Section one: Contracting authority
one.1) Name and addresses
Food Standards Agency
Floors 6 and 7, Clive House, 70 Petty France
London
SW1H 9EX
Country
United Kingdom
Region code
UKI32 - Westminster
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://health-family.force.com/s/Welcome
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://health-family.force.com/s/Welcome
Tenders or requests to participate must be submitted to the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://health-family.force.com/s/Welcome
one.4) Type of the contracting authority
National or federal Agency/Office
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
FS430790 Imported Food Sampling, Analysis and Reporting
two.1.2) Main CPV code
- 73111000 - Research laboratory services
two.1.3) Type of contract
Services
two.1.4) Short description
Tenders are invited to carry out specific imported food commodity sampling, transportation to labs and analytical testing for a range of residues/contaminants. The work packages are expected to be agreed annually, starting in April 2026 with each package concluding, including delivery of the draft final report before March the following year.
two.1.5) Estimated total value
Value excluding VAT: £450,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Tenders are invited to carry out specific imported food commodity sampling, transportation to labs and analytical testing for a range of residues/contaminants. The work packages are expected to be agreed annually, starting in April 2026 with each package concluding, including delivery of the draft final report before March the following year.
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: £450,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 November 2025
End date
31 October 2029
This contract is subject to renewal
Yes
Description of renewals
2 year optional extension.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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 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: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
27 March 2025
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
11 February 2025
Local time
5:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
FSA
1-2 kings pool
york
YO1 7PR
Country
United Kingdom