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
SSDAdmin.CPD@finance-ni.gov.uk
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
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.