Notice Information
Notice Title
Procurement of Pest Control Services -- Cadarn Housing Group (PRO 023)
Notice Description
Cadarn Housing Group, on behalf of Cadwyn Housing Association Limited and Newydd Housing Association (1974) Limited, invites tenders for the provision of reactive pest control services across its residential housing portfolio in South and Mid Wales. The successful contractor will be required to deliver reactive pest control attendances across approximately 5,000 properties, including general needs housing, supported and sheltered accommodation, communal areas and external grounds. Services will cover rodent control, insect and seasonal pest treatments, and wasp nest removal, with attendance required across three response categories: Priority 1 (24-hour), Priority 2 (48-hour) and Standard (5 working days). The contract will also include minor enabling works where identified during pest control attendances, and optional consultancy and advisory services priced on a rate-only basis. The contract will be awarded on the basis of the Most Advantageous Tender (MAT), assessed against quality (40%) and price (60%) criteria. A minimum quality threshold of 60% applies. The contract is for an initial term of two years with an option to extend for a further one year at the Client's discretion. The estimated total contract value is approximately PS143,000 over the full three-year term. Tenders must be submitted via the Sell2Wales Postbox by the deadline stated in the tender documentation. The full tender pack, including the Specification, Pricing Schedule, Assessment Methodology and Draft Contract, is available to download from this notice.
Lot Information
Lot 1
Options: In addition to the reactive pest control service described within this Specification, Cadarn Group may from time to time require advisory or consultancy input relating to pest management across its housing portfolio. Such advisory services may include (but are not limited to): * Analysis of recurring infestation trends across estates or geographical areas. * Attendance at internal stakeholder meetings to advise on preventative strategies. * Review of estate layouts, waste management arrangements or building typologies where repeated infestations occur. * Provision of professional recommendations to inform asset management decisions. These services are not guaranteed and shall only be instructed on a case-by-case basis where operational need arises.
Renewal: The contract includes an option to extend for a further one (1) year beyond the initial two (2) year term, at the sole discretion of the Client and subject to satisfactory contractor performance and compliance with the terms of the contract. Any extension will be agreed in writing prior to the expiry of the initial term.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-066f19
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/025246-2026
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Below threshold - open competition
- Tender Suitability
- SME, VCSE
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
79 - Business services: law, marketing, consulting, recruitment, printing and security
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
79993000 - Building and facilities management services
90921000 - Disinfecting and exterminating services
90922000 - Pest-control services
90923000 - Rat-disinfestation services
90924000 - Fumigation services
Notice Value(s)
- Tender Value
- £143,000 £100K-£500K
- Lots Value
- £143,000 £100K-£500K
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 19 Mar 20263 days ago
- Submission Deadline
- 17 Apr 20264 weeks to go
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 31 May 2026 - 31 May 2028 2-3 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- CADARN HOUSING GROUP (AA58745)
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- CARDIFF
- Postcode
- CF15 7NE
- Post Town
- Cardiff
- Country
- Wales
-
- Major Region (ITL 1)
- TLL Wales
- Basic Region (ITL 2)
- TLL5 South East Wales
- Small Region (ITL 3)
- TLL52 Cardiff and Vale of Glamorgan
- Delivery Location
- TLL15 Central Valleys, TLL16 Gwent Valleys, TLL17 Bridgend and Neath Port Talbot, TLL21 Monmouthshire and Newport, TLL22 Cardiff and Vale of Glamorgan, TLL24 Powys
-
- Local Authority
- Cardiff
- Electoral Ward
- Whitchurch and Tongwynlais
- Westminster Constituency
- Cardiff North
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/025246-2026
19th March 2026 - Tender notice on Find a Tender -
https://www.sell2wales.gov.wales/Assets/NoticeBuilder_FileDownload.aspx?id=364392
Schedule 1: Invitation to Tender -
https://www.sell2wales.gov.wales/Assets/NoticeBuilder_FileDownload.aspx?id=364393
Schedule 2: Assessment Methodology -
https://www.sell2wales.gov.wales/Assets/NoticeBuilder_FileDownload.aspx?id=364394
Schedule 3: Specification and Scope of Services -
https://www.sell2wales.gov.wales/Assets/NoticeBuilder_FileDownload.aspx?id=364395
Schedule 4a: Pricing Response -
https://www.sell2wales.gov.wales/Assets/NoticeBuilder_FileDownload.aspx?id=364396
Schedule 4b: Response Template -
https://www.sell2wales.gov.wales/Assets/NoticeBuilder_FileDownload.aspx?id=364397
Schedule 5: Draft Measured Term Contract -
https://www.sell2wales.gov.wales/Assets/NoticeBuilder_FileDownload.aspx?id=364398
Schedule 6: ITT Checklist -
https://www.sell2wales.gov.wales/Assets/NoticeBuilder_FileDownload.aspx?id=364400
Schedule 7: Contractor Code of Conduct -
https://www.sell2wales.gov.wales/Assets/NoticeBuilder_FileDownload.aspx?id=364401
Schedule 8: Data Processing Agreement
Notice URLs
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-h6vhtk-066f19-2026-03-19T14:27:23Z",
"date": "2026-03-19T14:27:23Z",
"ocid": "ocds-h6vhtk-066f19",
"initiationType": "tender",
"parties": [
{
"id": "GB-MPR-IP21180R",
"name": "Cadarn Housing Group (AA58745)",
"identifier": {
"scheme": "GB-MPR",
"id": "IP21180R"
},
"address": {
"streetAddress": "5 Village Way",
"locality": "Cardiff",
"postalCode": "CF15 7NE",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKL22"
},
"contactPoint": {
"name": "Ryan George",
"email": "ryan.george@newydd.co.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.cadarn.co.uk",
"classifications": [
{
"id": "publicUndertaking",
"scheme": "UK_CA_TYPE",
"description": "Public undertaking"
