South East Consortium: Pest Control

  South East Consortium is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Pest Control
Notice type: Contract Notice
Authority: South East Consortium
Nature of contract: Services
Procedure: Open
Short Description: SEC invites you to tender for a Pest Control Framework (Framework Agreement). The framework will last for 4 years and call off contracts will be up to 7 years. This framework now includes a levy. Please read through the documents carefully especially regarding the levy. All pricing submitted must be inclusive of SEC Levy (2.00%), overheads, profit and prelims but exclusive od VAT.
Published: 27/09/2017 10:57
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Sittingbourne: Pest-control services.
Section I: Contracting Authority
      I.1) Name and addresses
             South East Consortium
             Unit 190, Carver Drive, Kent Science Park, Sittingbourne, ME9 8NP, United Kingdom
             Tel. +44 1795434423, Email: danielle.kelly@southeastconsortium.org.uk
             Contact: Danielle Kelly
             Main Address: www.bipsolutions.com
             NUTS Code: UK
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: Yes.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-Sittingbourne:-Pest-control-services./95EUM65792
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via http://www.delta-esourcing.com/tenders/UK-title/95EUM65792 to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      I.4) Type of the contracting authority
            Regional or local authority
      I.5) Main activity
            Housing and community amenities

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Pest Control       
      Reference Number: SEC 7077
      II.1.2) Main CPV Code:
      90922000 - Pest-control services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: SEC invites you to tender for a Pest Control Framework (Framework Agreement). The framework will last for 4 years and call off contracts will be up to 7 years. This framework now includes a levy. Please read through the documents carefully especially regarding the levy. All pricing submitted must be inclusive of SEC Levy (2.00%), overheads, profit and prelims but exclusive od VAT.       
      II.1.5) Estimated total value:
      Value excluding VAT: Not Provided       
      Currency: Not Provided
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      Not Provided       
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: SEC invites you to tender for a Pest Control Framework. The framework will be in place for 4 years.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: Not provided       
      Currency: Not provided       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       


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:          
      Not Provided       
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: Yes    

Section IV: Procedure
   IV.1) Description OPEN
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement    
         Framework agreement with several operators       
         Envisaged maximum number of participants to the framework agreement: 8           
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   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 in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 02/11/2017 Time: 12:00
            
      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: Not Provided      
      IV.2.7) Conditions for opening of tenders:
         Date: 02/11/2017
         Time: 12:00
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used No       
   VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

Please note that this framework is available for all publicly funded organisations to use. Access is not limited to SEC members alone. Eligibility inc but not ltd to Registered social landlords in England & Wales. TMOs, Management Orgs & ALMOs, NHS bodies & Trusts inc NHS authorities, trusts, councils, boards & NHS. All police forces & other emergency services, inc http://www.police.uk/forces.htm , http://www.fireservice.co.uk/
information/ukfrs.php. All educational establishments inc schools maintained by LAs, academies, city technology colleges, learning & skills council, colleges, universities, further education establishments. Registered charities. Contracting authorities under PCR 2015& Schedule 1PCR 2015 and registered Schedule 1 to Utilities Contracts Regs 2006.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Sittingbourne:-Pest-control-services./95EUM65792

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/95EUM65792
   VI.4) Procedures for review
   VI.4.1) Review body:
             Royal Courts of Justice
       The Strand, London, CA2 2LL, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
             South East Consortium
          Unit 190, Carver Drive, Kent Science Park, Sittingbourne, ME9 8NP, United Kingdom
          Tel. +44 1795434423, Email: danielle.kelly@southeastconsortium.org.uk
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 27/09/2017

Annex A


View any Notice Addenda

View Award Notice