Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Industrial Cleaning, Pest Control and Other Environmental Services

  • First published: 03 August 2023
  • Last modified: 03 August 2023

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-03ce2d
Published by:
South Lanarkshire Council
Authority ID:
AA20218
Publication date:
03 August 2023
Deadline date:
01 September 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Lot 2: Pest Control

- Rats and Mice Treatment and Eradication

- Treatment of Rodents in Sewers

- Wasps/Bees Nests Treatment and Eradication

- Treatment and Eradication of Grey Squirrels

- Provision of Pest Control Services at Council Properties

- Treatment and Eradication of Insects

- Proofing of Buildings/Structures Against the Ingress of Birds and the Installation of Approved Bird Deterrent Measures

The Contract will be awarded via open procedure on a single supplier basis per Lot where acceptable bids are received on the basis of the most economically advantageous tender (MEAT). Bidders will have the opportunity to bid for one or both Lots.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

South Lanarkshire Council

Council HQ

Hamilton

ML3 0AA

UK

Contact person: Peter Cannon

E-mail: Peter.cannon@southlanarkshire.gov.uk

NUTS: UKM95

Internet address(es)

Main address: http://www.southlanarkshire.gov.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00410

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

www.publictendersscotland.publiccontractsscotland.gov.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

www.publictendersscotland.publiccontractsscotland.gov.uk


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

Industrial Cleaning, Pest Control and Other Environmental Services

Reference number: SLC/PS/COMENT/22/154

II.1.2) Main CPV code

90922000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Council has an ongoing requirement for Industrial Cleaning, Pest Control and Other Environmental Services for use by South Lanarkshire Council Environmental Services. The Contract will cover a range of services as follows:

- Rats and Mice Treatment and Eradication

- Treatment of Rodents in Sewers

- Wasps/Bees Nests Treatment and Eradication

- Treatment and Eradication of Grey Squirrels

- Provision of Pest Control Services at Council Properties

- Treatment and Eradication of Insects

- Removal of Body Fluids and Tissue

- Cleaning and Disinfection of “Dirty Houses”

- Proofing of Buildings/Structures Against the Ingress of Birds and the Installation of Approved Bird Deterrent Measures

- Cleaning and Disinfection of Water Supply Systems

The Contract will be split into Lots as follows:

Lot 1: Industrial Cleaning and other Environmental Services

- Removal of Body Fluids and Tissue

- Cleaning and Disinfection of “Dirty Houses”

- Cleaning and Disinfection of Water Supply Systems

- Removal of garden waste

Lot 2: Pest Control

- Rats and Mice Treatment and Eradication

- Treatment of Rodents in Sewers

- Wasps/Bees Nests Treatment and Eradication

- Treatment and Eradication of Grey Squirrels

- Provision of Pest Control Services at Council Properties

- Treatment and Eradication of Insects

- Proofing of Buildings/Structures Against the Ingress of Birds and the Installation of Approved Bird Deterrent Measures

The Contract will be awarded via open procedure on a single supplier basis per Lot where acceptable bids are received on the basis of the most economically advantageous tender (MEAT). Bidders will have the opportunity to bid for one or both Lots. The weightings associated with the award of the contract are as follows;

30% Technical

70% Commercial

The contract will be for a period of 2 years with the option to extend for a further period of up to 24 months with the anticipated contract start date being 01 October 2023.

II.1.5) Estimated total value

Value excluding VAT: 4 000 000.00  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: 2

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

The Contract will be awarded on a single supplier basis per Lot where acceptable bids are received on the basis of the most economically advantageous tender (MEAT). Bidders will have the opportunity to bid for one or both Lots.

II.2) Description

Lot No: 1

II.2.1) Title

Industrial Cleaning and other Environmental Services

II.2.2) Additional CPV code(s)

90910000

90911100

90913100

II.2.3) Place of performance

NUTS code:

UKM95

II.2.4) Description of the procurement

Lot 1: Industrial Cleaning and other Environmental Services

- Removal of Body Fluids and Tissue

- Cleaning and Disinfection of “Dirty Houses”

- Removal of garden waste

The Contract will be awarded via open procedure on a single supplier basis per Lot where acceptable bids are received on the basis of the most economically advantageous tender (MEAT). Bidders will have the opportunity to bid for one or both Lots.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 30

Price / Weighting:  70

II.2.6) Estimated value

Value excluding VAT: 3 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

Ooption to extend for a further period of up to 24 months

II.2.9) Information about the limits on the number of candidates to be invited

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

Lot No: 2

II.2.1) Title

Pest Control Services

II.2.2) Additional CPV code(s)

90922000

II.2.3) Place of performance

NUTS code:

UKM95

II.2.4) Description of the procurement

Lot 2: Pest Control

- Rats and Mice Treatment and Eradication

- Treatment of Rodents in Sewers

- Wasps/Bees Nests Treatment and Eradication

- Treatment and Eradication of Grey Squirrels

- Provision of Pest Control Services at Council Properties

- Treatment and Eradication of Insects

- Proofing of Buildings/Structures Against the Ingress of Birds and the Installation of Approved Bird Deterrent Measures

