Tender

Grimsby Institute - Pest Control

GRIMSBY INSTITUTE OF FURTHER & HIGHER EDUCATION

This public procurement record has 1 release in its history.

Tender

04 Feb 2019 at 11:55

Summary of the contracting process

The Grimsby Institute of Further & Higher Education has issued a tender for Pest Control Services, aimed at maintaining hygiene and safety in their facilities. Located in Grimsby, Yorkshire and the Humber, this procurement process is currently at the Tender stage. The deadline for submitting proposals is 25th February 2019, and successful bids will need to commence service from 11th March 2019, continuing through to 8th March 2021. This open procedure tender is classified under the CPV code 90922000, specifically for pest-control services, and is intended for service suppliers capable of meeting comprehensive pest management requirements.

This tender presents significant opportunities for businesses in the pest control industry, especially those with experience in providing service contracts to educational institutions. Companies that can demonstrate their competence in delivering safe, discreet, and hygienic pest control solutions, particularly those with a robust understanding of risk assessment and method statements, would be well-suited to compete. The need for swift response times and well-documented service histories creates a competitive landscape for SMEs already operating within this sector, as they may find distinctive advantages in fulfilling the rigorous requirements set forth by the Grimsby Institute.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

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

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

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

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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"
    }
}