Notting Hill Genesis: Notting Hill Genesis Pest Control Framework

  Notting Hill Genesis is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Notting Hill Genesis Pest Control Framework
Notice type: Contract Notice
Authority: Notting Hill Genesis
Nature of contract: Services
Procedure: Restricted
Short Description: Notting Hill Genesis ("NHG") is procuring a framework of Contractors to provide pest control related services. The two-Lot framework will cover the Greater London and some out of London areas. It will be available to NHG as well as other authorised users with similar requirements. More information about previous and planned requirements of this Framework can be found within the tender documentation.
Published: 11/07/2024 11:19
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-London: Pest-control services.
Section I: Contracting Authority
      I.1) Name and addresses
             Notting Hill Genesis
             Bruce Kenrick House, 2 Killick Street, London, N1 9FL, United Kingdom
             Tel. +44 7849310635, Email: jim.biggin@nhg.org.uk
             Main Address: https://www.nhg.org.uk
             NUTS Code: UK
      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: No.
      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-London:-Pest-control-services./835XDBD423
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-title/835XDBD423 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
            Other type:: Housing Association
      I.5) Main activity
            Housing and community amenities

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Notting Hill Genesis Pest Control Framework       
      Reference Number: PROC1580
      II.1.2) Main CPV Code:
      90922000 - Pest-control services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Notting Hill Genesis ("NHG") is procuring a framework of Contractors to provide pest control related services. The two-Lot framework will cover the Greater London and some out of London areas. It will be available to NHG as well as other authorised users with similar requirements. More information about previous and planned requirements of this Framework can be found within the tender documentation.       
      II.1.5) Estimated total value:
      Value excluding VAT: 12,000,000       
      Currency: 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: Not provided
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Lot 1 London       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      90922000 - Pest-control services.
      
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: NHG and authorised users will be able to call-off the following services from Lot 1 within the M25 only:

•Reactive pest control services
•Scheduled visits

Please see the tender documentation for the full scope of services.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 10,800,000       
      Currency: 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: The Framework Agreement will run for an initial term of four years, with the option to extend for a further one plus one years. This means the maximum potential term of framework will be six years
      II.2.9) Information about the limits on the number of candidates to be invited:
       Not provided
      Objective criteria for choosing the limited number of candidates: Not provided
      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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/835XDBD423       
II.2) Description Lot No. 2
      
      II.2.1) Title: Lot 2 Out of London       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      90922000 - Pest-control services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Lot 2 service will consist of the same scope of services as Lot 1, but will be for NHG and other authorised users to call-off services in the Outer London regions, predominantly in Essex.

Please see the tender documentation for the full scope of services for this Lot.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 1,200,000       
      Currency: 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: The Framework Agreement will run for an initial term of four years, with the option to extend for a further one plus one years. This means the maximum potential term of framework will be six years.
      II.2.9) Information about the limits on the number of candidates to be invited:
       Not provided
      Objective criteria for choosing the limited number of candidates: Not provided
      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 RESTRICTED
      IV.1.1) Type of procedure: Restricted   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement    
         Framework agreement with several operators       
         Envisaged maximum number of participants to the framework agreement:
Not Provided               
         The procurement involves the setting up of a dynamic purchasing system - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: NHG intends to hold the right to extend the framework beyond four years due to the significant costs for all parties in association with setting up the framework. By extending the framework agreement we enable greater opportunities for contractors to bid for more work.    
   
   
   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: No       
   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: 12/08/2024 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided       
      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      
      

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 Yes       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   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.BOUT US: NHG is one of the largest Housing Associations in the country, with more than 66,000 homes across London and the South-East. We provide homes to a range of tenures and are committed to delivering housing that is affordable for all. We build and maintain quality homes, creating diverse and thriving communities. This is our primary purpose and everything we do supports that. For more information, visit www.nhg.org.uk.

FRAMEWORK VALUE: Applicants should note that the estimated value of the Framework Agreement given in this Notice is based on NHG's current anticipated requirements. NHG cannot give any guarantees that services totalling this value will in fact be called off from this framework. Equally, the total value may increase, either if NHG’s own requirements increase unexpectedly or if the framework is used by other contracting authorities more extensively than anticipated.

AUTHORISED USERS: This Framework will be available for use by NHG and any entity within the same group of companies as NHG from time to time (the current list can be found at https://www.nhg.org.uk/about-us/who-we-are/current-members-of-the-group/) and any entity or joint venture company that NHG or any other NHG group member holds an interest in from time to time.

NHG may also (at its sole discretion) permit use of the Framework by any other contracting authority that is a provider of social housing operating in the Greater London area. This will be at NHG’s sole discretion and may be subject to payment of a usage fee. This includes providers of social housing including without limitation any Registered Provider (as defined in the Housing and Regeneration Act 2008 and registered with the Regulator of Social Housing), local authorities and/or Arm’s-Length Management Organisations (ALMO). A list of the current Registered Providers can be found by visiting https://www.gov.uk/government/publications/current-registered-providers-of-social-housing.

Once other authorities have access, they can independently call-off from the framework and manage their contracts’ performance. Such authorities may choose to direct award, using the justifications available from the framework agreement, or conduct a mini competition.

OTHER: NHG reserves the right to cancel the procurement at any time and not to proceed with all or part of the Framework Agreement. NHG will not, under any circumstance, reimburse any expense incurred by Applicants in preparing their tender submissions.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Pest-control-services./835XDBD423

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/835XDBD423
   VI.4) Procedures for review
   VI.4.1) Review body:
             Notting Hill Genesis
       Bruce Kenrick House, 2 Killick Street, London, N1 9FL, United Kingdom
       Tel. +44 7849310635
   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: 11/07/2024

Annex A


View any Notice Addenda

View Award Notice