Tender

DAERA - HAULAGE AND SLAUGHTER OF bTB, Br AND EBL INFECTED CATTLE

  • : Department of Agriculture, Environment and Rural Affairs

F02: Contract notice

Notice identifier: 2023/S 000-000401

Procurement identifier (OCID): ocds-h6vhtk-039593

Published 6 January 2023, 1:59pm



Section one: Contracting authority

one.1) Name and addresses

: Department of Agriculture, Environment and Rural Affairs

Jubilee House, Ballykelly Road

Balllykelly

BT49 5HP

Email

SSDAdmin.CPD@finance-ni.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://etendersni.gov.uk/epps

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

DAERA - HAULAGE AND SLAUGHTER OF bTB, Br AND EBL INFECTED CATTLE

Reference number

ID 4640365

two.1.2) Main CPV code

  • 77100000 - Agricultural services

two.1.3) Type of contract

Services

two.1.4) Short description

DAERA requires Contractor(s) to provide services to: • collect the infected or suspected cattle from farms or other notified locations and transport them to their slaughter establishment. • slaughter infected or suspected cattle within 24hours of arrival to the slaughter facility; and • arrange for the disposal of any unfit/condemned meat/carcases (transport to and disposal at suitable rendering plant(s). This contract is divided into three (3) Lots: • Lot 1 – The Western Region will cover the Omagh, Dungannon, and Enniskillen; • Lot 2 – The Northern Region will cover the Strabane, Coleraine, Ballymena, and Mallusk; • Lot 3 – The Eastern Region will cover the Newtownards, Armagh and Newry

two.1.5) Estimated total value

Value excluding VAT: £2,400,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
3

Maximum number of lots that may be awarded to one tenderer: 3

two.2) Description

two.2.1) Title

Lot 1 – The Western Region will cover the Omagh, Dungannon, and Enniskillen;

Lot No

1

two.2.2) Additional CPV code(s)

  • 77100000 - Agricultural services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

DAERA requires Contractor(s) to provide services to: • collect the infected or suspected cattle from farms or other notified locations and transport them to their slaughter establishment. • slaughter infected or suspected cattle within 24hours of arrival to the slaughter facility; and • arrange for the disposal of any unfit/condemned meat/carcases (transport to and disposal at suitable rendering plant(s). This contract is divided into three (3) Lots: • Lot 1 – The Western Region will cover the Omagh, Dungannon, and Enniskillen; • Lot 2 – The Northern Region will cover the Strabane, Coleraine, Ballymena, and Mallusk; • Lot 3 – The Eastern Region will cover the Newtownards, Armagh and Newry

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.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

The Client may, at its sole discretion, extend the duration of this Contract for any Extension Period up to and including 12 months commencing from the expiry date of the original Contract Term by giving the Contractor no less than one (1) Month’s written notice prior to the end of the Initial Term.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Client may, at its sole discretion, extend the duration of this Contract for any Extension Period up to and including 12 months commencing from the expiry date of the original Contract Term by giving the Contractor no less than one (1) Month’s written notice prior to the end of the Initial Term.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

The figure in II.1.5 represents a total estimated monetary value that reflects that this Contract incurs both receipts to the department i.e. salvage as well as costs e.g. Haulage cost, Condemnation cost, Annual costs. The pricing strategy. applied and the setting of cost/profit margins are a commercial decision for economic operators when submitting a bid.

two.2) Description

two.2.1) Title

Lot 2 – The Northern Region will cover the Strabane, Coleraine, Ballymena, and Mallusk;

Lot No

2

two.2.2) Additional CPV code(s)

  • 77100000 - Agricultural services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

DAERA requires Contractor(s) to provide services to: • collect the infected or suspected cattle from farms or other notified locations and transport them to their slaughter establishment. • slaughter infected or suspected cattle within 24hours of arrival to the slaughter facility; and • arrange for the disposal of any unfit/condemned meat/carcases (transport to and disposal at suitable rendering plant(s). This contract is divided into three (3) Lots: • Lot 1 – The Western Region will cover the Omagh, Dungannon, and Enniskillen; • Lot 2 – The Northern Region will cover the Strabane, Coleraine, Ballymena, and Mallusk; • Lot 3 – The Eastern Region will cover the Newtownards, Armagh and Newry

