Tender

Pest Control Services

UNIVERSITY OF EDINBURGH

This public procurement record has 3 releases in its history.

Tender

16 Apr 2026 at 14:49

Tender

16 Apr 2026 at 14:39

Planning

11 Nov 2025 at 16:12

Summary of the contracting process

The University of Edinburgh is procuring pest control services to manage and prevent pest infestations across its estate, located in Edinburgh and Midlothian (region UKM75) covering a variety of settings such as accommodation, catering, events, offices, and teaching areas. This procurement process is in the 'Tender' stage, with an anticipated tender deadline set for 14th May 2026. The contract, valued at approximately £570,659.68, will be conducted under an open procedure, and community benefits are expected. The procurement entails an ITT evaluation weighted at 60% technical and 40% commercial, and bidders may compete for one or both specified lots but will be appointed to only one lot. The procurement is classified under CPV code 90922000 as "Pest-control services".

This tender represents a significant opportunity for businesses in the pest control industry, especially those with expertise in handling diverse environments such as university campuses. Businesses with prior experience in similar service provisions, particularly those who can demonstrate technical and professional ability with suitable references, will find this an attractive option. The requirement for a turnover of over £75,000 GBP for Lot 1 and £61,000 GBP for Lot 2—alongside stringent insurance requirements—suggests that well-established, financially robust companies will be well-suited to participate. The available lots offer distinct opportunities, one focusing on estate-wide services and the other on accommodation and events settings. Successful bidders could significantly enhance their portfolio by securing this contract, which includes not only immediate work but potential renewals and modifications without a new procurement procedure.

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

Notice Title

Pest Control Services

Notice Description

The University of Edinburgh requires a pest control service to provide preventative and reactive service delivery to eradicate infestation of pests across the University estate and proof against future infestation. This will include but not be limited to accommodation, catering and events areas, offices and teaching areas. Bidders can bid for one or both Lots but can only be appointed to one lot. Transfer of Undertakings (Protection of Employment) Regulations 2006 ("TUPE") may apply to this contract. The University will evaluate the ITT submissions of all bidders who pass the SPD stage. The ITT will be weighted at 60% Technical and 40% Commercial. The weightings of each technical question will be detailed within the ITT. Technical Scores shall be allocated based on the total percentage achieved by the response out of the maximum possible percentage. This takes into account the score out of 4 and the weighting allocated to individual questions. For example, if a question is weighted 10% and your submission scores 3 points out of 4 for that question then you will receive 7.5% out of a possible 10%. For the Commercial evaluation, the Bidder who submits the lowest-cost bid will be awarded the maximum score and others will be awarded a pro rata score in relation to the lowest bid. The technical and commercial scores for each Lot will then be combined to give each bidder an overall total score and to calculate the top scoring bidder. Bidders can choose to bid for either one or both Lots. Where a bidder opts to bid for both Lots, they will need to state their preference between Lot 1 and Lot 2. The top scoring bidder will be appointed to each Lot, however, UoE will not appoint the same bidder to both Lot 1 and Lot 2. Should the same bidder top score for both Lot 1 and Lot 2, they will be appointed to their preferred Lot. For the other remaining Lot (the top scoring bidder's non-preferred Lot), the second-ranked Bidder will be appointed

Lot Information

Accommodation, Catering and Events

The University of Edinburgh are seeking suppliers to provide a range of pest control services across it's accommodation, catering and events premisis. Accommodation, Catering and Events (incorporating UoE Hospitality Collection) provides a comprehensive range of accommodation, conference, event and catering services for students and staff across the University and for all types of visitors to the University. Currently there are 9100 beds for students, staff and visitors and a combination of halls of residence such as Pollock Halls and private lets. Most beds are situated within a 5 mile radius of each campus. There are numerous catering and bar facilities located with-in 8 campuses. There are a range of venues in 16 different locations within the City of Edinburgh, including 2 nurseries located at Kings Buildings and Easter Bush Campus. Services include both proactive and reactive maintenance.

Options: 10.1. The Contract may be modified during its term without the need for a new procurement procedure, in accordance with the provisions of all applicable laws and regulations. Modifications may include, but are not limited to: (i) Price Reviews: Adjustments to prices in accordance with predefined terms or based on market conditions, provided such modifications are within the scope of the original contract or Framework Agreement. (ii) Additional Goods, Services, or Works: If additional goods, services, or works become necessary for the proper execution of the contract or framework agreement, and such goods, services, or works are of a nature consistent with the original agreement, they may be procured without initiating a new procurement procedure (iii) Changes in Scope: Modifications to the scope of works, services, or goods may occur where the initial scope proves to be more extensive than originally anticipated, provided that the nature of the contract or Framework Agreement remains fundamentally unchanged. Including but not limited to adding or removing sites to/from either lot.

