Tender

053-0122OET Voluntary/Automatic Dairy Milking System

  • AGRI-EPI CENTRE LIMITED

F02: Contract notice

Notice identifier: 2022/S 000-002320

Procurement identifier (OCID): ocds-h6vhtk-030fa9

Published 26 January 2022, 2:49pm



Section one: Contracting authority

one.1) Name and addresses

AGRI-EPI CENTRE LIMITED

AGRI-EPI CENTRE, ROSLIN

EDINBURGH

EH25 9RG

Contact

Procurement Department

Email

procurement@agri-epicentre.com

Country

United Kingdom

NUTS code

UKM73 - East Lothian and Midlothian

Internet address(es)

Main address

https://agri-epicentre.com/

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