Section one: Contracting authority
one.1) Name and addresses
Department of Agriculture, Environment and Rural Affairs
303 Airport Road West
BELFAST
BT3 9ED
SSDAdmin.CPD@finance-ni.gov.uk
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
https://etendersni.gov.uk/epps
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
ID 5602223 - DAERA – Supply of Official Veterinarian Services
Reference number
ID 5602223
two.1.2) Main CPV code
- 85200000 - Veterinary services
two.1.3) Type of contract
Services
two.1.4) Short description
DAERA is seeking to establish a contract for the supply of Official Veterinarian (OV) services to deliver official controls and official activities in various locations throughout Northern Ireland. The OVs will be considered as the Supplier’s key personnel throughout the lifetime of the Contract. This is solely a services contract, there will be no opportunity for employment with the Buyer through this Contract.
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £7,427,303.28
two.2) Description
two.2.1) Title
Lot 1 – Supply of OVs for Northern Ireland Sanitary and Phytosanitary SPS Inspection facilities
Lot No
1
two.2.2) Additional CPV code(s)
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
- 79600000 - Recruitment services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
DAERA is seeking to establish a contract for the supply of Official Veterinarian (OV) services to deliver official controls and official activities in various locations throughout Northern Ireland. The OVs will be considered as the Supplier’s key personnel throughout the lifetime of the Contract. This is solely a services contract, there will be no opportunity for employment with the Buyer through this Contract.
two.2.5) Award criteria
Quality criterion - Name: AC1 Staffing and Resource Management / Weighting: 18
Quality criterion - Name: AC2 Training and Development / Weighting: 18
Quality criterion - Name: AC3 Contract Management / Weighting: 13.8
Quality criterion - Name: AC4 Social Value / Weighting: 10.2
Cost criterion - Name: AC5 Total Contract Price / Weighting: 40
two.2.11) Information about options
Options: Yes
Description of options
Following the initial contract period, the Buyer will have the option to extend the contract by two further periods ofup to one year each.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 2 – Supply of OVs for Northern Ireland Meat Establishments slaughterhouses, cutting plants and cold stores
Lot No
2
two.2.2) Additional CPV code(s)
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
- 79600000 - Recruitment services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
DAERA is seeking to establish a contract for the supply of Official Veterinarian (OV) services to deliver official controls and official activities in various locations throughout Northern Ireland. The OVs will be considered as the Supplier’s key personnel throughout the lifetime of the Contract. This is solely a services contract, there will be no opportunity for employment with the Buyer through this Contract.
two.2.5) Award criteria
Quality criterion - Name: AC1 Staffing and Resource Management / Weighting: 18
Quality criterion - Name: AC2 Training and Development / Weighting: 18
Quality criterion - Name: AC3 Contract Management / Weighting: 13.8
Quality criterion - Name: AC4 Social Value / Weighting: 10.2
Cost criterion - Name: AC5 Total Contract Price / Weighting: 40
two.2.11) Information about options
Options: Yes
Description of options
Following the initial contract period, the Buyer will have the option to extend the contract by two further periods ofup to one year each.
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: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-034228
Section five. Award of contract
Contract No
1
Lot No
1
Title
Lot 1 – Supply of OVs for Northern Ireland Sanitary and Phytosanitary (SPS) Inspection facilities
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
21 January 2025
five.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
MISTEV EXPORT HEALTH CERTIFICATION LIMITED
10 Howden Hall Loan
EDINBURGH
EH16 6UY
Telephone
+44 07587928824
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £6,067,069.55
Total value of the contract/lot: £6,067,069.55
Section five. Award of contract
Contract No
2
Lot No
2
Title
Lot 2 – Supply of OVs for Northern Ireland Meat Establishments (slaughterhouses, cutting plants and cold stores)
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
3 February 2025
five.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
EVILLE JONES G.B. LIMITED
Century House 1275 Century Way Thorpe Park
LEEDS
LS15 8ZB
Telephone
+44 01132840400
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £3,097,101.28
Total value of the contract/lot: £3,097,101.28
Section six. Complementary information
six.3) Additional information
The successful contractor’s performance on the contract will be regularly monitored in line with the tender documentation. Contractors not delivering on contract requirements is a serious matter. It means the public purse is not getting what it is paying for. If a contractor fails to reach satisfactory levels of contract performance they will be given a specified time to improve. If, after the specified time, they still fail to reach satisfactory levels of contract performance, the matter will be escalated to senior management in CPD for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, it may be regarded as an act of grave professional misconduct and they may be issued with a Notice of Unsatisfactory Performance and the contract may be terminated. The issue of a Notice of Unsatisfactory Performance can result in the Contractor being excluded from all procurement competitions being undertaken by Centres of Procurement Expertise on behalf of bodies covered by the Northern Ireland Procurement Policy for a period of three years from the date of issue.
six.4) Procedures for review
six.4.1) Review body
The UK does not have any such bodies with responsibility for appeal/mediation procedures. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015 as amended.
Belfast
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
CPD complied with the Public Contracts Regulations 2015 and incorporated a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract was communicated to tenderers. That notification provided full information on the award decision. This provided time for the unsuccessful tenderers to challenge the award decision before the contract was entered into.