Renewal: Two options to extend for periods of 1 year each (2+1+1)

Estates

The University estate includes a range of building types, including office setting and laboratories across Edinburgh and Midlothian. The University requires a contractor to provide pest services across over 200 buildings. Services will include reactive and proactive vists.

Options: 10.1. The Contract may be modified during its term without the need for a new procurement procedure, in accordance with the provisions of all applicable laws and regulations. Modifications may include, but are not limited to: (i) Price Reviews: Adjustments to prices in accordance with predefined terms or based on market conditions, provided such modifications are within the scope of the original contract or Framework Agreement. (ii) Additional Goods, Services, or Works: If additional goods, services, or works become necessary for the proper execution of the contract or framework agreement, and such goods, services, or works are of a nature consistent with the original agreement, they may be procured without initiating a new procurement procedure (iii) Changes in Scope: Modifications to the scope of works, services, or goods may occur where the initial scope proves to be more extensive than originally anticipated, provided that the nature of the contract or Framework Agreement remains fundamentally unchanged. Including but not limited to adding or removing sites to/from either lot.

Renewal: Two options to extend for periods of 1 year each.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05df08
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/034825-2026
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

77 - Agricultural, forestry, horticultural, aquacultural and apicultural services

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

77231200 - Forest pest control services

90922000 - Pest-control services

Notice Value(s)

Tender Value
£570,659 £500K-£1M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
16 Apr 20261 weeks ago
Submission Deadline
14 May 20263 weeks to go
Future Notice Date
12 Jan 2026Expired
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
UNIVERSITY OF EDINBURGH
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
EDINBURGH
Postcode
EH1 1HT
Post Town
Edinburgh
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM1 East Central Scotland
Small Region (ITL 3)
TLM13 City of Edinburgh
Delivery Location
TLM75 City of Edinburgh

Local Authority
City of Edinburgh
Electoral Ward
City Centre
Westminster Constituency
Edinburgh East and Musselburgh

