Tender

Procurement of Pest Control Services -- Cadarn Housing Group (PRO 023)

CADARN HOUSING GROUP (AA58745)

This public procurement record has 1 release in its history.

Tender

19 Mar 2026 at 14:27

Summary of the contracting process

Cadarn Housing Group is inviting tenders for the provision of reactive pest control services across its residential housing portfolio in South and Mid Wales. The contract covers a range of services including rodent control, insect treatments, and wasp nest removal, with attendance required in three response categories. The tender process is currently at the active stage, with submissions to be made via the Sell2Wales Postbox by 17 April 2026 at 12:00 noon. The initial contract term is for two years starting on 1 June 2026, with an option to extend for one additional year. The anticipated total contract value over the potential three-year term is approximately £143,000, and the contract will be awarded based on the Most Advantageous Tender (MAT), assessed against both quality and price criteria.

This tender presents significant business development opportunities, especially for firms specialising in pest control services. The contract requires the delivery of services to approximately 5,000 properties, making it suitable for businesses with experience in managing large-scale operations. Companies with appropriate legal and financial standing, and professional qualifications in pest management, will find this opportunity particularly attractive. It is well-suited for small to medium enterprises (SMEs) and voluntary, community, and social enterprises (VCSEs) capable of offering rapid response and high-quality pest management solutions. The requirement for additional consultancy services provides further opportunities for businesses to leverage their expertise in pest management advisory roles.

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

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.

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

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

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-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"
}