Construction Contract Leads
Scotland
Category Services
Type Tender
No. of Lots 2
Status Active
Published 16th Apr 2026
| Reference | ocds-h6vhtk-05df08 |
| Common Procurement Vocabulary | Pest-control services |
| Procurement Method | Open procedure |
| Value | £570,660 |
Scotland
Category Services
Type Tender
No. of Lots 2
Status Active
Published 16th Apr 2026
| Reference | ocds-h6vhtk-05df08 |
| Common Procurement Vocabulary | Pest-control services |
| Procurement Method | Open procedure |
| Value | £570,660 |
Section I: Contracting authority
I.1) Name and addresses
University Of Edinburgh
Charles Stewart House, 9-16 Chambers Street
Edinburgh
EH1 1HT
Contact
Steven Glynn
sglynn2 [at] ed.ac.uk
Telephone
+44 1316502759
Country
United Kingdom
NUTS code
UKM75 - Edinburgh, City of
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
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Pest Control Services
Reference number
EC1079
II.1.2) Main CPV code
- 90922000 - Pest-control services
II.1.3) Type of contract
Services
II.1.4) Short 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 (鈥淭UPE鈥) 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鈥檚 non-preferred Lot), the second-ranked Bidder will be appointed
II.1.5) Estimated total value
Value excluding VAT: 拢570,659.68
II.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for one lot only
II.2) Description
II.2.1) Title
Estates
Lot No
2
II.2.2) Additional CPV code(s)
- 90922000 - Pest-control services
II.2.3) Place of performance
NUTS codes
- UKM75 - Edinburgh, City of
II.2.4) Description of the procurement
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.
II.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 60
Price - Weighting: 40
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
Two options to extend for periods of 1 year each.
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: Yes
Description of 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.
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2) Description
II.2.1) Title
Accommodation, Catering and Events
Lot No
1
II.2.2) Additional CPV code(s)
- 77231200 - Forest pest control services
II.2.3) Place of performance
NUTS codes
- UKM75 - Edinburgh, City of
II.2.4) Description of the procurement
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.
II.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 60
Price - Weighting: 40
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
Two options to extend for periods of 1 year each (2+1+1)
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: Yes
Description of 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.
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.1.2) Economic and financial standing
List and brief description of selection criteria
Part IV: Selection criteria- B: Economic and financial standing鈥 Question 4B1.1 (turnover requirement), 4B5.1 and 4B5.2 (insurance
requirements), and 4B6 (other requirements).
Minimum level(s) of standards possibly required
Question 4B1.1
Tenderers are required to have the following minimum 鈥済eneral鈥 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.
III.1.3) Technical and professional ability
List and brief description of selection criteria
Part IV: Selection criteria- C: Technical and Professional Ability鈥 Question 4C1.2 and 4C10
Minimum level(s) of standards possibly required
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.
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Please refer to the ITT tender documents for full details.
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Open 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.2.1) Previous publication concerning this procedure
Notice number: 2025/S 000-072940
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
14 May 2026
Local time
12:00pm
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)
IV.2.7) Conditions for opening of tenders
Date
14 May 2026
Local time
12:00pm
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
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
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 63476. For more information see:
Community benefits are included in this requirement. For more information see:
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)
VI.4) Procedures for review
VI.4.1) Review body
Edinburgh Sheriff Court
27 Chambers Street
Edinburgh
EH1 1LB
sglynn2 [at] ed.ac.uk
Country
United Kingdom
