Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Buckinghamshire Council
Walton Street Offices
Aylesbury
HP20 1UA
UK
Contact person: Mr Elliot Archer
Telephone: +44 1296382093
E-mail: Elliot.Archer@buckinghamshire.gov.uk
NUTS: UKJ13
Internet address(es)
Main address: https://www.buckinghamshire.gov.uk/
Address of the buyer profile: https://www.buckinghamshire.gov.uk/
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://procontract.due-north.com/Advert?advertId=1557fe5c-16a1-ef11-8132-005056b64545
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.supplybucksbusiness.org.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
Provision of Dog Warden and Pest Control Services
Reference number: DN748169
II.1.2) Main CPV code
90922000
II.1.3) Type of contract
Services
II.1.4) Short description
The Authority requires a dog warden service as well as a pest control service for Buckinghamshire residents.
Dog Warden Service
The Council is under a statutory duty to seize and receive stray dogs found to be roaming within the Council's area. A Contractor is required to collect dogs that have been contained by members of the public, taken to a police station or veterinary surgery, or any other place and to take them to an establishment for the reception of stray dogs designated by the Council.
Pest Control Service
A contractor is required for the treatment of pests to premises in accordance with pest control, health and safety, and any other relevant legislation. Additional work to fumigate filthy or verminous premises and undertake the removal of filthy or verminous articles from such premises to a suitable point of disposal is also required.
For further details, please review the invitation to tender documents
II.1.5) Estimated total value
Value excluding VAT:
943 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Dog Warden Services
II.2.2) Additional CPV code(s)
98380000
II.2.3) Place of performance
NUTS code:
UKJ13
II.2.4) Description of the procurement
The Council is under a statutory duty to seize and receive stray dogs found to be roaming within the Council's area. A Contractor is required to collect dogs that have been contained by members of the public, taken to a police station or veterinary surgery, or any other place and to take them to an establishment for the reception of stray dogs designated by the Council.
For further details, please review the invitation to tender documents
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 60
Price
/ Weighting:
40
II.2.6) Estimated value
Value excluding VAT:
657 500.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
Optional extension period of 12 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:
Yes
Description of options:
Optional extension period of 12 months
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
The contract value of £657,500 includes the initial contract period and the 12 month extension period
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:
UKJ13
II.2.4) Description of the procurement
A contractor is required for the treatment of pests to premises in accordance with pest control, health and safety, and any other relevant legislation. Additional work to fumigate filthy or verminous premises and undertake the removal of filthy or verminous articles from such premises to a suitable point of disposal is also required.
For further details, please review the invitation to tender documents
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 60
Price
/ Weighting:
40
II.2.6) Estimated value
Value excluding VAT:
285 500.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
Optional extension period of 12 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:
Yes
Description of options:
Optional extension period of 12 months
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
The contract value of £285,500 includes the initial contract period and the 12 month extension period
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.2.2) Time limit for receipt of tenders or requests to participate
Date:
16/01/2025
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: 4 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
16/01/2025
Local time: 12:05
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
The High Court
The Royal Courts of Justice
London
WC2A 2LL
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The Council will incorporate a standstill period at the point when information on the award of the contract is communicated to tenderers. The standstill period will be for a minimum of 10 calendar days and provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. The Public Contracts Regulations 2015 provide for the aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland)
VI.5) Date of dispatch of this notice
06/12/2024