UK-Swindon: Pest-control services.

UK-Swindon: Pest-control services.
Section I: Contracting Authority
I.1) Name and addresses
UK Research & Innovation
Polaris House, North Star Avenue, Swindon, SN2 1FL, United Kingdom
Tel. +44 1793442000, Email: stfcprocurement@ukri.org
Contact: STFC Procurement
Main Address: www.ukri.org
NUTS Code: UKK14
I.2) Joint procurement
The contract involves joint procurement: No.
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: Yes.
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-Swindon:-Pest-control-services./J9JAQ4Z492
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent 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
Body governed by public law
I.5) Main activity
Other activity:

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: UKRI-1446 - Pest Control at the Rutherford Appleton Laboratory
Reference Number: UKRI-1446
II.1.2) Main CPV Code:
90922000 - Pest-control services.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: The Science and Technology Facilities Council, part of UK Research and Innovation are seeking proposals from suppliers to provide Pest Control Services at the Rutherford Appleton Laboratory.

The contract to be let on a 3+1 year basis.
II.1.5) Estimated total value:
Value excluding VAT: 300,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKJ14 Oxfordshire

II.2.4) Description of procurement: The Science and Technology Facilities Council, part of UK Research and Innovation are seeking proposals from suppliers to provide Pest Control Services at the Rutherford Appleton Laboratory.

SITE DETAILS
STFC is a world-leading multi-disciplinary science organisation. Their research seeks to understand the Universe from the largest astronomical scales to the tiniest constituents of matter, yet creates impact on a very tangible, human scale. For more information, please visit: www.stfc.ukri.org

a. The STFC estate comprises a portfolio of old and new buildings, comprising a diverse range of space/accommodation types including offices, reception, communal and amenity areas, laboratories and clean rooms.
b.The primary scope encompasses the Rutherford Appleton Laboratory (RAL), which is at the heart of the Harwell Campus in Oxfordshire, England. Approximately 1,200 staff at RAL support the work of more than 10,000 scientists and engineers, chiefly from the university research community. RAL’s pioneering research in areas such as energy, security, healthcare and the environment addresses important challenges facing society.
c.The RAL site is approximately 35 hectares and there are currently around 71 buildings on it. Please refer to Appendix D for details of the buildings site plan currently included in scope of the tender.
d.The contract should also provide services for Ridgeway House which is a 123 bedroom hotel at Rutherford Site (R87) and the Bright Horizons Nursery (Little Stars – R31). In addition, services should be provided for The Cosener’s House, Abingdon which is a 50 bedroom hotel and conference Centre set in grounds on the bank of the River Thames
e.There is a laboratory at Chilbolton near Stockbridge that consists of 8 buildings. Contractors should note that these areas are also in scope. Bidders should note, some buildings may change (be extended, removed or added)

General Service Requirement:

Internal and external rodent and insect control
Electric Fly killers
Rabbit control
Bed bug monitoring
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 60

Cost criterion - Name: Price / Weighting: 40

II.2.6) Estimated value:
Value excluding VAT: 300,000
Currency: 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: The estimated annual value of this contract is £60,000.00 however the total value of the contract has been uplifted to take into account any new buildings or ad-hoc call-outs which are to be agreed during the term of the contract.

This Contract is being let as a 3 year fixed term with the option to extend for a further 1 year.

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: Not provided


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 - NO
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: 31/08/2021 Time: 14:00

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: Not Provided
IV.2.7) Conditions for opening of tenders:
Date: 31/08/2021
Time: 14:00


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://ukri.delta-esourcing.com/tenders/UK-UK-Swindon:-Pest-control-services./J9JAQ4Z492

To respond to this opportunity, please click here:
https://ukri.delta-esourcing.com/respond/J9JAQ4Z492
VI.4) Procedures for review
VI.4.1) Review body:
UK Research and Innovation
Polaris House, North Star Avenue, Swindon, SN2 1FL, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
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: 20/07/2021

Annex A