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-h6vhtk-05df08-2026-04-16T15:49:45+01:00",
    "date": "2026-04-16T15:49:45+01:00",
    "ocid": "ocds-h6vhtk-05df08",
    "description": "The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 63476. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/ A summary of the expected community benefits has been provided as follows: Please refer to the ITT tender documents for full details. (SC Ref:829190)",
    "initiationType": "tender",
    "tender": {
        "id": "EC1079",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Pest Control Services",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "90922000",
            "description": "Pest-control services"
        },
        "mainProcurementCategory": "services",
        "description": "The University of Edinburgh requires a pest control service to provide preventative and reactive service delivery to eradicate infestation of pests across the University estate and proof against future infestation. This will include but not be limited to accommodation, catering and events areas, offices and teaching areas. Bidders can bid for one or both Lots but can only be appointed to one lot. Transfer of Undertakings (Protection of Employment) Regulations 2006 (\"TUPE\") may apply to this contract. The University will evaluate the ITT submissions of all bidders who pass the SPD stage. The ITT will be weighted at 60% Technical and 40% Commercial. The weightings of each technical question will be detailed within the ITT. Technical Scores shall be allocated based on the total percentage achieved by the response out of the maximum possible percentage. This takes into account the score out of 4 and the weighting allocated to individual questions. For example, if a question is weighted 10% and your submission scores 3 points out of 4 for that question then you will receive 7.5% out of a possible 10%. For the Commercial evaluation, the Bidder who submits the lowest-cost bid will be awarded the maximum score and others will be awarded a pro rata score in relation to the lowest bid. The technical and commercial scores for each Lot will then be combined to give each bidder an overall total score and to calculate the top scoring bidder. Bidders can choose to bid for either one or both Lots. Where a bidder opts to bid for both Lots, they will need to state their preference between Lot 1 and Lot 2. The top scoring bidder will be appointed to each Lot, however, UoE will not appoint the same bidder to both Lot 1 and Lot 2. Should the same bidder top score for both Lot 1 and Lot 2, they will be appointed to their preferred Lot. For the other remaining Lot (the top scoring bidder's non-preferred Lot), the second-ranked Bidder will be appointed",
        "lots": [
            {
                "id": "1",
                "description": "The University of Edinburgh are seeking suppliers to provide a range of pest control services across it's accommodation, catering and events premisis. Accommodation, Catering and Events (incorporating UoE Hospitality Collection) provides a comprehensive range of accommodation, conference, event and catering services for students and staff across the University and for all types of visitors to the University. Currently there are 9100 beds for students, staff and visitors and a combination of halls of residence such as Pollock Halls and private lets. Most beds are situated within a 5 mile radius of each campus. There are numerous catering and bar facilities located with-in 8 campuses. There are a range of venues in 16 different locations within the City of Edinburgh, including 2 nurseries located at Kings Buildings and Easter Bush Campus. Services include both proactive and reactive maintenance.",
                "status": "active",
                "title": "Accommodation, Catering and Events",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Technical",
                            "type": "quality",
                            "description": "60"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        },
                        {
                            "name": "Technical",
                            "type": "quality",
                            "description": "60"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Two options to extend for periods of 1 year each (2+1+1)"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "10.1. The Contract may be modified during its term without the need for a new procurement procedure, in accordance with the provisions of all applicable laws and regulations. Modifications may include, but are not limited to: (i) Price Reviews: Adjustments to prices in accordance with predefined terms or based on market conditions, provided such modifications are within the scope of the original contract or Framework Agreement. (ii) Additional Goods, Services, or Works: If additional goods, services, or works become necessary for the proper execution of the contract or framework agreement, and such goods, services, or works are of a nature consistent with the original agreement, they may be procured without initiating a new procurement procedure (iii) Changes in Scope: Modifications to the scope of works, services, or goods may occur where the initial scope proves to be more extensive than originally anticipated, provided that the nature of the contract or Framework Agreement remains fundamentally unchanged. Including but not limited to adding or removing sites to/from either lot."
                }
            },
            {
                "id": "2",
                "title": "Estates",
                "description": "The University estate includes a range of building types, including office setting and laboratories across Edinburgh and Midlothian. The University requires a contractor to provide pest services across over 200 buildings. Services will include reactive and proactive vists.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Technical",
                            "type": "quality",
                            "description": "60"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        },
                        {
                            "name": "Technical",
                            "type": "quality",
                            "description": "60"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Two options to extend for periods of 1 year each."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "10.1. The Contract may be modified during its term without the need for a new procurement procedure, in accordance with the provisions of all applicable laws and regulations. Modifications may include, but are not limited to: (i) Price Reviews: Adjustments to prices in accordance with predefined terms or based on market conditions, provided such modifications are within the scope of the original contract or Framework Agreement. (ii) Additional Goods, Services, or Works: If additional goods, services, or works become necessary for the proper execution of the contract or framework agreement, and such goods, services, or works are of a nature consistent with the original agreement, they may be procured without initiating a new procurement procedure (iii) Changes in Scope: Modifications to the scope of works, services, or goods may occur where the initial scope proves to be more extensive than originally anticipated, provided that the nature of the contract or Framework Agreement remains fundamentally unchanged. Including but not limited to adding or removing sites to/from either lot."
                },
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "77231200",
                        "description": "Forest pest control services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM75"
                    },
                    {
                        "region": "UKM75"
                    },
                    {
                        "region": "UKM75"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "90922000",
