Section one: Contracting authority
one.1) Name and addresses
NORTH EAST LINCOLNSHIRE COUNCIL
Municipal Offices,Town Hall Square
GRIMSBY
DN31 1HU
Telephone
+44 1472323018
Country
United Kingdom
NUTS code
UKE13 - North and North East Lincolnshire
Internet address(es)
Main address
Buyer's address
https://www.nelincs.gov.uk/council-information-partnerships/contractsandtenders/pannel/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://yortender.eu-supply.com/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://yortender.eu-supply.com/
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Provision of Portal Official Veterinarian (OV) Service
Reference number
47897
two.1.2) Main CPV code
- 85200000 - Veterinary services
two.1.3) Type of contract
Services
two.1.4) Short description
North East Lincolnshire Council (the Authority) requires a provider to deliver a portal official veterinarian (OV) service.
Please note that this is a rerun of the abandoned procurement for Provision of Portal Official Veterinarian (OV) Service run in Summer 2021, reference number DN555246/ FTS 2021/S 000-016393.
Following the UK's departure from the EU, there is a requirement for import checks on certain goods of both non-EU and EU origin. Associated British Ports (ABP) are providing a new Border Control Post (BCP) that will be approved to handle a range of products and the Authority is responsible for providing the required operational resource. The Authority has seen a substantial increase in exports and associated control with the exit from the EU.
Most products of animal origin require the presence of an Official Veterinary Surgeon (OVS). This is a statutory requirement in accordance with current EU and UK legislation (UK TARP Regulations 2011, as amended or replaced, Official Control Regulations 2017/625) and requirements of the central competent authorities (DEFRA and FSA).
The Provider shall deliver official controls at the Border Control Post and maintain the full range of imports that can arrive into Grimsby and Immingham.
All information and documents are only available via https://yortender.eu-supply.com/
All clarifications and questions must be submitted via https://yortender.eu-supply.com/
two.1.5) Estimated total value
Value excluding VAT: £1,350,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKE13 - North and North East Lincolnshire
Main site or place of performance
North East Lincolnshire
two.2.4) Description of the procurement
The Provider shall deliver official controls at the Border Control Post and maintain the full range of imports that can arrive into Grimsby and Immingham.
The Provider shall:
- Ensure that the Border Control Post operates within legal requirements.
- Make decisions on imported product of animal origin consignments.
- Provide validation and oversight of documentary screening checks undertaken by Port Health staff.
- Provide validation and verification of Export Health Certificates.
- Provide ongoing advice and guidance in the delivery of the Service required by the Authority.
- Provide ongoing training and guidance (as required) to Authority staff to ensure that the Service meets the veterinary checks (product) legislation.
Further information about the requirements can be accessed via https://yortender.eu-supply.com/
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £1,350,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
The initial contract duration is 24 months with the option to extend for 3 further 12 month periods.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.14) Additional information
The requirement is for a sole provider to ensure consistency of service provision, therefore the opportunity has not been lotted.
The contract duration in II.2.7 is made up of the initial contract duration of 24 months and the 3 further 12 month extensions.
The estimated values in II.5 and II.2.6 are calculated using the estimated annual cost of £270000 x 5 years.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
The vets used to deliver the service by the provider must be members of Royal College of Veterinary Surgeons.
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
9 February 2022
Local time
12:00pm
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
Duration in months: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
9 February 2022
Local time
1:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Prior to the end of the initial 24 months, or at any point during the 3 further 12 month extension periods.
six.4) Procedures for review
six.4.1) Review body
North East Lincolnshire Council - Legal Services
Municipal Offices, Town Hall Square
Grimsby
DN31 1HU
Country
United Kingdom
Internet address
six.4.2) Body responsible for mediation procedures
North East Lincolnshire Council - Legal Services
Municipal Offices, Town Hall Square
Grimsby
DN31 1HU
Country
United Kingdom