Contract notice
Section I: Contracting
authority
I.1) Name and addresses
DEPARTMENT OF ENVIRONMENT, FOOD AND RURAL AFFAIRS (Defra Network eTendering Portal)
Seacole Building, 2 Marsham Street
London
SW1P 4DF
UK
Contact person: Tom Redfearn
Telephone: +44 7920053570
E-mail: tom.redfearn@defra.gov.uk
NUTS: UK
Internet address(es)
Main address: https://www.gov.uk/government/organisations/department-for-environment-food-rural-affairs
Address of the buyer profile: https://defra-family.force.com/s/Welcome
I.2) 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:
https://atamis-9529.my.site.com/s/Welcome
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://atamis-9529.my.site.com/s/Welcome
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
Environment
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Framework Agreement for The Provision of Management, Collection, Slaughter, Salvage and Disposal of Farmed Livestock for TB Control Purposes (“Reactor Removal”)
II.1.2) Main CPV code
77100000
II.1.3) Type of contract
Services
II.1.4) Short description
This Framework Agreement is for the delivery of Services to manage the collection, slaughter, salvage and disposal of farmed livestock for TB control purposes in England, Scotland and Wales.<br/><br/>There are three types of services which suppliers can supply to us.<br/><br/>Lot 1 (England and Wales only*), The Collection, Slaughter, Salvage and Disposal of Farmed Livestock for TB Control Purposes.<br/><br/>Lot 2: (Scotland only*): The Slaughter, Salvage and Disposal of Farmed Livestock for TB Control Purposes.<br/><br/>Lot 3: (All Regions): The Collection & Transport of Live Animal.<br/><br/>*for lots 1 and 2, a supplier can be located outside of these regions, but work will only be to deliver services in the stated regions. For example, a supplier maybe located near the English / Scottish border & choose to bid for lot 1 or lot 2.
II.1.5) Estimated total value
Value excluding VAT:
8 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: Lot 1
II.2.1) Title
Lot 1: Collection, Slaughter, Salvage and Disposal of Farmed Livestock
II.2.2) Additional CPV code(s)
77100000
77400000
85200000
75130000
03000000
90721000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
England and Wales
II.2.4) Description of the procurement
Lot 1 only covers England and Wales.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
8 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
It is envisaged that this framework will be re-tendered in 2028
II.2.9) Information about the limits on the number of candidates to be invited
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
Lot No: Lot 2
II.2.1) Title
Lot 2: Slaughter, Salvage and Disposal of Farmed Livestock (Scotland Only)
II.2.2) Additional CPV code(s)
77100000
77400000
03000000
90721000
75130000
85200000
II.2.3) Place of performance
NUTS code:
UKM
Main site or place of performance:
Scotland, the slaughterhouse maybe be located outside of Scotland but this lot is for requirements in Scotland only
II.2.4) Description of the procurement
Lot 2 only covers Scotland.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
8 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
It is envisaged that this framework will be re-tendered in 2028
II.2.9) Information about the limits on the number of candidates to be invited
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
Lot No: Lot 3
II.2.1) Title
Lot 3: All Regions: The Collection & Transport of Live Animal.
II.2.2) Additional CPV code(s)
60000000
77400000
85200000
75130000
77100000
03000000
90721000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
England, Wales & Scotland
II.2.4) Description of the procurement
Lot 3 only covers all regions in Great Britain (England, Wales & Scotland)
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
8 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
It is envisaged that this framework will be re-tendered in 2028
II.2.9) Information about the limits on the number of candidates to be invited
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:
Tenderers must be able to comply with the regulations governing the transport and slaughter of animals
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
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Justification for any framework agreement duration exceeding 4 years: N/A - the framework will be awarded for a four year period.
IV.1.8) Information about 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 in the OJ S:
2024/S 000-015170
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
08/11/2024
Local time: 14:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
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:
08/11/2024
Local time: 14:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
It is envisaged that this framework will be re-tendered in 2028
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4) Procedures for review
VI.4.1) Review body
DEPARTMENT OF ENVIRONMENT, FOOD AND RURAL AFFAIRS (Defra Network eTendering Portal)
Seacole Building, 2 Marsham Street
London
SW1P 4DF
UK
Internet address(es)
URL: https://www.gov.uk/government/organisations/department-for-environment-food-rural-affairs
VI.4.2) Body responsible for mediation procedures
DEPARTMENT OF ENVIRONMENT, FOOD AND RURAL AFFAIRS (Defra Network eTendering Portal)
Seacole Building, 2 Marsham Street
London
SW1P 4DF
UK
Internet address(es)
URL: https://www.gov.uk/government/organisations/department-for-environment-food-rural-affairs
VI.5) Date of dispatch of this notice
09/10/2024