Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Framework Agreement for The Provision of Management, Collection, Slaughter, Salvage and Disposal of Farmed Livestock for TB Control Purposes (“Reactor Removal”)

  • First published: 13 October 2024
  • Last modified: 13 October 2024
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-045930
Published by:
DEPARTMENT OF ENVIRONMENT, FOOD AND RURAL AFFAIRS (Defra Network eTendering Portal)
Authority ID:
AA85878
Publication date:
13 October 2024
Deadline date:
08 November 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
77100000 Agricultural services Agricultural, forestry, horticultural, aquacultural and apicultural services
03000000 Agricultural, farming, fishing, forestry and related products Agriculture and Food
90721000 Environmental safety services Environmental protection
75130000 Supporting services for the government Administration services
60000000 Transport services (excl. Waste transport) Transport and Related Services
85200000 Veterinary services Health and social work services
77400000 Zoological services Agricultural, forestry, horticultural, aquacultural and apicultural services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
tom.redfearn@defra.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.