Notice Information
Notice Title
Grimsby Institute - Pest Control
Notice Description
Please read the tender document carefully and ensure that for all elements required you provide evidence or a statement to fulfil the requirements. Pest Control Service Requirements: All works are to be responded with initial method of pest control implemented within 24 hours. All works are to have a survey completed prior to the commencement of any work and ensure accurate risk assessments and method statements are produced with recommendation to resolve any ongoing problems. All risk assessments must be re-assessed prior to commencement of works. Any potential hazards or risks are to be identified to the nominated Manager. The successful Contractor must understand the activities conducted at the respective premises and take into consideration those services. Site inductions will be completed by the appropriate member of the Estates team. The Contractor must demonstrate that they have provided a safe, discreet and hygienic service, ensuring staff, service users, members of the public and visitors are not put at risk and will feel comfortable using the facilities provided once works are completed. All works to be completed to the frequency identified in the site list appended to this document. Any variation to increase the works will be provided with authorisation from the Group Hygiene Manager. All works once completed must be signed by a member of the staff as being completed with the correct quantity of equipment serviced in accordance to the frequency. All equipment used to complete the work must be serviceable and have regular inspections completed and recorded. The service provider is responsible for the serviceability of all of their equipment. All works must be completed by a competent person who has had sufficient, in-depth training in accordance with Best Practices and legislation. Provision of an annual programme schedule identifying when works will be completed with monthly updates with completed works will be agreed by both parties. All programmes to be supported by signed work tickets/notes. Any works not supported by a signed work ticket/notes will be deemed as not being completed and subsequently non payment for the work will be received by the Contractor. All works are to be completed at the frequency identified in the appendix schedule and must not be aggregated or carried over. If this practice occurs non payment for the work will be received by the Contractor. As per our standard Terms & Conditions each member of staff will not be permitted on site until such a time that a satisfactory DBS check has been received. Risk assessments will be required for all tasks
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-c63eaa14-dd04-4464-a074-2eeabcbac8dc
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/7c1a5b50-83e3-4de0-a121-8ef3e725e127
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure (above threshold)
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
90922000 - Pest-control services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 4 Feb 20197 years ago
- Submission Deadline
- 25 Feb 2019Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 11 Mar 2019 - 8 Mar 2021 1-2 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Not Specified
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- GRIMSBY INSTITUTE OF FURTHER & HIGHER EDUCATION
- Contact Name
- Paul Barley
- Contact Email
- purchasing@grimsby.ac.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- GRIMSBY
- Postcode
- DN34 5BQ
- Post Town
- Doncaster
- Country
- England
-
- Major Region (ITL 1)
- TLE Yorkshire and The Humber
- Basic Region (ITL 2)
- TLE1 East Yorkshire and Northern Lincolnshire
- Small Region (ITL 3)
- TLE13 North and North East Lincolnshire
- Delivery Location
- TLE Yorkshire and The Humber
-
- Local Authority
- North East Lincolnshire
- Electoral Ward
- Park
- Westminster Constituency
- Great Grimsby and Cleethorpes
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/7c1a5b50-83e3-4de0-a121-8ef3e725e127
4th February 2019 - Opportunity notice on Contracts Finder
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-b5fd17-c63eaa14-dd04-4464-a074-2eeabcbac8dc-2019-02-04T11:55:44Z",
"date": "2019-02-04T11:55:44Z",
"ocid": "ocds-b5fd17-c63eaa14-dd04-4464-a074-2eeabcbac8dc",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "PB",
"title": "Grimsby Institute - Pest Control",
"description": "Please read the tender document carefully and ensure that for all elements required you provide evidence or a statement to fulfil the requirements. Pest Control Service Requirements: All works are to be responded with initial method of pest control implemented within 24 hours. All works are to have a survey completed prior to the commencement of any work and ensure accurate risk assessments and method statements are produced with recommendation to resolve any ongoing problems. All risk assessments must be re-assessed prior to commencement of works. Any potential hazards or risks are to be identified to the nominated Manager. The successful Contractor must understand the activities conducted at the respective premises and take into consideration those services. Site inductions will be completed by the appropriate member of the Estates team. The Contractor must demonstrate that they have provided a safe, discreet and hygienic service, ensuring staff, service users, members of the public and visitors are not put at risk and will feel comfortable using the facilities provided once works are completed. All works to be completed to the frequency identified in the site list appended to this document. Any variation to increase the works will be provided with authorisation from the Group Hygiene Manager. All works once completed must be signed by a member of the staff as being completed with the correct quantity of equipment serviced in accordance to the frequency. All equipment used to complete the work must be serviceable and have regular inspections completed and recorded. The service provider is responsible for the serviceability of all of their equipment. All works must be completed by a competent person who has had sufficient, in-depth training in accordance with Best Practices and legislation. Provision of an annual programme schedule identifying when works will be completed with monthly updates with completed works will be agreed by both parties. All programmes to be supported by signed work tickets/notes. Any works not supported by a signed work ticket/notes will be deemed as not being completed and subsequently non payment for the work will be received by the Contractor. All works are to be completed at the frequency identified in the appendix schedule and must not be aggregated or carried over. If this practice occurs non payment for the work will be received by the Contractor. As per our standard Terms & Conditions each member of staff will not be permitted on site until such a time that a satisfactory DBS check has been received. Risk assessments will be required for all tasks",
"datePublished": "2019-02-04T11:55:44Z",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "90922000",
"description": "Pest-control services"
},
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "Yorkshire and the Humber",
"countryName": "United Kingdom"
}
]
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure (above threshold)",
"tenderPeriod": {
"endDate": "2019-02-25T23:59:59Z"
},
"contractPeriod": {
"startDate": "2019-03-11T00:00:00Z",
"endDate": "2021-03-08T23:59:59Z"
},
"suitability": {
"sme": true,
"vcse": false
},
"mainProcurementCategory": "services",
"documents": [
{
"id": "1",
"documentType": "tenderNotice",
"description": "Opportunity notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/7c1a5b50-83e3-4de0-a121-8ef3e725e127",
"datePublished": "2019-02-04T11:55:44Z",
"format": "text/html",
"language": "en"
},
{
"id": "2",
"documentType": "tenderNotice",
"description": "In Tend",
"url": "https://in-tendhost.co.uk/fe/aspx/Home"
}
]
},
"parties": [
{
"id": "GB-CFS-79330",
"name": "Grimsby Institute Of Further & Higher Education",
"identifier": {
"legalName": "Grimsby Institute Of Further & Higher Education"
},
"address": {
"streetAddress": "Laceby Road",
"locality": "GRIMSBY",
"postalCode": "DN345BQ",
"countryName": "England"
},
"contactPoint": {
"name": "Paul Barley",
"email": "purchasing@grimsby.ac.uk"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"id": "GB-CFS-79330",
"name": "Grimsby Institute Of Further & Higher Education"
}
}