},
{
"id": "GB-WLS",
"scheme": "UK_CA_DEVOLVED_REGULATIONS",
"description": "Welsh devolved regulations apply"
}
]
}
}
],
"buyer": {
"id": "GB-MPR-IP21180R",
"name": "Cadarn Housing Group (AA58745)"
},
"tender": {
"id": "PRO 023",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Procurement of Pest Control Services -- Cadarn Housing Group (PRO 023)",
"description": "Cadarn Housing Group, on behalf of Cadwyn Housing Association Limited and Newydd Housing Association (1974) Limited, invites tenders for the provision of reactive pest control services across its residential housing portfolio in South and Mid Wales. The successful contractor will be required to deliver reactive pest control attendances across approximately 5,000 properties, including general needs housing, supported and sheltered accommodation, communal areas and external grounds. Services will cover rodent control, insect and seasonal pest treatments, and wasp nest removal, with attendance required across three response categories: Priority 1 (24-hour), Priority 2 (48-hour) and Standard (5 working days). The contract will also include minor enabling works where identified during pest control attendances, and optional consultancy and advisory services priced on a rate-only basis. The contract will be awarded on the basis of the Most Advantageous Tender (MAT), assessed against quality (40%) and price (60%) criteria. A minimum quality threshold of 60% applies. The contract is for an initial term of two years with an option to extend for a further one year at the Client's discretion. The estimated total contract value is approximately PS143,000 over the full three-year term. Tenders must be submitted via the Sell2Wales Postbox by the deadline stated in the tender documentation. The full tender pack, including the Specification, Pricing Schedule, Assessment Methodology and Draft Contract, is available to download from this notice.",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "90922000",
"description": "Pest-control services"
},
{
"scheme": "CPV",
"id": "90921000",
"description": "Disinfecting and exterminating services"
},
{
"scheme": "CPV",
"id": "90923000",
"description": "Rat-disinfestation services"
},
{
"scheme": "CPV",
"id": "90924000",
"description": "Fumigation services"
},
{
"scheme": "CPV",
"id": "79993000",
"description": "Building and facilities management services"
}
],
"deliveryAddresses": [
{
"region": "UKL22",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKL24",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKL17",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKL15",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKL21",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKL16",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 171600,
"amount": 143000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Below threshold - open competition",
"mainProcurementCategory": "services",
"aboveThreshold": false,
"submissionMethodDetails": "https://www.sell2wales.gov.wales Special instructions: All tender submissions must be made via the Sell2Wales Postbox using the Response Manager tool. Tenders submitted by any other means will not be accepted. Economic Operators are strongly advised to allow sufficient time to upload documents and confirm successful submission before the deadline of 17/04/2026 at 12:00 noon.",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed"
},
"tenderPeriod": {
"endDate": "2026-04-17T12:00:00+01:00"
},
"enquiryPeriod": {
"endDate": "2026-04-02T12:00:00+01:00"
},
"lots": [
{
"id": "1",
"status": "active",
"value": {
"amountGross": 171600,
"amount": 143000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "price",
"name": "Price",
"description": "Evaluated using a relative price scoring formula applied to the Total Evaluated Tender Price derived from the completed Pricing Schedule (Schedule 4a), incorporating geographic weighting (85% South Wales / 15% Mid Wales) and section sub-weighting (Sections A-E carrying 95% and Section F carrying 5% of the cost evaluation score).",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Quality",
"description": "Assessed against six weighted questions covering Service Delivery Approach, Diagnosis and Reporting, Health and Safety, Tenant Engagement and Communication, Social Value, and Environmental Management and Sustainability. A minimum quality threshold of 60% applies.",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"description": "Economic Operators must demonstrate the following in order to be considered for this contract: Legal and Financial Standing Evidence of appropriate legal capacity to enter into a contract Minimum annual turnover of PS100,000 (or equivalent) in the most recent financial year Satisfactory financial standing as evidenced by the most recent set of audited or management accounts Professional indemnity insurance of not less than PS1,000,000 per occurrence Public liability insurance of not less than PS5,000,000 per occurrence Employer's liability insurance of not less than PS10,000,000 per occurrence Technical and Professional Ability Demonstrated experience in the delivery of reactive pest control services within a residential or social housing environment All operatives undertaking pest control activities must hold a minimum of RSPH Level 2 in Pest Management or equivalent recognised qualification Membership of a recognised industry body such as the British Pest Control Association (BPCA) or National Pest Technicians Association (NPTA) is strongly encouraged Evidence of satisfactory health and safety management arrangements, including a current Health and Safety Policy signed by a senior officer Evidence of compliance with relevant environmental legislation in relation to the use, storage and disposal of pesticides and rodenticides Data Protection Demonstrated capability to process personal data in accordance with UK GDPR and the Data Protection Act 2018, including the ability to enter into a Data Processing Agreement as required by Article 28 UK GDPR All conditions of participation will be assessed on a Pass/Fail basis as part of Stage 2 of the evaluation process. Full details are set out in the Procurement Specific Questionnaire (within Schedule 4b) and Assessment Methodology (Schedule 2)."
