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.

UK4

Procurement of Pest Control Services — Cadarn Housing Group (PRO 023)

  • First published: 19 March 2026
  • Last modified: 19 March 2026
  • Version: 1
  • Record interest

     

  • This file may not be fully accessible.

  •  

Contents

Summary

OCID:
ocds-h6vhtk-066f19
Published by:
Cadarn Housing Group
Authority ID:
AA58745
Publication date:
19 March 2026
Deadline date:
17 April 2026
Notice type:
UK4
Has documents:
Yes
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Cadarn Housing Group, on behalf of Cadwyn Housing Association Limited and Newydd Housing Association (1974) Limited, invites tenders for the provision of reactive pest control services across its residential housing portfolio in South and Mid Wales.The successful contractor will be required to deliver reactive pest control attendances across approximately 5,000 properties, including general needs housing, supported and sheltered accommodation, communal areas and external grounds. Services will cover rodent control, insect and seasonal pest treatments, and wasp nest removal, with attendance required across three response categories: Priority 1 (24-hour), Priority 2 (48-hour) and Standard (5 working days).The contract will also include minor enabling works where identified during pest control attendances, and optional consultancy and advisory services priced on a rate-only basis.The contract will be awarded on the basis of the Most Advantageous Tender (MAT), assessed against quality (40%) and price (60%) criteria. A minimum quality threshold of 60% applies.The contract is for an initial term of two years with an option to extend for a further one year at the Client's discretion. The estimated total contract value is approximately £143,000 over the full three-year term.Tenders must be submitted via the Sell2Wales Postbox by the deadline stated in the tender documentation. The full tender pack, including the Specification, Pricing Schedule, Assessment Methodology and Draft Contract, is available to download from this notice.

Full notice text

Scope

Procurement reference

PRO 023

Procurement description

Cadarn Housing Group, on behalf of Cadwyn Housing Association Limited and Newydd Housing Association (1974) Limited, invites tenders for the provision of reactive pest control services across its residential housing portfolio in South and Mid Wales.

The successful contractor will be required to deliver reactive pest control attendances across approximately 5,000 properties, including general needs housing, supported and sheltered accommodation, communal areas and external grounds. Services will cover rodent control, insect and seasonal pest treatments, and wasp nest removal, with attendance required across three response categories: Priority 1 (24-hour), Priority 2 (48-hour) and Standard (5 working days).

The contract will also include minor enabling works where identified during pest control attendances, and optional consultancy and advisory services priced on a rate-only basis.

The contract will be awarded on the basis of the Most Advantageous Tender (MAT), assessed against quality (40%) and price (60%) criteria. A minimum quality threshold of 60% applies.

The contract is for an initial term of two years with an option to extend for a further one year at the Client's discretion. The estimated total contract value is approximately £143,000 over the full three-year term.

Tenders must be submitted via the Sell2Wales Postbox by the deadline stated in the tender documentation. The full tender pack, including the Specification, Pricing Schedule, Assessment Methodology and Draft Contract, is available to download from this notice.

Main category

Services

Delivery regions

  • UKL22 - Cardiff and Vale of Glamorgan
  • UKL24 - Powys
  • UKL17 - Bridgend and Neath Port Talbot
  • UKL15 - Central Valleys
  • UKL21 - Monmouthshire and Newport
  • UKL16 - Gwent Valleys

Total value (estimated, excluding VAT)

143000.00 GBP to 143000.00GBP

Contract dates (estimated)

01 June 2026, 00:00AM to 31 May 2028, 23:59PM

Extension end date (if all the extensions are used): 31 May 2029

Contracting authority

Cadarn Housing Group (AA58745)

Identification register:

  • GB-MPR

Address 1: 5 Village Way

Town/City: Cardiff

Postcode: CF15 7NE

Country: United Kingdom

Website: http://www.cadarn.co.uk

Mutuals Public Register: IP21180R

Contact name: Ryan George

Email: ryan.george@newydd.co.uk

Organisation type: Public undertaking

Devolved regulations that apply: Wales

Procedure

Procedure type

Below threshold - open competition

Is the total value above threshold?

Below threshold

Lots

Divided into 1 lots

Lot number: 1

CPV classifications

  • 90922000 - Pest-control services
  • 90921000 - Disinfecting and exterminating services
  • 90923000 - Rat-disinfestation services
  • 90924000 - Fumigation services
  • 79993000 - Building and facilities management services

Delivery regions

  • UKL22 - Cardiff and Vale of Glamorgan
  • UKL24 - Powys
  • UKL17 - Bridgend and Neath Port Talbot
  • UKL15 - Central Valleys
  • UKL21 - Monmouthshire and Newport
  • UKL16 - Gwent Valleys

Lot value (estimated)

143000.00 GBP Excluding VAT

171600.00 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Voluntary, community and social enterprises (VCSE)

Contract start date (estimated)

01 June 2026, 00:00AM

Contract end date (estimated)

31 May 2028, 23:59PM

Extension end date (estimated)

31 May 2029, 23:59PM

Can the contract be extended?

Yes

Description of extensions

The contract includes an option to extend for a further one (1) year beyond the initial two (2) year term, at the sole discretion of the Client and subject to satisfactory contractor performance and compliance with the terms of the contract. Any extension will be agreed in writing prior to the expiry of the initial term.

Does the lot include options?

Yes

Description of options

In addition to the reactive pest control service described within this Specification, Cadarn Group may from time to time require advisory or consultancy input relating to pest management across its housing portfolio.

