Wycombe District Council: Framework agreement for pest and dog control

  Wycombe District Council has published this notice through Delta eSourcing

Notice Summary
Title: Framework agreement for pest and dog control
Notice type: Contract Notice
Authority: Wycombe District Council
Nature of contract: Services
Procedure: Restricted
Short Description: Pest-control services. Dog Control services. This framework is divided into 2 lots: Lot 1 - Dog Control Services and Lot 2 - Pest Control Services. Dog Control Services comprises the collection and kennelling of stray dogs both in and outside of office hours, provision of an acceptance point, patrolling and investigation of dog fouling complaints and the initial investigation of dog nuisance complaints. The stray dog service requirement is for the collection, transportation and kennelling of stray dogs that have either been seized on behalf of the Council or detained and reported by the public both in and outside of office hours not including dogs formally identified as dangerous and banned breeds, provision of an acceptance point, re-homing or in exceptional situations destroying uncollected strays; receiving money on behalf of the Council; and arranging veterinary treatment as necessary; all in accordance with the provisions of the Animal Welfare Act 2006, The Clean Neighbourhoods and Environment Act 2005, Environmental Protection Act 1990, Dogs (Fouling of Land) Act 1996, Control of Dogs Order 1992, the Animal Boarding Establishment Act 1963 and any other legal requirements as applicable. Wycombe District Council is the Lead Authority for this procurement. The service is being procured on behalf of Wycombe District Council, Chiltern District Council, South Bucks District Council and Aylesbury Vale District Council, collectively known as “participating authorities”. The Council will award one contract for both lots or separate contracts for each Lot depending on bids.
Published: 16/08/2013 16:00

View Full Notice

UK-High Wycombe: Pest-control services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Wycombe District Council
      Queen Victoria Road, High Wycombe, HP11 1BB, United Kingdom
      Contact: www.delta-esourcing.com/delta. Please see section VI.3 Additional Information below.
      Electronic Access URL: www.delta-esourcing.com/delta
      Electronic Submission URL: www.delta-esourcing.com/delta

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   I.2)Type of the contracting authority:
      Regional or local authority

   I.3) Main activity:
      General Public Services

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: Yes

Section II: Object Of The Contract: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Framework agreement for pest and dog control
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 27

         Region Codes: UKJ13 - Buckinghamshire CC         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system: The notice involves the setting up of a framework agreement                                                        

      II.1.4)Information on framework agreement:      

            Framework agreement with a single operator
         Duration of the framework agreement:
            Duration in year(s): 4             
         Estimated total value of purchases for the entire duration of the framework agreement:
                        
            Estimated value excluding VAT: 1,612,000
            Currency: GBP
                              
      II.1.5)Short description of the contract or purchase:
      Pest-control services. Dog kennel services. Pest-control services. Dog Control services.
This framework is divided into 2 lots: Lot 1 - Dog Control Services and Lot 2 - Pest Control Services. Dog Control Services comprises the collection and kennelling of stray dogs both in and outside of office hours, provision of an acceptance point, patrolling and investigation of dog fouling complaints and the initial investigation of dog nuisance complaints.
The stray dog service requirement is for the collection, transportation and kennelling of stray dogs that have either been seized on behalf of the Council or detained and reported by the public both in and outside of office hours not including dogs formally identified as dangerous and banned breeds, provision of an acceptance point, re-homing or in exceptional situations destroying uncollected strays; receiving money on behalf of the Council; and arranging veterinary treatment as necessary; all in accordance with the provisions of the Animal Welfare Act 2006, The Clean Neighbourhoods and Environment Act 2005, Environmental Protection Act 1990, Dogs (Fouling of Land) Act 1996, Control of Dogs Order 1992, the Animal Boarding Establishment Act 1963 and any other legal requirements as applicable.
Wycombe District Council is the Lead Authority for this procurement. The service is being procured on behalf of Wycombe District Council, Chiltern District Council, South Bucks District Council and Aylesbury Vale District Council, collectively known as “participating authorities”.
The Council will award one contract for both lots or separate contracts for each Lot depending on bids.
         
      II.1.6)Common Procurement Vocabulary:
         90922000 - Pest-control services.
         
         98380000 - Dog kennel services.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Yes       
      II.1.8)Lots:
         This contract is divided into lots: Yes          
         If yes, tenders should be submitted for: One or more lots

      II.1.9)Information about variants:
         Variants will be accepted: No    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      Applicants may apply for one or more lots. Lot 1, Dog Control has an estimated value over the four year framework term of £734k Lot 2 Pest control has an estimated value over the same term of £878k         
         Estimated value excluding VAT: 1,612,000
         Currency: GBP
                        
      
      II.2.2)Options: Not Provided         
         II.2.3)Information about renewals:
            This contract is subject to renewal: No          
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 48 (from the award of the contract)

   Information About Lots
            
      Lot No: 1
      Title: Pest Contol

      1)Short Description:      
      As set out in the in the PQQ

      2)Common Procurement Vocabulary:
         90922000 - Pest-control services.
         