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.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

The Client may, at its sole discretion, extend the duration of this Contract for any Extension Period up to and including 12 months commencing from the expiry date of the original Contract Term by giving the Contractor no less than one (1) Month’s written notice prior to the end of the Initial Term.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Client may, at its sole discretion, extend the duration of this Contract for any Extension Period up to and including 12 months commencing from the expiry date of the original Contract Term by giving the Contractor no less than one (1) Month’s written notice prior to the end of the Initial Term.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

The figure in II.1.5 represents a total estimated monetary value that reflects that this Contract incurs both receipts to the department i.e. salvage as well as costs e.g. Haulage cost, Condemnation cost, Annual costs. The pricing strategy. applied and the setting of cost/profit margins are a commercial decision for economic operators when submitting a bid..

two.2) Description

two.2.1) Title

Lot 3 – The Eastern Region will cover the Newtownards, Armagh and Newry

Lot No

3

two.2.2) Additional CPV code(s)

  • 77100000 - Agricultural services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

DAERA requires Contractor(s) to provide services to: • collect the infected or suspected cattle from farms or other notified locations and transport them to their slaughter establishment. • slaughter infected or suspected cattle within 24hours of arrival to the slaughter facility; and • arrange for the disposal of any unfit/condemned meat/carcases (transport to and disposal at suitable rendering plant(s). This contract is divided into three (3) Lots: • Lot 1 – The Western Region will cover the Omagh, Dungannon, and Enniskillen; • Lot 2 – The Northern Region will cover the Strabane, Coleraine, Ballymena, and Mallusk; • Lot 3 – The Eastern Region will cover the Newtownards, Armagh and Newry

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.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

The Client may, at its sole discretion, extend the duration of this Contract for any Extension Period up to and including 12 months commencing from the expiry date of the original Contract Term by giving the Contractor no less than one (1) Month’s written notice prior to the end of the Initial Term.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Client may, at its sole discretion, extend the duration of this Contract for any Extension Period up to and including 12 months commencing from the expiry date of the original Contract Term by giving the Contractor no less than one (1) Month’s written notice prior to the end of the Initial Term.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

The figure in II.1.5 represents a total estimated monetary value that reflects that this Contract incurs both receipts to the department i.e. salvage as well as costs e.g. Haulage cost, Condemnation cost, Annual costs. The pricing strategy. applied and the setting of cost/profit margins are a commercial decision for economic operators when submitting a bid


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

List and brief description of selection criteria

As Per Tender Documentation.

three.1.3) Technical and professional ability

List and brief description of selection criteria

As Per Tender Documentation.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

10 February 2023

Local time

3:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 11 May 2023

four.2.7) Conditions for opening of tenders

Date

10 February 2023

Local time

3:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: To be reviewed when the Contract period is due to expire.

six.3) Additional information

Contract Monitoring. Contract monitoring: the successful contractor’s performance on the contract will be regularly monitored. Contractors not delivering on contract requirements is a serious matter. It means the public purse is not getting what it is paying for. If a contractor fails to reach satisfactory levels of contract performance they will be given a specified time to improve. If, after the specified. time, they still fail to reach satisfactory levels of contract. performance, the matter will be escalated to senior management in Construction and Procurement Delivery (CPD) for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, this may be considered grounds for termination of the contract at your expense as provided for in the Conditions of Contract. In lieu of termination, CPD may issue a Notice of Written Warning or a Notice of Unsatisfactory Performance. A supplier in receipt of multiple Notices of Written Warning or a Notice of Unsatisfactory Performance may, in accordance with The Public Contracts Regulations 2015 (as amended), be excluded from future public procurement competitions for a period of up to three years.

six.4) Procedures for review

six.4.1) Review body

The UK does not have any such bodies with responsibility for appeal/mediation procedures. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015 as amended.

Belfast

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

The UK does not have any such bodies with responsibility for appeal/mediation procedures. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015 as amended.

Belfast

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

CPD will comply with the Public Contracts Regulations 2015 (as amended) and, where appropriate, will incorporate a standstill period (i.e. a minimum of 10 calendar days) at the. point information on the award of contract is communicated to Tenderers. That notification. will provide full information on the award decision. This provides time for the unsuccessful. Tenderers to challenge the award decision before the contract is entered into.