Construction Contract Leads
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 7th Oct 2025
Reference | ocds-h6vhtk-05a9e0 |
Common Procurement Vocabulary | Pest-control services |
Procurement Method | Restricted procedure |
Value | £60,000 |
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 7th Oct 2025
Reference | ocds-h6vhtk-05a9e0 |
Common Procurement Vocabulary | Pest-control services |
Procurement Method | Restricted procedure |
Value | £60,000 |
Section I: Contracting authority
I.1) Name and addresses
Dumfries and Galloway Health Board
Mountainhall Treatment Centre, Bankend Road
Dumfries
DG1 4AP
Contact
Dean McLean
Dean.Mclean [at] nhs.scot
Telephone
+44 1387272777
Country
United Kingdom
NUTS code
UKM92 - Dumfries & Galloway
Internet address(es)
Main address
Buyer's address
I.2) Information about joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
NHSDG Estates & Property - Pest Control Contractor
Reference number
NHSDG0032026
II.1.2) Main CPV code
- 90922000 - Pest-control services
II.1.3) Type of contract
Services
II.1.4) Short description
The contract to be tendered by NHS Dumfries & Galloway (the “Authority) requires a contractor to provide Pest Control services in NHSDG property at sites across the region.
II.1.5) Estimated total value
Value excluding VAT: £60,000
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.3) Place of performance
NUTS codes
- UKM92 - Dumfries & Galloway
II.2.4) Description of the procurement
The contractor will be required to carry out pest control works in line with all relevant statutory legislation.
II.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
II.2.6) Estimated value
Value excluding VAT: £60,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
12 month extension in blocks of 1 x 12 months.
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates:
see enclosed Scope of Works and SPD
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section III. Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Bidders MUST confirm that they can meet the following Mandatory Training, Certification and Accreditation Requirements and supply proof in the response via completion of the SPD document submission as detailed in question 4A.1 of the SPD.
Evidence for all accreditations and/or Certifications must be enclosed with the Tender response. These must also be provided as and when renewed, to the Procurement Department throughout the lifetime of the contract.
The Bidder MUST ensure that all policies remain in place for the total time period detailed within the contract
The Contract will be a member of the British Pest Control Association (BPCA) or equivalent and shall carry out the service in line with the requirements of BS EN 16636:2015 “Pest Management Services:
The works indicated above shall enable the Client to demonstrate compliance with the relevant sections of Health & Safety at Work Act 1974, Prevention of Damage by Pests Act 1949, Control of Pesticides Regulations 1986, Food Safety Act 1990 and supporting documentation such as COSHH Regulations 2002, Food Safety Regulations 1995.Requirements and Competences.”
It is a requirement of NHSDG that all contractors must be CHAS Premier Plus registered members, proof of registration will be required within six months of acceptance.
NHSDG have strict controls in place in respect of Infection Control. These are called HAI-SCRIBE Healthcare Association Infection System for Controlling Risk in the Built Environment. Infection Control Measures are strictly enforced on all projects carried out in NHSDG premises
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
The conditions of contract are the NEC4 Term Services Short Contract June 2017 (with amendments October 2020).
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
20 November 2025
Local time
12:00pm
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
8 December 2025
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Three years
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at .
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at .
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(SC Ref:812394)
Download the ESPD document here:
VI.4) Procedures for review
VI.4.1) Review body
Sherrif Court
Buccleuch Street
Dumfries
DG1 2AN
Country
United Kingdom
VI.4.2) Body responsible for mediation procedures
Royal Institution of Chartered Surveyors
3rd Floor Princess Street
Edinburgh
EH2 4AD
Country
United Kingdom
VI.4.4) Service from which information about the review procedure may be obtained
NHS Dumfries & Galloway
Mountainhall Treatment Centre Bankend Road
Dumfries
DG1 4AP
Country
United Kingdom