      3)Quantity Or Scope:      
      As set out in the in the PQQ               
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
                        
                  
         5)Additional Information About Lots:         
            As set out in the in the PQQ      
      Lot No: 2
      Title: Dog Control

      1)Short Description:      
      As set out in the in the PQQ

      2)Common Procurement Vocabulary:
         98380000 - Dog kennel services.
         
      3)Quantity Or Scope:      
      As set out in the in the PQQ               
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
                        
                  
         5)Additional Information About Lots:         
            As set out in the in the PQQ         
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      Any such requirements will be stated in the ITT.
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Any such requirements will be stated in the ITT.
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      The procuring councils require a contract with a legal entity the event of a consortium bid the councils may require a successful consortium to form a single legal entity.
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions: Not Provided      
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:

      Candidates will be assessed in accordance with Regulations 23 to 26 of the Public Contract Regulations 2006 as amended and by articles 45 to 50 of Directives 2004/18/EC and on the basis of information provided in response to the pre –qualification questionnaire (“PQQ”) copies of which will be made available through the portal .Completed PQQs must be returned to the Council via the portal before the deadline specified in Section IV 3.4 below      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         
         Information and formalities necessary for evaluating if requirements are met:
         The following minimum level should be satisfied by each interested service provider submitting a PQQ response:
- It should have an average annual turnover (based on the financial accounts information for the last three years supplied in response to the PQQ) which is equal to or exceeds 3 times the estimated minimum annual contract value for the Service ("Turnover Threshold”).
Interested service providers are directed to the information below regarding who is subject to these tests and how they are carried out, depending on whether the service provider is a single organisation or consortium.
For the avoidance of doubt where an interested service provider is constituted by way of:
- A single organisation:- the single organisation must pass the Turnover Threshold.
- A consortium (i.e. 2 or more persons, at least one of whom is an economic operator, acting jointly for the purpose of being awarded a public contract):- each member of the consortium must pass the Turnover Threshold. For this purpose the same test as for a single organisation will be applied except the test would be applied to the predicted annual contract value multiplied by the relevant consortium share provided in response to paragraph 4.48 of Section 1 of the PQQ
Please see the PQQ for further information         
         Minimum Level(s) of standards possibly required:
         Full details are provided as stated in the PQQ which can be obtained using the guidance in section VI 3
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         (b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: - where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, - where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator;
         (c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
         (d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking's study and research facilities;
         (g) for public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
         
         Information and formalities necessary for evaluating if requirements are met:
         Full details are provided as stated in the PQQ which can be obtained using the guidance in section VI 3      
      III.2.4)Information about reserved contracts: Not Provided   
   III.3)Conditions Specific To Service Contracts
      III.3.1)Information about a particular profession:
         Execution of the service is reserved to a particular profession: Not Provided      
      III.3.2)Staff responsible for the execution of the service:
         Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: Not Provided
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Restricted
      
      IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
               
         Envisaged number of operators: 5
         
         Objective Criteria for choosing the limited number of candidates:
         5 operators will be sought for each lot as described in the PQQ.   
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         The most economically advantageous tender in terms of
            The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

      IV.2.2)Information about electronic auction:
         An electronic auction will be used: Not Provided
   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: Not Provided      
      IV.3.2)Previous publication(s) concerning the same contract: Not Provided
      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:


         Not Provided      
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 16/09/2013
         Time: 12:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: Not Provided      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         


Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: No
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: Not Provided      
   VI.3)Additional Information: The PQQ and Descriptive Document for this opportunity are available on https://www.delta-esourcing.com/delta. You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage.

Applicants must log in, go to your Response Manager and add the following Access Code: 2E4G826E96. Please ensure you follow any instruction provided to you here

Applicants should be aware that there is no guarantee that all or any of the Councils named in this Contract Notice will enter into an SLA for all or any of the Lots identified.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=68316538
GO-2013816-PRO-5043483 TKR-2013816-PRO-5043482
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      High Court
      The Strand, London, WC2A 2LL

      VI.4.2)Lodging of appeals: Not Provided   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Not Provided

   VI.5) Date Of Dispatch Of This Notice: 16/08/2013

ANNEX A

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
         1: Contracting Authority
      Chiltern District Council
      King George V rd, Amersham, HP6 5AW, United Kingdom

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
         2: Contracting Authority
      South Bucks District Council
      Capswood, Oxford Rd, Denham, UB9 4LH, United Kingdom

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
         3: Contracting Authority
      Aylesbury Vale District Council
      The Gateway, Gatehouse rd, Aylesbury, HP19 8FF, United Kingdom

View any Notice Addenda

View Award Notice