest Control Service to A2Dominion Housing Group Limited (A2Dominion or A2D) including preventive, responsive and emergency call-out services.
Preventive Services:
•The delivery of the current Pest Control Programme and regular updates and reviews
•The development of new Pest Management Plans, as instructed by A2D
•To maintain a pest controlled environment across the portfolio in line with the Pest Control Programme
•To eradicate and prevent pest from entering the A2Dominion properties included in the Pest Control Programme .
•To visit, inspect and treat and re-treat in line with the Pest Control Plans
•To investigate issues to determine solutions which treat and prevent further infestations
•To educate residents and staff with awareness training on preventing future infestations
•Review data on trends of treatments with a view to reducing expenditure
•Provide advice and guidance on new blocks in relation to pest control
Responsive and Emergency Services:
•To respond to any call-outs within the timescales
•To attend to any infestations promptly, effectively and efficiently
•To inform the Employer of any evidence of pests observed during inspection not covered by the contract
•Providing initial findings reports for each order
•Proofing and other preventive measures e.g. blocking, spikes.
•Structure management of buildings and proofing recommendations.
•To assist with identification of pests upon request
•To comply with the requirements of these documents
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The Contract will be for an initial term of four (3) years with an option to extend for further two (2) years (the Term).
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section III. Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
The Service Provider must hold the following accreditations/certifications:
• The British Pest Control Association (BPCA)
• Confederation of European Pest Management Association (CEPA)
• Member of National Pest Technicians Association (NEPA)
• Safe Contractor Scheme approved
The Service Provider’s technicians employed on this contract must be qualified and experienced and should hold as a minimum:
• Foundation Certificate in Pest Management
• Certificate in Responsible Rodenticide Use
• Qualified staff to PSPH/PBCA Level 2 Certificate or equal approved
• Able to provide Integrated Pest Management plans
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision
The Service Provider must hold the following accreditations/certifications:
• The British Pest Control Association (BPCA)
• Confederation of European Pest Management Association (CEPA)
• Member of National Pest Technicians Association (NEPA)
• Safe Contractor Scheme approved
III.2.2) Contract performance conditions
A set of Key Performance Indicators will be used to monitor contract's compliance and the supplier's performance
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-028683
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
27 November 2023
Local time
12:00pm
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date
27 November 2023
Local time
12:00pm
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.4) Procedures for review
VI.4.1) Review body
High Court of England and Wales
Royal Courts of Justice, Strand
London
WC1A 2LL
Country
United Kingdom