Wycombe District Council is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Framework agreement for Pest and Dog control |
Notice type: | Contract Notice |
Authority: | Wycombe District Council |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | This framework is divided into 2 lots: Lot 1 - Dog Control Services and Lot 2 - Pest Control Services. The value below covers both Lots. |
Published: | 11/09/2019 11:47 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Wycombe District Council
Queen Victoria Rd, High Wycombe, HP11 1BB, United Kingdom
Tel. +44 1494421315, Email: steve.middleton@wycombe.gov.uk
Contact: Steven Middleton
Main Address: https://www.wycombe.gov.uk, Address of the buyer profile: https://www.wycombe.gov.uk
NUTS Code: UKJ1
I.2) Joint procurement
The contract involves joint procurement: Yes.
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: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-High-Wycombe:-Pest-control-services./K5CSQPQ588
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/respond/K5CSQPQ588 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
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Framework agreement for Pest and Dog control
Reference Number: Not provided
II.1.2) Main CPV Code:
90922000 - Pest-control services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: This framework is divided into 2 lots: Lot 1 - Dog Control Services and Lot 2 - Pest Control Services. The value below covers both Lots.
II.1.5) Estimated total value:
Value excluding VAT: 1,590,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Lot 1 Dog Control and Lot 2 Pest control
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Dog Control Services
Lot No: 1
II.2.2) Additional CPV codes:
98380000 - Dog kennel services.
II.2.3) Place of performance:
UKJ1 Berkshire, Buckinghamshire and Oxfordshire
II.2.4) Description of procurement: Lot 1 - Dog 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, the Microchipping of dogs (England) Regulations 2015 and any other legal requirements as applicable.
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: 880,000
Currency: GBP
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: 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.2) Description Lot No. 2
II.2.1) Title: Pest Control Services
Lot No: 2
II.2.2) Additional CPV codes:
90922000 - Pest-control services.
II.2.3) Place of performance:
UKJ1 Berkshire, Buckinghamshire and Oxfordshire
II.2.4) Description of procurement: Lot 2 Pest Control Services.
Pest Control Services comprises the provision of a service to the public for the treatment of; bedbugs, cockroaches, fleas, glis glis, rats, mice, and wasps. The same treatments to be provided at council premises and as directed.
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: 710,000
Currency: GBP
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: 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.
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: No
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 a single operator
Envisaged maximum number of participants to the framework agreement:
Not Provided
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: Yes
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: 25/10/2019 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:
Duration in month(s): 6
IV.2.7) Conditions for opening of tenders:
Date: 25/10/2019
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 No
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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-High-Wycombe:-Pest-control-services./K5CSQPQ588
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/K5CSQPQ588
VI.4) Procedures for review
VI.4.1) Review body:
Wycombe District Council
Queen Victoria Rd, High Wycombe, HP111BB, United Kingdom
Tel. +44 1494421315, Email: steve.middleton@wycombe.govuk
VI.4.2) Body responsible for mediation procedures:
Wycombe District Council
Queen Victoria Rd, High Wycombe, HP11 1BB, United Kingdom
Tel. +44 1494421315
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: 11/09/2019
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
Tel. +44 1494732057, Email: Ian.Snudden@chilternandsouthbucks.gov.uk
Contact: Ian Snudden
Main Address: https://www.chiltern.gov.uk
NUTS Code: UKJ1
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
Aylesbury Vale District Council
The Gateway, Gateway Rd, Aylesbury, HP19 8FF, United Kingdom
Tel. +44 1296585498, Email: jbromilow@aylesburyvaledc.gov.uk
Contact: Bromilow, Jacqui
Main Address: https://www.aylesburyvaledc.gov.uk
NUTS Code: UKJ1
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
South Bucks District Council
Capswood, Oxford Rd, Denham, UB9 4LH, United Kingdom
Tel. +44 1494732057, Email: Ian.Snudden@chilternandsouthbucks.gov.uk
Contact: Ian Snudden
Main Address: https://www.southbucks.gov.uk
NUTS Code: UKJ1
View any Notice Addenda
UK-High Wycombe: Pest-control services.