Such advisory services may include (but are not limited to):

• Analysis of recurring infestation trends across estates or geographical areas.

• Attendance at internal stakeholder meetings to advise on preventative strategies.

• Review of estate layouts, waste management arrangements or building typologies where repeated infestations occur.

• Provision of professional recommendations to inform asset management decisions.

These services are not guaranteed and shall only be instructed on a case-by-case basis where operational need arises.

Participation

Conditions of participation

Economic Operators must demonstrate the following in order to be considered for this contract:

Legal and Financial Standing

Evidence of appropriate legal capacity to enter into a contract

Minimum annual turnover of £100,000 (or equivalent) in the most recent financial year

Satisfactory financial standing as evidenced by the most recent set of audited or management accounts

Professional indemnity insurance of not less than £1,000,000 per occurrence

Public liability insurance of not less than £5,000,000 per occurrence

Employer's liability insurance of not less than £10,000,000 per occurrence

Technical and Professional Ability

Demonstrated experience in the delivery of reactive pest control services within a residential or social housing environment

All operatives undertaking pest control activities must hold a minimum of RSPH Level 2 in Pest Management or equivalent recognised qualification

Membership of a recognised industry body such as the British Pest Control Association (BPCA) or National Pest Technicians Association (NPTA) is strongly encouraged

Evidence of satisfactory health and safety management arrangements, including a current Health and Safety Policy signed by a senior officer

Evidence of compliance with relevant environmental legislation in relation to the use, storage and disposal of pesticides and rodenticides

Data Protection

Demonstrated capability to process personal data in accordance with UK GDPR and the Data Protection Act 2018, including the ability to enter into a Data Processing Agreement as required by Article 28 UK GDPR

All conditions of participation will be assessed on a Pass/Fail basis as part of Stage 2 of the evaluation process. Full details are set out in the Procurement Specific Questionnaire (within Schedule 4b) and Assessment Methodology (Schedule 2).

Award criteria

Type: price

Name

Price

Description

Evaluated using a relative price scoring formula applied to the Total Evaluated Tender Price derived from the completed Pricing Schedule (Schedule 4a), incorporating geographic weighting (85% South Wales / 15% Mid Wales) and section sub-weighting (Sections A–E carrying 95% and Section F carrying 5% of the cost evaluation score).

Weighting: 60.00

Weighting type: percentageExact

Type: quality

Name

Quality

Description

Assessed against six weighted questions covering Service Delivery Approach, Diagnosis and Reporting, Health and Safety, Tenant Engagement and Communication, Social Value, and Environmental Management and Sustainability. A minimum quality threshold of 60% applies.

Weighting: 40.00

Weighting type: percentageExact

Submission

Tender submission deadline

17 April 2026, 12:00PM

Enquiry deadline

02 April 2026, 12:00PM

Submission address and any special instructions

https://www.sell2wales.gov.walesSpecial instructions: All tender submissions must be made via the Sell2Wales Postbox using the Response Manager tool. Tenders submitted by any other means will not be accepted. Economic Operators are strongly advised to allow sufficient time to upload documents and confirm successful submission before the deadline of 17/04/2026 at 12:00 noon.

May tenders be submitted electronically?

Yes

Documents

ID

L-2

Document type

Bidding documents

Description

Schedule 1: Invitation to Tender

ID

L-3

Document type

Bidding documents

Description

Schedule 2: Assessment Methodology

ID

L-4

Document type

Bidding documents

Description

Schedule 3: Specification and Scope of Services

ID

L-5

Document type

Bidding documents

Description

Schedule 4a: Pricing Response

ID

L-6

Document type

Bidding documents

Description

Schedule 4b: Response Template

ID

L-7

Document type

Bidding documents

Description

Schedule 5: Draft Measured Term Contract

ID

L-8

Document type

Bidding documents

Description

Schedule 6: ITT Checklist

ID

L-9

Document type

Bidding documents

Description

Schedule 7: Contractor Code of Conduct

ID

L-10

Document type

Bidding documents

Description

Schedule 8: Data Processing Agreement

Coding

Commodity categories

ID Title Parent category
There are no commodity categories for this notice.

Delivery locations

ID Description
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1018 Swansea
1000 WALES

About the buyer

Main contact:
n/a
Admin contact:
n/a
Technical contact:
n/a
Other contact:
n/a

Further information

Date Details

Postbox

The awarding buyer has indicated that it will accept electronic responses to this notice via the Tender Submission Postbox facility.

Submit your tender response electronically in a secure environment.

To create an electronic response please click the "Add to my interest list" button at the top of the page.

For more information on the Postbox Facility please refer to the user guide:

Q&A

Ask the buyer any questions you may have relating to this notice. To ask the buyer a question or questions please click the "View Questions and Answers" button.

Additional documents

The following additional documents have been attached to this notice. To obtain these documents please select the individual file names below.

Current documents

pdf
pdf522.64 KB
This file may not be accessible.
pdf
pdf400.11 KB
This file may not be accessible.
pdf
pdf547.70 KB
This file may not be accessible.
xlsx
xlsx186.16 KB
This file may not be accessible.
docx
docx242.40 KB
This file may not be accessible.
pdf
pdf794.00 KB
This file may not be accessible.
pdf
pdf279.08 KB
This file may not be accessible.
pdf
pdf329.66 KB
This file may not be accessible.
pdf
pdf292.90 KB
This file may not be accessible.

Replaced documents

There are no previous versions of these documents.


0800 222 9004

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

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.