Tender

Provision of Portal Official Veterinarian (OV) Service

  • NORTH EAST LINCOLNSHIRE COUNCIL

F02: Contract notice

Notice identifier: 2022/S 000-000411

Procurement identifier (OCID): ocds-h6vhtk-030830

Published 7 January 2022, 10:06am



Section one: Contracting authority

one.1) Name and addresses

NORTH EAST LINCOLNSHIRE COUNCIL

Municipal Offices,Town Hall Square

GRIMSBY

DN31 1HU

Email

procurement@nelincs.gov.uk

Telephone

+44 1472323018

Country

United Kingdom

NUTS code

UKE13 - North and North East Lincolnshire

Internet address(es)

Main address

www.nelincs.gov.uk

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

http://www.nelincs.gov.uk

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

Internet address

http://www.nelincs.gov.uk