Section I: Contracting authority/entity (as stated in the original notice)
I.1) Name and addresses
Wycombe District Council
Queen Victoria Rd, High Wycombe, HP11 1BB, United Kingdom
Tel. +44 1494421315, Email: steve.middleton@wycombe.gov.uk
Contact: Steven Middleton
Main Address: https://www.wycombe.gov.uk, Address of the buyer profile: https://www.wycombe.gov.uk
NUTS Code: UKJ1
Section II: Object (as stated in the original notice)
II.1) Scope of the procurement
II.1.1) Title: Framework agreement for Pest and Dog control Reference number: Not Provided
II.1.2) Main CPV code:
90922000 - Pest-control services.
II.1.3) Type of contract: SERVICES
II.1.4) Short Description: This framework is divided into 2 lots: Lot 1 - Dog Control Services and Lot 2 - Pest Control Services.
Section VI: Complementary information
V1.5) Date of dispatch of this notice: 22/10/2019
VI.6) Original notice reference:
Notice Reference: 2019 - 232461
Notice number in OJ S: Not Provided
Date of dispatch of the original notice: 17/09/2019
Section VII: Changes
VII.1) Information to be changed or added
VII.1.1) Reason for change: Modification of original information submitted by the contracting authority
VII.1.2) Text to be corrected in original notice No: 1
Section Number: IV.2.2
Place of text to be modified: Time Limit for receipt of tenders extended.
Instead of:
Date: 25/10/2019
Local Time: 12:00
Read:
Date: 08/11/2019
Local Time: 12:00
VII.2) Other 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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-High-Wycombe:-Pest-control-services./K5CSQPQ588
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/K5CSQPQ588
Additional Addresses And Contact Points
IV) Address of the other contracting entity on behalf of which the contracting entity is purchasing
1. Contracting Authority/Entity:
Chiltern District Council
King George V Rd, Amersham, HP6 5AW, United Kingdom
Tel. +44 1494732057, Email: Ian.Snudden@chilternandsouthbucks.gov.uk
Contact: Ian Snudden
Main Address: https://www.chiltern.gov.uk
NUTS Code: UKJ1
IV) Address of the other contracting entity on behalf of which the contracting entity is purchasing
2. Contracting Authority/Entity:
Aylesbury Vale District Council
The Gateway, Gateway Rd, Aylesbury, HP19 8FF, United Kingdom
Tel. +44 1296585498, Email: jbromilow@aylesburyvaledc.gov.uk
Contact: Bromilow, Jacqui
Main Address: https://www.aylesburyvaledc.gov.uk
NUTS Code: UKJ1
IV) Address of the other contracting entity on behalf of which the contracting entity is purchasing
3. Contracting Authority/Entity:
South Bucks District Council
Capswood, Oxford Rd, Denham, UB9 4LH, United Kingdom
Tel. +44 1494732057, Email: Ian.Snudden@chilternandsouthbucks.gov.uk
Contact: Ian Snudden
Main Address: https://www.southbucks.gov.uk
NUTS Code: UKJ1
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Wycombe District Council
Queen Victoria Rd, High Wycombe, HP11 1BB, United Kingdom
Tel. +44 1494421315, Email: steve.middleton@wycombe.gov.uk
Contact: Steven Middleton
Main Address: https://www.wycombe.gov.uk, Address of the buyer profile: https://www.wycombe.gov.uk
NUTS Code: UKJ1
I.2) Joint procurement:
The contract involves joint procurement: Yes
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: No
I.4)Type of the contracting authority:
Regional or local authority
I.5) Main activity:
General public services
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Framework agreement for Pest and Dog control
Reference number: Not Provided
II.1.2) Main CPV code:
90922000 - Pest-control services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: This framework is divided into 2 lots: Lot 1 - Dog Control Services and Lot 2 - Pest Control Services. The value below covers both Lots.
II.1.6) Information about lots
This contract is divided into lots: Yes
II.1.7) Total value of the procurement (excluding VAT)
Value: 1,350,480
Currency:GBP
II.2) Description (lot no. 1)
II.2.1) Title:Dog Control Services
Lot No:1
II.2.2) Additional CPV code(s):
98380000 - Dog kennel services.
