Contract notice
Section I: Contracting
authority
I.1) Name and addresses
NHS Lanarkshire
NHS Lanarkshire Headquarters, Kirklands, Fallside Road
Bothwell
G71 8BB
UK
Contact person: John Haughey
Telephone: +44 1698752649
E-mail: tenders@lanarkshire.scot.nhs.uk
NUTS: UKM8
Internet address(es)
Main address: http://www.nhslanarkshire.org.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00297
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
www.Publiccontractsscotland.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.Publiccontractsscotland.gov.uk
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Pest Control Services
Reference number: NHSL233-24
II.1.2) Main CPV code
90922000
II.1.3) Type of contract
Services
II.1.4) Short description
NHS Lanarkshire (NHSL) require a high quality, reliable, efficient and cost effective Pest Control Service throughout the Board, at the core of which will be a commitment to sustaining and protecting the environment.
II.1.5) Estimated total value
Value excluding VAT:
500 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
90922000
II.2.3) Place of performance
NUTS code:
UKM8
Main site or place of performance:
NHS Lanarkshire covers both North and South Lanarkshire areas
II.2.4) Description of the procurement
NHS Lanarkshire (NHSL) require a high quality, reliable, efficient and cost effective Pest Control Service throughout the Board, at the core of which will be a commitment to sustaining and protecting the environment. The Board requires the company to work with the Board throughout the contract term to ensure compliance to all the relevant statutory and Industry guidelines within the scottish legal framework.
This contract requires a contractor to provide pro-active, re-active and ad-hoc services, as well as the supply of fly-killer units and maintenance. Any quantities or values stated anywhere within the Tender documentation is provided for indication only and is not binding to NHS Lanarkshire. Sites may be added or deleted as appropriate throughout the life of the contract
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical/Quality
/ Weighting: 40%
Price
/ Weighting:
60%
II.2.6) Estimated value
Value excluding VAT:
500 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
2 x 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:
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:
The Board requires the company to work with the Board throughout the contract term to ensure compliance to include the following but not limited to:-
British Pest Control Association (BPCA).
Nature Conservation (Scotland) Act 2004
Wildlife and Natural Environment (Scotland) Act 2011
Wildlife and Countryside Act 1981 Schedules 1, 1A, A1, 2, 3 and 4 – birds
Wildlife and Countryside Act 1981 Schedules 5 and 6 – animals
The Control of Pesticides Regulations (1986) (as amended 1998).
BS EN 16636:2015 Pest Management Services, Requirements and Competencies. British Standards Institute (2015).
Control of Substances Hazardous to Health Regulations (2002) (as amended).
The Health and Safety at Work etc Act 1974
Control of Substances Hazardous to Health Regulations (2002) (as amended).
Health and Safety Executive. (2002)
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Participation is reserved to a particular profession: Yes
Reference to the relevant law, regulation or administrative provision:
Tenderer must be a member/comply with a recognised professional body such as British Pest Control Association (BPCA) and follow the BPCA Codes of Best Practice or equivalent
Evidence Required: Membership confirmation
III.2.2) Contract performance conditions
This contract requires a contractor to provide pro-active, re-active and ad-hoc services, as well as the maintenance and possible supply of fly-killer units to current and future locations within NHS Lanarkshire.
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
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:
10/02/2025
Local time: 17:00
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: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
11/02/2025
Local time: 09:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=780789.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(SC Ref:780789)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=780789
VI.4) Procedures for review
VI.4.1) Review body
Hamilton Sheriff Court
Sheriff Court House, 4 Beckford St
Hamilton,
ML3 0BT
UK
Telephone: +44 1698282957
E-mail: hamilton@scotcourts.gov.uk
Internet address(es)
URL: https://www.scotcourts.gov.uk/courts-and-tribunals/courts-tribunals-and-office-locations/find-us/hamilton-sheriff-court/
VI.5) Date of dispatch of this notice
07/01/2025