Tender

Software Testing Services

  • LIVESTOCK INFORMATION LIMITED

F02: Contract notice

Notice identifier: 2024/S 000-003133

Procurement identifier (OCID): ocds-h6vhtk-0435dd

Published 30 January 2024, 5:32pm



Section one: Contracting authority

one.1) Name and addresses

LIVESTOCK INFORMATION LIMITED

Seacole Building, 2 Marsham Street

London

SW1P 4DF

Email

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