II.2.3) Place of performance
Nuts code:
UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
Main site or place of performance:
Berkshire, Buckinghamshire and Oxfordshire
II.2.4) Description of the procurement: Lot 1 - Dog 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, the Microchipping of dogs (England) Regulations 2015 and any other legal requirements as applicable.
From 1 April 2020, a new Buckinghamshire Council replaced the existing county and district councils, all of which ceased to exist.
In accordance with legislation, namely Regulation 7 of the Local Government (Structural Changes) (Transfer of Functions, Property, Rights and Liabilities) Regulations 2008 & The Buckinghamshire (Structural Changes) Order 2019, all current contracts entered into by the district councils will transfer to the new council on 1 April 2020.
II.2.5) Award criteria:
Not Provided
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
II.2.14) Additional information: 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.2) Description (lot no. 2)
II.2.1) Title:Pest Control Services
Lot No:2
II.2.2) Additional CPV code(s):
90922000 - Pest-control services.
II.2.3) Place of performance
Nuts code:
UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
Main site or place of performance:
Berkshire, Buckinghamshire and Oxfordshire
II.2.4) Description of the procurement: Lot 2 Pest Control Services.
Pest Control Services comprises the provision of a service to the public for the treatment of; bedbugs, cockroaches, fleas, glis glis, rats, mice, and wasps. The same treatments to be provided at council premises and as directed.
From 1 April 2020, a new Buckinghamshire Council replaced the existing county and district councils, all of which ceased to exist.
In accordance with legislation, namely Regulation 7 of the Local Government (Structural Changes) (Transfer of Functions, Property, Rights and Liabilities) Regulations 2008 & The Buckinghamshire (Structural Changes) Order 2019, all current contracts entered into by the district councils will transfer to the new council on 1 April 2020.
II.2.5) Award criteria:
Not Provided
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
II.2.14) Additional information: 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.
Section IV: Procedure
IV.1) Description
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: Yes
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2019/S 177-431138
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: 1
Title: Dog Control Services
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 03/03/2020
V.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 1 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 1
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
SDK Environmental Ltd, 03988788
Unit 9, The Business Village, Wexham Rd, Slough, SL2 5HF, United Kingdom
NUTS Code: UKJ1
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 536,920
Total value of the contract/lot: 536,920
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.2)
Contract No: Not Provided
Lot Number: 2
Title: Pest Control Services
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 03/03/2020
V.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 5
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
SDK Environmental Ltd, 03988788
Unit 9, The Business Village, Wexham Rd, Slough, SL2 5HF, United Kingdom
NUTS Code: UKJ1
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 813,560
Total value of the contract/lot: 813,560
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=476188012
VI.4) Procedures for review
VI.4.1) Review body
Wycombe District Council
Queen Victoria Rd, High Wycombe, HP111BB, United Kingdom
Tel. +44 1494421315, Email: steve.middleton@wycombe.govuk
VI.4.2) Body responsible for mediation procedures
Wycombe District Council
Queen Victoria Rd, High Wycombe, HP11 1BB, United Kingdom
Tel. +44 1494421315
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 05/05/2020
ANNEX A
I) Address of the other contracting authority on behalf of which the contracting authority is purchasing
1: Contracting Authority
Chiltern District Council
King George V Rd, Amersham, HP6 5AW, United Kingdom
Tel. +44 1494732057, Email: Ian.Snudden@chilternandsouthbucks.gov.uk
Contact: Ian Snudden
Main Address: https://www.chiltern.gov.uk
NUTS Code: UKJ1
2: Contracting Authority
Aylesbury Vale District Council
The Gateway, Gateway Rd, Aylesbury, HP19 8FF, United Kingdom
Tel. +44 1296585498, Email: jbromilow@aylesburyvaledc.gov.uk
Contact: Bromilow, Jacqui
Main Address: https://www.aylesburyvaledc.gov.uk
NUTS Code: UKJ1
3: Contracting Authority
South Bucks District Council
Capswood, Oxford Rd, Denham, UB9 4LH, United Kingdom
Tel. +44 1494732057, Email: Ian.Snudden@chilternandsouthbucks.gov.uk
Contact: Ian Snudden
Main Address: https://www.southbucks.gov.uk
NUTS Code: UKJ1