The Contract will be awarded via open procedure on a single supplier basis per Lot where acceptable bids are received on the basis of the most economically advantageous tender (MEAT). Bidders will have the opportunity to bid for one or both Lots.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 30

Price / Weighting:  70

II.2.6) Estimated value

Value excluding VAT: 1 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

Option to extend for a further period of up to 24 months

II.2.9) Information about the limits on the number of candidates to be invited

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:

There are a number of questions/statements that have been included in the Contract Notice and within the Qualification Envelope which detail the minimum requirements that Bidders must be able to evidence for participation in this tender and ultimately will be required to evidence prior to any award being made. There are in addition further statements made that simply provide relevant information relating to the tender itself.

These questions and statements form an integral part of the Single Procurement Document (the SPD) which the Council has decided to implement for all tenders in excess of 50000GBP in value.

SPD Question 2A.18 Lots

This tender is split into the following Lots:

Lot 1 – Industrial Cleaning and other Environmental Services

Lot 2 – Pest Control

Bidders may submit a tender for one, several or all lots. The maximum number of lots that may be awarded to one bidder is 2.

SPD Question 2.C.1 Reliance on the capacities of other entities

Bidders are required to complete a full SPD for each of the entities whose capacity they rely upon

SPD Question 2.D.1 Subcontractors on whose capacity the bidder does not rely

Bidders are required to complete a shortened version of the SPD for each Subcontractor on whose capacity the bidder does not rely on.

Exclusion Criteria

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

SPD Questions 3A – 3C have been identified as mandatory exclusion grounds and SPD Questions 3D have been identified as discretionary exclusion grounds. All the exclusion grounds will be assessed on a PASS/FAIL basis. For the mandatory exclusion grounds a bid will be excluded where the bidder fails to provide either a positive response or to provide details to the satisfaction of the Council of the self cleansing measures undertaken. .For the discretionary exclusion grounds a bid may be excluded where the bidder fails to provide either a positive response or if the Council is not satisfied as to the self cleansing measures undertaken.

SPD Question 4A.1 Trade Registers

It is a requirement of this tender that if the bidder is UK based they must hold a valid registration with Companies House. Where the bidder is UK based but not registered at Companies House they must be able to verify to the Councils satisfaction that they are trading from the address provided in the tender and under the company name given.

If the bidder is based out-with the UK they must be enrolled in the relevant professional or trade register appropriate to their country as described in Schedule 5 of the Public Contracts (Scotland) Regulations 2015.

SPD Question 4A.2 Authorisation/Membership

Where it is required, within a bidder’s country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service.

Bidders must confirm if they hold the particular authorisation or memberships.

III.1.2) Economic and financial standing

Minimum level(s) of standards required:

SPD Question 4B.4 Economic and Financial Standing

The Council will use the following ratios to evaluate a bidders financial status:

Profitability – this is taken as profit after tax but before dividends and minority interests. If a company makes a profit then it is a pass for this ratio;

Liquidity – this is calculated as current assets less stock and work in progress, divided by current liabilities. If the answer is greater than or equal to one then it is a pass for this ratio

Gearing – this is calculated as the total external secured borrowing (short term and long term) divided by shareholder funds expressed as a percentage. If the answer is less than or equal to 100% it is considered a pass for this ratio.

Bidders must provide the name and value of each of the 3 ratios within their response to SPD question 4B.4.

The Council requires bidders to pass 2 out of the 3 financial ratios above.

Where 2 out of the 3 ratios cannot be met, the Council may take the undernoted into consideration when assessing financial viability and the risk to the Council, providing that the Bidder can supply evidence to substantiate any of the mitigating criteria when requested to do so. The following list is not exhaustive and other criteria may be considered where proposed by a bidder as mitigating factors:

Would the bidder have passed the checks if prior year accounts had been used?

Were any of the poor appraisal outcomes "marginal"?

Does the bidder operate in a market which, traditionally, requires lower liquidity or higher debt finance?

Does the bidder have sufficient reserves to sustain losses for a number of years?

Does the bidder have a healthy cashflow?

Is the bidder profitable enough to finance the interest on its debt?

Is most of the bidder's debt owed to group companies?

Is the bidder's debt due to be repaid over a number of years, and affordable?

Have the bidder's results been adversely affected by "one off costs" and / or "one off accounting treatments"?

Do the bidder's auditors (where applicable) consider it to be a "going concern"?

Will the bidder provide a Parent Company Guarantee?

Is the bidder the single supplier/source of the Goods/Works/Services in the marketplace?

The Council will request submission of and assess the bidders financial accounts, and may use financial verification systems to validate the information provided.

