Section one: Contracting authority
one.1) Name and addresses
AGRI-EPI CENTRE LIMITED
AGRI-EPI CENTRE, ROSLIN
EDINBURGH
EH25 9RG
Contact
Procurement Department
procurement@agri-epicentre.com
Country
United Kingdom
NUTS code
UKM73 - East Lothian and Midlothian
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://ne1procurementservices.com/content/live_tenders.php
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://ne1procurementservices.com/content/live_tenders.php
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Other activity
R&D Agriculture and related sectors
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
053-0122OET Voluntary/Automatic Dairy Milking System
Reference number
053-0121OET
two.1.2) Main CPV code
- 03000000 - Agricultural, farming, fishing, forestry and related products
two.1.3) Type of contract
Supplies
two.1.4) Short description
The awarded supplier will provide a voluntary / automatic milking system (VMS/AMS) for a newly established herd of ~180 cows.
The installation would be in a pre-existing AMS shed of novel design, but there would be some scope for adjustments to the shed to accommodate a new design of system. A key component of the system is precision grazing cows so the shed design must reflect this and include automated sorting gates. A building map is included in this tender but more detailed building drawings can be supplied if required.
The number of VMS/AMS units to be provided can be specified by the provider as long as they fit within the system and optimise the numbers of cows that can be kept in the herd. The units provided must be the most up to date models from the company and provide the optimum system for both commercial and research work.
Please also refer to Appendix A for any additional guidance re layout etc to assist in bid response.
The units provided must include herd management software and allow access for data collection for research purposes. Integration of novel sensor technologies is a core component of the work conducted at the SWDDC and data access and a collaborative approach is essential for this research and the suppliers policy on this must be addressed in the tender.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKK - South West (England)
Main site or place of performance
Shepton Mallet BA4 6SS
two.2.4) Description of the procurement
Agri-EPI Centre (AEC) is seeking bids from qualified and experienced suppliers who can provide voluntary/automatic milking system to operate at Agri-EPI's South West Dairy Development Centre (SWDDC) which is located at Shepton Mallet BA4 6SS.
The principal purpose of the SWDDC is to enable research and demonstration of novel ideas, techniques and environmental issues within dairy farming that will encourage innovation in UK dairy production.
Summary of Requirements
The awarded supplier will provide a voluntary / automatic miking system (VMS/AMS) for a newly established herd of ~180 cows.
The installation would be in a pre-existing AMS shed of novel design, but there would be some scope for adjustments to the shed to accommodate a new design of system. A key component of the system is precision grazing cows so the shed design must reflect this and include automated sorting gates. A building map is included in this tender but more detailed building drawings can be supplied if required.
The number of VMS/AMS units to be provided can be specified by the provider as long as they fit within the system and optimise the numbers of cows that can be kept in the herd. The units provided must be the most up to date models from the company and provide the optimum system for both commercial and research work.
Please also refer to Appendix A for any additional guidance re layout etc to assist in bid response.
The units provided must include herd management software and allow access for data collection for research purposes. Integration of novel sensor technologies is a core component of the work conducted at the SWDDC and data access and a collaborative approach is essential for this research and the suppliers policy on this must be addressed in the tender.
All and any data generated by the system will be the exclusive ownership of AEC and as such no permission, rights, licences or otherwise are implied or conferred to the supplier to retain and utilise such data in any way without the express permission in writing of AEC.
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
12
This contract is subject to renewal
Yes
Description of renewals
Optional extensions of a further 3 x 12 months possible at the discretion of the Authority.
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 3
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
25 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: 12 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
25 February 2022
Local time
1:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
Milestone payments/pre delivery payments will not be accepted as standard and such requests must be made within the tender response document, and such approval and execution of such payment requests is entirely at the discretion of the Authority.
six.4) Procedures for review
six.4.1) Review body
High Court
London
Country
United Kingdom