Contract

ID 5602223 - DAERA – Supply of Official Veterinarian Services

  • Department of Agriculture, Environment and Rural Affairs

F03: Contract award notice

Notice identifier: 2025/S 000-005086

Procurement identifier (OCID): ocds-h6vhtk-04b051

Published 14 February 2025, 10:43am



Section one: Contracting authority

one.1) Name and addresses

Department of Agriculture, Environment and Rural Affairs

303 Airport Road West

BELFAST

BT3 9ED

Email

SSDAdmin.CPD@finance-ni.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.daera-ni.gov.uk/

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

Email

marco.ortego@mistevehc.co.uk

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

Email

info@eandj.co.uk

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.