Construction Tenders

Fri May 17 2024

Related Information

Construction Contract Leads

South East

Category Services

Type

No. of Lots 1

Status Active

Published 29th Apr 2024

Tender Details
Referenceocds-h6vhtk-0455e9
Common Procurement VocabularySewage, refuse, cleaning and environmental services
Procurement MethodOpen procedure
Value£300,000
« Previous Page

South East

Category Services

Type

No. of Lots 1

Status Active

Published 29th Apr 2024

Tender Details
Referenceocds-h6vhtk-0455e9
Common Procurement VocabularySewage, refuse, cleaning and environmental services
Procurement MethodOpen procedure
Value£300,000

Section I: Contracting authority

I.1) Name and addresses

Mhs Homes Group

Broadside, Leviathan Way, Chatham Maritime

CHATHAM

ME44LL

Contact

Procurement

Email

procurement [at] mhs.org.uk

Telephone

+44 1634354138

Country

United Kingdom

NUTS code

UKJ41 - Medway

Companies House

10704997

Internet address(es)

Main address

www.mhs.org.uk

Buyer's address

www.mhs.org.uk

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://mhshomes.esourcingportal.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://mhshomes.esourcingportal.com

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Housing and community amenities


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

mhs homes Pest Control Services

Reference number

TMHS172

II.1.2) Main CPV code

  • 90000000 - Sewage, refuse, cleaning and environmental services

II.1.3) Type of contract

Services

II.1.4) Short description

The scope of this contract is to provide Pest Control Services to properties owned and managed by mhs homes. This will include dwellings, internal common areas and external gardens and, as far as is practicable, keeps under control the incidences of rat, mouse, and certain insect infestations.

Services include:

a) Eradication of pests in a humane and environmental manner in accordance with Campaign for Responsible Rodenticide Use (CRRU) where possible and appropriate to our housing stock.

b) Prioritising works issued under an EPA order.

c) Innovations in diagnostic techniques such as 'bait take' monitoring.

d) Proofing and other preventative measures e.g. blocking, spikes.

e) Safe removal and disposal of dead pests

f) Customer education on how to prevent future infestation.

g) Provide a written report on completion of every visit.

h) Provide a service 24hrs a day, 365 days a year.

i) Provision of quarterly reviews and recommendations to facilitate improvements in mhs homes' approach to pest management.

j) Multiple visits included in one order dependent on pest to incentivise resolution and eradication

The Contractor will operate in line with all relevant legislation, adhere to all relevant British and European standards in addition to those mentioned within this Specification at all times.

Full details of the Services to be provided under the Contract are contained in the Specification (Document 4)

II.1.5) Estimated total value

Value excluding VAT: £300,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS codes
  • UKJ4 - Kent
Main site or place of performance

Kent

II.2.4) Description of the procurement

The scope of this contract is to provide Pest Control Services to properties owned and managed by mhs homes. This will include dwellings, internal common areas and external gardens and, as far as is practicable, keeps under control the incidences of rat, mouse, and certain insect infestations.

Services include:

a) Eradication of pests in a humane and environmental manner in accordance with Campaign for Responsible Rodenticide Use (CRRU) where possible and appropriate to our housing stock.

b) Prioritising works issued under an EPA order.

c) Innovations in diagnostic techniques such as 'bait take' monitoring.

d) Proofing and other preventative measures e.g. blocking, spikes.

e) Safe removal and disposal of dead pests

f) Customer education on how to prevent future infestation.

g) Provide a written report on completion of every visit.

h) Provide a service 24hrs a day, 365 days a year.

i) Provision of quarterly reviews and recommendations to facilitate improvements in mhs homes' approach to pest management.

j) Multiple visits included in one order dependent on pest to incentivise resolution and eradication

The Contractor will operate in line with all relevant legislation, adhere to all relevant British and European standards in addition to those mentioned within this Specification at all times.

Full details of the Services to be provided under the Contract are contained in the Specification (Document 4)

The Contract with the successful Bidder will be for an initial period of 3 years with an option to extend in for a further 2 years (1 year plus 1 year) at mhs homes sole discretion, giving a total of 5 years.

The contract commencement date is planned for the 2nd September 2024.

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: £300,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

The Contract with the successful Bidder will be for an initial period of 3 years with an option to extend in for a further 2 years (1 year plus 1 year) at mhs homes sole discretion, giving a total of 5 years.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.14) Additional information

To respond to this opportunity please click here:

https://mhshomes.esourcingportal.com

Bidders should note that you will need to register on the portal prior to having access to the tender documents. Suppliers already registered do not need to re register. Please ensure all details are accurate and up to date.


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

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


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

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.2.2) Time limit for receipt of tenders or requests to participate

Date

31 May 2024

Local time

12:00pm

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.2.7) Conditions for opening of tenders

Date

3 June 2024

Local time

9:00am


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Estimated timing for further notices to be published: Subject to take up of extension renewals, five (5) years from contract award.

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

VI.4) Procedures for review

VI.4.1) Review body

The High Court of England and Wales

London

Country

United Kingdom

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures

mhs homes will enter into the contract following a minimum 10 calendar day standstill period, starting on the day after the notification of the result.

The Public Contracts Regulations 2015 (SI 2015/102) (as amended) (the Regulations) provide for aggrieved parties who have been harmed or who are at risk of harm by a breach of the Regulations to bring proceedings in the High Court.

Any such proceedings must be brought within the limitation period specified by the Regulations according to the remedy sought.

VI.4.4) Service from which information about the review procedure may be obtained

The Cabinet Office

London

Country

United Kingdom