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2026-06-01T00:00:00+01:00",
"endDate": "2028-05-31T23:59:59+01:00",
"maxExtentDate": "2029-05-31T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "The contract includes an option to extend for a further one (1) year beyond the initial two (2) year term, at the sole discretion of the Client and subject to satisfactory contractor performance and compliance with the terms of the contract. Any extension will be agreed in writing prior to the expiry of the initial term."
},
"hasOptions": true,
"options": {
"description": "In addition to the reactive pest control service described within this Specification, Cadarn Group may from time to time require advisory or consultancy input relating to pest management across its housing portfolio. Such advisory services may include (but are not limited to): * Analysis of recurring infestation trends across estates or geographical areas. * Attendance at internal stakeholder meetings to advise on preventative strategies. * Review of estate layouts, waste management arrangements or building typologies where repeated infestations occur. * Provision of professional recommendations to inform asset management decisions. These services are not guaranteed and shall only be instructed on a case-by-case basis where operational need arises."
}
}
],
"documents": [
{
"id": "L-2",
"documentType": "biddingDocuments",
"description": "Schedule 1: Invitation to Tender",
"url": "https://www.sell2wales.gov.wales/Assets/NoticeBuilder_FileDownload.aspx?id=364392"
},
{
"id": "L-3",
"documentType": "biddingDocuments",
"description": "Schedule 2: Assessment Methodology",
"url": "https://www.sell2wales.gov.wales/Assets/NoticeBuilder_FileDownload.aspx?id=364393"
},
{
"id": "L-4",
"documentType": "biddingDocuments",
"description": "Schedule 3: Specification and Scope of Services",
"url": "https://www.sell2wales.gov.wales/Assets/NoticeBuilder_FileDownload.aspx?id=364394"
},
{
"id": "L-5",
"documentType": "biddingDocuments",
"description": "Schedule 4a: Pricing Response",
"url": "https://www.sell2wales.gov.wales/Assets/NoticeBuilder_FileDownload.aspx?id=364395"
},
{
"id": "L-6",
"documentType": "biddingDocuments",
"description": "Schedule 4b: Response Template",
"url": "https://www.sell2wales.gov.wales/Assets/NoticeBuilder_FileDownload.aspx?id=364396"
},
{
"id": "L-7",
"documentType": "biddingDocuments",
"description": "Schedule 5: Draft Measured Term Contract",
"url": "https://www.sell2wales.gov.wales/Assets/NoticeBuilder_FileDownload.aspx?id=364397"
},
{
"id": "L-8",
"documentType": "biddingDocuments",
"description": "Schedule 6: ITT Checklist",
"url": "https://www.sell2wales.gov.wales/Assets/NoticeBuilder_FileDownload.aspx?id=364398"
},
{
"id": "L-9",
"documentType": "biddingDocuments",
"description": "Schedule 7: Contractor Code of Conduct",
"url": "https://www.sell2wales.gov.wales/Assets/NoticeBuilder_FileDownload.aspx?id=364400"
},
{
"id": "L-10",
"documentType": "biddingDocuments",
"description": "Schedule 8: Data Processing Agreement",
"url": "https://www.sell2wales.gov.wales/Assets/NoticeBuilder_FileDownload.aspx?id=364401"
},
{
"id": "025246-2026",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/025246-2026",
"datePublished": "2026-03-19T14:27:23Z",
"format": "text/html"
}
]
},
"language": "en"
}