                        "description": "Pest-control services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM75"
                    },
                    {
                        "region": "UKM75"
                    }
                ],
                "relatedLot": "2"
            }
        ],
        "communication": {
            "futureNoticeDate": "2026-01-12T00:00:00Z"
        },
        "coveredBy": [
            "GPA"
        ],
        "value": {
            "amount": 570659.68,
            "currency": "GBP"
        },
        "lotDetails": {
            "maximumLotsBidPerSupplier": 1
        },
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/go/68987734019D85FACEE1",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "Part IV: Selection criteria- B: Economic and financial standing- Question 4B1.1 (turnover requirement), 4B5.1 and 4B5.2 (insurance requirements), and 4B6 (other requirements).",
                    "minimum": "Question 4B1.1 Tenderers are required to have the following minimum \"general\" annual turnover for the last three financial years.- - 75,000 GBP for the last 3 years for Lot 1 - 61,000 GBP for the last 3 years for Lot 2 Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up/started trading in question 4B3 Question 4B5.1 and 4B5.2 Tenderers are required to hold, or commit to obtaining prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below: Employers (Compulsory) Liability Insurance - 10,000,000 GBP Product Liability Insurance - 5,000,000 GBP Public Liability Insurance - 2,000,000 GBP Question 4B.6 Statement 1 (PCG): Where the bidder is providing a submission on behalf of a subsidiary company, upon request, the bidder must obtain a Parent Company Guarantee prior to commencement of any subsequently awarded contract. Question 4B.6 Statement 2 (Financial Strength): Bidders will be required to provide adequate assurance of financial strength to successfully complete their contractual obligations. Bidders must be able to provide upon request, their 3 most recent sets of annual audited accounts, including profit and loss information, and the following ratios: - Current Ratio - Quick Ratio - Debtors Turnover Ratio - Return on Assets - Working Capital - Debt to Equity Ratio - Gross Profit Ratio A review of your ratios and audited accounts may be undertaken. In some cases, this review may lead to an additional request for further financial information to help clarify any potential issues raised. This information may be used to assess financial sustainability.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "Part IV: Selection criteria- C: Technical and Professional Ability- Question 4C1.2 and 4C10",
                    "minimum": "Question 4C1.2 Bidders will be required to provide three examples of services carried out during the past three years that demonstrate that you have experience to deliver the services described in the Contract Notice that are similar in value and complexity for Lot 1 and/or Lot 2. Bidders only need to provide examples for the Lot they are bidding for. Please refer to the ITT tender documents for full details. Question 4C10 Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "description": "Part IV: Selection criteria- B: Economic and financial standing- Question 4B1.1 (turnover requirement), 4B5.1 and 4B5.2 (insurance requirements), and 4B6 (other requirements).",
                    "minimum": "Question 4B1.1 Tenderers are required to have the following minimum \"general\" annual turnover for the last three financial years.- - 75,000 GBP for the last 3 years for Lot 1 - 61,000 GBP for the last 3 years for Lot 2 Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up/started trading in question 4B3 Question 4B5.1 and 4B5.2 Tenderers are required to hold, or commit to obtaining prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below: Employers (Compulsory) Liability Insurance - 10,000,000 GBP Product Liability Insurance - 5,000,000 GBP Public Liability Insurance - 2,000,000 GBP Question 4B.6 Statement 1 (PCG): Where the bidder is providing a submission on behalf of a subsidiary company, upon request, the bidder must obtain a Parent Company Guarantee prior to commencement of any subsequently awarded contract. Question 4B.6 Statement 2 (Financial Strength): Bidders will be required to provide adequate assurance of financial strength to successfully complete their contractual obligations. Bidders must be able to provide upon request, their 3 most recent sets of annual audited accounts, including profit and loss information, and the following ratios: - Current Ratio - Quick Ratio - Debtors Turnover Ratio - Return on Assets - Working Capital - Debt to Equity Ratio - Gross Profit Ratio A review of your ratios and audited accounts may be undertaken. In some cases, this review may lead to an additional request for further financial information to help clarify any potential issues raised. This information may be used to assess financial sustainability.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "Part IV: Selection criteria- C: Technical and Professional Ability- Question 4C1.2 and 4C10",
                    "minimum": "Question 4C1.2 Bidders will be required to provide three examples of services carried out during the past three years that demonstrate that you have experience to deliver the services described in the Contract Notice that are similar in value and complexity for Lot 1 and/or Lot 2. Bidders only need to provide examples for the Lot they are bidding for. Please refer to the ITT tender documents for full details. Question 4C10 Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "contractTerms": {
            "performanceTerms": "Please refer to the ITT tender documents for full details.",
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "tenderPeriod": {
            "endDate": "2026-05-14T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "awardPeriod": {
            "startDate": "2026-05-14T12:00:00+01:00"
        },
        "bidOpening": {
            "date": "2026-05-14T12:00:00+01:00"
        },
        "hasRecurrence": false
    },
    "parties": [
        {
            "id": "GB-FTS-2023",
            "name": "University Of Edinburgh",
            "identifier": {
                "legalName": "University Of Edinburgh"
            },
            "address": {
                "streetAddress": "Charles Stewart House, 9-16 Chambers Street",
                "locality": "Edinburgh",
                "region": "UKM75",
                "postalCode": "EH1 1HT",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Steven Glynn",
                "telephone": "+44 1316502759",
                "email": "sglynn2@ed.ac.uk",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/go/68987734019D85FACEE1"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "http://www.ed.ac.uk",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00107",
                "classifications": [
                    {
                        "id": "BODY_PUBLIC",
                        "scheme": "TED_CA_TYPE",
                        "description": "Body governed by public law"
                    },
                    {
                        "id": "09",
                        "scheme": "COFOG",
                        "description": "Education"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-404",
            "name": "Edinburgh Sheriff Court",
            "identifier": {
                "legalName": "Edinburgh Sheriff Court"
            },
            "address": {
                "streetAddress": "27 Chambers Street",
                "locality": "Edinburgh",
                "postalCode": "EH1 1LB",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "sglynn2@ed.ac.uk"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-2023",
        "name": "University Of Edinburgh"
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000815555"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000815555"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000815555"
        }
    ],
    "language": "en"
}