SPD Question 4B.5 Insurance

The bidder must confirm that they have or will commit to obtain prior to the commencement of the contract, the following levels of Insurance Cover:

Employer’s Liability Insurance covering the death of or bodily injuries to employees of the bidder arising out of and in the course of their employment in connection with this contract to the level of 10000000 GBP in respect of each claim, without limit to the number of claims.

Public Liability Insurance covering the death of or bodily injury to a person (not an employee of the bidder) or loss of or damage to property resulting from an action or failure to take action by the bidder to the level of 5000000 GBP in respect of each claim, without limit to the number of claims.

III.1.3) Technical and professional ability

Minimum level(s) of standards required:

SPD Question 4C.1.2 Technical and Professional Ability

With reference to the nature and details of the supplies/services that are the subject matter of this tender, relevant examples are to be provided of the supplies/services undertaken. It is a requirement of this tender that the Bidder can demonstrate in their response to question 4C1.2 that they have carried out services of a similar type and value to those mentioned in the service requirements for the lot(s) they have bid for, in the last 3 years

SPD Question 4C.6 Technical and Professional Ability (Qualifications)

The bidder as a company will hold the following educational or professional qualifications:

- Membership with the British Pest Control Association (BPCA) or equivalent (Lot 2 only)

- Goods Vehicle Operators Licence.

- Waste Carrier Licence

Bidders should confirm below whether or not they can evidence this requirement by stating Yes or No in the text response field provided.

SPD Question 4C.9 Technical and Professional Ability (Equipment)

Please provide details of the relevant tools, plant or technical equipment available to you in relation to this procurement exercise. As a minimum the bidder will have access to all required tools and equipment available to carry out all services for the lot(s) they have bid for as detailed in the service requirements at the commencement of the contract.

SPD Question 4C.10 Technical and Professional Ability (Sub-Contracting

Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.

SPD Question 4D.1 Quality Assurance Schemes

It is a mandatory requirement of this tender that bidders meet the following environmental standard(s)/accreditation(s);

ISO 9001 Quality Management System (or equivalent)

Bidders should refer to Attachment 10 which provides details of Quality Assurance Requirements

A Health and Safety Questionnaire is available in the attachment area. The Bidder recommended for award will be required to provide a completed copy of this document when requested.

SPD Question 4D.2 Environmental Management Standards

It is a requirement of this tender that Bidders recommended for award meet the following Quality Assurance Scheme Membership;

ISO14001 Environmental Management Systems (or equivalent)

Bidders should refer to Attachment 9 which provides details of Environmental Management Standard Requirements.

III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about 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:

2023/S 000-014469

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 01/09/2023

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

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: 01/09/2023

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

Declarations and Certificates

In an open tendering procedure prior to any award being made the successful bidder will provide the undernoted certificates, declarations and/or completed questionnaires to evidence their compliance with the relevant questions within the Qualification Envelope.

All certificates, declarations and questionnaires can be found within the Attachment area of PCS-T.

ESPD Question 2D.1 Prompt Payment Certificate

ESPD Question 3D.3 Human Rights Act Declaration

Declaration Section Form of Tender

ESPD Question 3D.11 Non-Collusion Certificate

ESPD Question 4D.1 Health and Safety Questionnaire

ESPD Question 4B.5.1 Insurance Certificates

ESPD Questions 3A.1 to 3A.8 Serious and Organised Crime Declaration

ESPD Question 3A.6 Modern Slavery Act 2015 Declaration

*The ‘Form of Offer to Tender’ must be completed and uploaded within the relevant question in the Commercial Envelope.

In the case of an open tender, the other Declarations listed above will not be required to be uploaded and submitted with the bid, but will instead be requested by the Council following the conclusion of the evaluation of the Qualification, Technical and Commercial Envelopes and prior to the award of the tender.

Failure to provide this information or in the event that the information provided does not support or evidence the statements made within the SPD will invalidate the bid. In this scenario the Council will seek to obtain the relevant information and evidence from the second highest scoring bidder and so on until a fully compliant bidder is identified.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 24577. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

As detailed in the tender documents

(SC Ref:740459)

VI.4) Procedures for review

VI.4.1) Review body

Hamilton Sheriff Court

Sheriff Court House, 4 Beckford Street,

Hamilton

ML3 0BT

UK

Telephone: +44 1698282957

E-mail: hamiltoncivl@scotcourts.gov.uk

Internet address(es)

URL: www.scotscourts.gov.uk

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

Court of Session

Parliament House

Parliament Square

Edinburgh

EH1 1RQ

+44 1312252595

supreme.courts@scotcourts.gov.uk

VI.5) Date of dispatch of this notice

02/08/2023

Coding

Commodity categories

ID Title Parent category
90911100 Accommodation cleaning services Accommodation, building and window cleaning services
90910000 Cleaning services Cleaning and sanitation services
90922000 Pest-control services Facility related sanitation services
90913100 Tank-cleaning services Tank and reservoir cleaning services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
Peter.cannon@southlanarkshire.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.