Section one: Contracting authority
one.1) Name and addresses
LIVESTOCK INFORMATION LIMITED
Seacole Building, 2 Marsham Street
London
SW1P 4DF
commercial@livestockinformation.org.uk
Country
United Kingdom
Region code
UKI32 - Westminster
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
www.livestockinformation.org.uk
Buyer's address
www.livestockinformation.org.uk
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
www.livestockinformation.org.uk
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
Environment
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Software Testing Services
two.1.2) Main CPV code
- 72254000 - Software testing
two.1.3) Type of contract
Services
two.1.4) Short description
Livestock Information Ltd (LI Ltd) provides livestock movement information for industry and government that enables :
Better control of endemic livestock diseases
Terminate exotic disease outbreaks quickly and efficiently.
Drive positive changes in productivity and sustainability.
Develop a competitive trade advantage by building trade partner and consumer confidence in the provenance of British meat and livestock products.
LI Ltd is owned jointly by the Department for Environment Food and Rural Affairs (DEFRA) and is a Contracting Authority.
The current contract is being delivered by a UK provider with an offshore capability and is due to expire in April 2025, therefore the Authority is seeking expressions from economic operators who can provide software testing services.
This new contract opportunity will be for a period of 4 years (with an initial term of 2 years and the option for the Contracting Authority acting in its sole discretion, to extend for two further periods of 1 year each), aiming to commence in or around April 2025.
two.1.5) Estimated total value
Value excluding VAT: £12,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 72212984 - Program testing software development services
- 72254000 - Software testing
two.2.3) Place of performance
NUTS codes
- UKI32 - Westminster
two.2.4) Description of the procurement
The Contracting Authority is seeking a supplier to provide ongoing capability to deliver Software Testing Services (functional and non-functional) across current live service(s), additions and enhancements to current live service(s), new multi-species platform services under development and the migration of current live services to the new multi-species platform. Testing will be based on user, industry, government, and policy requirements as LI delivers on its mandate and product roadmaps. This will be for a period of 4 years (with an initial term of 2 years and the option for the Contracting Authority acting in its sole discretion, to extend for two further periods of 1 year each), aiming to commence on or around April 2025.
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: £12,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
Refer to procurement documents
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 4
Maximum number: 7
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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
Refer to procurement documents.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive procedure with negotiation
four.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
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 March 2024
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The procurement is undertaken pursuant to the Competitive Procedure with Negotiation (CPN).
Applicants will initially need to register their interest by sending an email to: commercial@livestockinformation.org.uk and will need to complete a non-disclosure agreement (NDA) which will be issued by the Authority's commercial team.
Once the signed NDA has been received by the Authority then all procurement documentation will be available from the Authority's portal and all communication is to be conducted via the portal.
Applicants will then be required to complete and return responses to the selection questionnaire (SQ) in accordance with the instructions set out in the procurement documentation.
Following the evaluation of the SQ returns, the Authority will shortlist to between four and seven applicants to participate in the stage stage of the process.
For clarity, the successful applicants invited to the next stage of the process will then be referred to as bidders
Bidders will then be asked to submit their initial returns to provide their proposals to deliver the services and to provide the costs for doing so . The Authority reserves the right to award the contract to the bidder with whom provides the Most Economically Advantageous Tender in terms of the highest combined qualitative and commercial scoring.
Should the Authority decide to negotiate, all bidders will be invited to participate. Once the Authority identifies the solution/solutions capable of meeting its needs, the negotiation phase will be concluded and bidders invited to submit a final tender before a preferred bidder is selected that represents the Most Economically Advantageous Tender.
Full details of the scope and requirements for the opportunity will be set out in the procurement documentation to be issued by the Authority.
To be able to access the procurement documents, applicants will need to register their company details @commercial@livestockinformation.org.uk
six.4) Procedures for review
six.4.1) Review body
The High Court
London
WC2A 2LL
Country
United Kingdom