Tender

ID 3823034 DAERA LMCNI - Provision of Certification Services to the Northern Ireland Beef and Lamb Farm Quality Assurance Scheme

  • DAERA Livestock and Meat Commission for NI

F02: Contract notice

Notice identifier: 2022/S 000-000731

Procurement identifier (OCID): ocds-h6vhtk-030973

Published 11 January 2022, 11:34am



Section one: Contracting authority

one.1) Name and addresses

DAERA Livestock and Meat Commission for NI

Lissue Industrial Estate East, 1A Lissue Walk

LISBURN

BT28 2LU

Contact

SSDAdmin.CPDfinance-ni.gov.uk

Email

SSDAdmin.CPD@finance-ni.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.lmcni.com

Buyer's address

https://etendersni.gov.uk/epps

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

ID 3823034 DAERA LMCNI - Provision of Certification Services to the Northern Ireland Beef and Lamb Farm Quality Assurance Scheme

Reference number

ID 3823034

two.1.2) Main CPV code

  • 79000000 - Business services: law, marketing, consulting, recruitment, printing and security

two.1.3) Type of contract

Services

two.1.4) Short description

The Livestock and Meat Commission for Northern Ireland (LMC) is seeking a competent organisation to provide certification services including: registration, inspection and certification to the Northern Ireland Beef and Lamb Farm Quality Assurance Scheme (NIBL FQAS). LMC appoint a third-party Certification Body to independently verify that producers (farmers) are adhering to the required Standards of the scheme. The Certification Body is accredited to the International Standard ISO 17065 by the United Kingdom Accreditation Services (UKAS). Currently NIFCC (Northern Ireland Food Chain Certification) operate the certification system for the NIBL FQAS. NIBL FQAS has been provided with certification services by an ISO 17065 Product Certification Body accredited UKAS since April 2002. The contract with the present certification body expires on 31 March 2022 and LMC wishes to continue to operate a Product Certification Scheme for NIBL FQAS.

two.1.5) Estimated total value

Value excluding VAT: £6,400,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 79100000 - Legal services
  • 79130000 - Legal documentation and certification services
  • 79131000 - Documentation services
  • 79132000 - Certification services

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

two.2.4) Description of the procurement

The Livestock and Meat Commission for Northern Ireland (LMC) is seeking a competent organisation to provide certification services including: registration, inspection and certification to the Northern Ireland Beef and Lamb Farm Quality Assurance Scheme (NIBL FQAS). LMC appoint a third-party Certification Body to independently verify that producers (farmers) are adhering to the required Standards of the scheme. The Certification Body is accredited to the International Standard ISO 17065 by the United Kingdom Accreditation Services (UKAS). Currently NIFCC (Northern Ireland Food Chain Certification) operate the certification system for the NIBL FQAS. NIBL FQAS has been provided with certification services by an ISO 17065 Product Certification Body accredited UKAS since April 2002. The contract with the present certification body expires on 31 March 2022 and LMC wishes to continue to operate a Product Certification Scheme for NIBL FQAS.

two.2.5) Award criteria

Quality criterion - Name: AC1 Compliance with Specification Schedule in Full / Weighting: 0

Quality criterion - Name: AC2 Inspection Methodology / Weighting: 14

Quality criterion - Name: AC3 Certification Methodology / Weighting: 14

Quality criterion - Name: AC4 Method of Data Collection and Recording / Weighting: 14

Quality criterion - Name: AC5 Registration Methodology / Weighting: 10.5

Quality criterion - Name: AC6 Supplementary Services / Weighting: 10.5

Quality criterion - Name: AC7 Crisis Management / Weighting: 7

Cost criterion - Name: Total Contract Price / Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £6,400,000

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 contract is anticipated to be renewed on expiry of the final contract period and prior to April 2027.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

After the initial contract period, there are [2] options to extend for [1] year each.

two.2.13) Information about European Union Funds

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


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.3) Technical and professional ability

List and brief description of selection criteria

SC1 Company Experience

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

The Client will monitor the Contractor’s performance against the agreed Key Performance Indicators as detailed in the Commercial Conditions of Contract schedule 3 Contract Management/Monitoring Schedule.


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

14 February 2022

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: 15 May 2022

four.2.7) Conditions for opening of tenders

Date

14 February 2022

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: 3 months prior to expiry of this contract anticipated to be January 2027.

six.3) Additional information

Contract Monitoring. The successful Contractor’s performance on this Contract will be managed as per the specification and regularly monitored (see Procurement Guidance Note 01/12 - Contract Management - Procedures and Principles). 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 CPD for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, it may be regarded as an act of grave professional misconduct and they may be issued with a Notice of Unsatisfactory Performance and this Contract may be terminated. A central register of such Notices for supplies and services contracts will be maintained and published on the CPD website. Any Contractor in receipt of a Notice of Unsatisfactory Performance will be required to declare this in future tender submissions for a period of three years from the date of issue of the Notice. It may also result in the Contractor being excluded from all procurement competitions being undertaken by Centres of Procurement expertise on behalf of bodies covered by the Northern Ireland Procurement Policy..

six.4) Procedures for review

six.4.1) Review body

The UK does not have any such bodies with responsibility for appeal/mediation procedures.

As above

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.