Contract

DAERA - HAULAGE AND SLAUGHTER OF bTB, Br AND EBL INFECTED CATTLE

  • Department of Agriculture, Environment and Rural Affairs

F03: Contract award notice

Notice identifier: 2023/S 000-007502

Procurement identifier (OCID): ocds-h6vhtk-039593

Published 15 March 2023, 10:59am



Section one: Contracting authority

one.1) Name and addresses

Department of Agriculture, Environment and Rural Affairs

Jubilee House, Ballykelly Road

Ballykelly

BT49 5HP

Contact

SSDAdmin.CPDfinance-ni.gov.uk

Email

SSDAdmin.CPD@finance-ni.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

DAERA - HAULAGE AND SLAUGHTER OF bTB, Br AND EBL INFECTED CATTLE

two.1.2) Main CPV code

  • 77100000 - Agricultural services

two.1.3) Type of contract

Services

two.1.4) Short description

DAERA requires Contractor(s) to provide services to: • collect the infected or suspected cattle from farms or other notified locations and transport them to their slaughter establishment. • slaughter infected or suspected cattle within 24hours of arrival to the slaughter facility; and • arrange for the disposal of any unfit/condemned meat/carcases (transport to and disposal at suitable rendering plant(s). This contract is divided into three (3) Lots: • Lot 1 – The Western Region will cover the Omagh, Dungannon, and Enniskillen; • Lot 2 – The Northern Region will cover the Strabane, Coleraine, Ballymena, and Mallusk; • Lot 3 – The Eastern Region will cover the Newtownards, Armagh and Newry

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: £9,713,095.88

two.2) Description

two.2.1) Title

Lot 1 – The Western Region will cover the Omagh, Dungannon, and Enniskillen;

Lot No

1

two.2.2) Additional CPV code(s)

  • 77100000 - Agricultural services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

DAERA requires Contractor(s) to provide services to: • collect the infected or suspected cattle from farms or other notified locations and transport them to their slaughter establishment. • slaughter infected or suspected cattle within 24hours of arrival to the slaughter facility; and • arrange for the disposal of any unfit/condemned meat/carcases (transport to and disposal at suitable rendering plant(s). This contract is divided into three (3) Lots: • Lot 1 – The Western Region will cover the Omagh, Dungannon, and Enniskillen; • Lot 2 – The Northern Region will cover the Strabane, Coleraine, Ballymena, and Mallusk; • Lot 3 – The Eastern Region will cover the Newtownards, Armagh and Newry

two.2.5) Award criteria

Quality criterion - Name: Qualitative Criteria / Weighting: 70

Cost criterion - Name: Quantitative Criteria / Weighting: 30

two.2.11) Information about options

Options: Yes

Description of options

The Client may, at its sole discretion, extend the duration of this Contract for any Extension Period up to and including 12 months commencing from the expiry date of the original Contract Term by giving the Contractor no less than one 1 Month’s written notice prior to the end of the Initial Term.

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.2.14) Additional information

The figure in II.1.7 represents a total estimated monetary value that reflects that this Contract incurs both receipts to the department i.e. salvage as well as costs e.g. Haulage cost, Condemnation cost, Annual costs. The pricing strategy. applied and the setting of cost/profit margins are a commercial decision for economic operators when submitting a bid.

two.2) Description

two.2.1) Title

Lot 2 – The Northern Region will cover the Strabane, Coleraine, Ballymena, and Mallusk;

Lot No

2

two.2.2) Additional CPV code(s)

  • 77100000 - Agricultural services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

DAERA requires Contractor(s) to provide services to: • collect the infected or suspected cattle from farms or other notified locations and transport them to their slaughter establishment. • slaughter infected or suspected cattle within 24hours of arrival to the slaughter facility; and • arrange for the disposal of any unfit/condemned meat/carcases (transport to and disposal at suitable rendering plant(s). This contract is divided into three (3) Lots: • Lot 1 – The Western Region will cover the Omagh, Dungannon, and Enniskillen; • Lot 2 – The Northern Region will cover the Strabane, Coleraine, Ballymena, and Mallusk; • Lot 3 – The Eastern Region will cover the Newtownards, Armagh and Newry

two.2.5) Award criteria

Quality criterion - Name: Qualitative Criteria / Weighting: 70

Cost criterion - Name: Quantitative Criteria / Weighting: 30

two.2.11) Information about options

Options: Yes

Description of options

The Client may, at its sole discretion, extend the duration of this Contract for any Extension Period up to and including 12 months commencing from the expiry date of the original Contract Term by giving the Contractor no less than one 1 Month’s written notice prior tothe end of the Initial Term.

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.2.14) Additional information

The figure in II.1.7 represents a total estimated monetary value that reflects that this Contract incurs both receipts to the department i.e. salvage as well as costs e.g. Haulage cost, Condemnation cost, Annual costs. The pricing strategy. applied and the setting of cost/profit margins are a commercial decision for economic operators when submitting a bid.

two.2) Description

two.2.1) Title

Lot 3 – The Eastern Region will cover the Newtownards, Armagh and Newry

Lot No

3

two.2.2) Additional CPV code(s)

  • 77100000 - Agricultural services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

DAERA requires Contractor(s) to provide services to: • collect the infected or suspected cattle from farms or other notified locations and transport them to their slaughter establishment. • slaughter infected or suspected cattle within 24hours of arrival to the slaughter facility; and • arrange for the disposal of any unfit/condemned meat/carcases (transport to and disposal at suitable rendering plant(s). This contract is divided into three (3) Lots: • Lot 1 – The Western Region will cover the Omagh, Dungannon, and Enniskillen; • Lot 2 – The Northern Region will cover the Strabane, Coleraine, Ballymena, and Mallusk; • Lot 3 – The Eastern Region will cover the Newtownards, Armagh and Newry

two.2.5) Award criteria

Quality criterion - Name: Qualitative Criteria / Weighting: 70

Cost criterion - Name: Quantitative Criteria / Weighting: 30

two.2.11) Information about options

Options: Yes

Description of options

The Client may, at its sole discretion, extend the duration of this Contract for any Extension Period up to and including 12 months commencing from the expiry date of the original Contract Term by giving the Contractor no less than one 1 Month’s written notice prior to the end of the Initial Term.

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.2.14) Additional information

The figure in II.1.5 represents a total estimated monetary value that reflects that this Contract incurs both receipts to the department i.e. salvage as well as costs e.g. Haulage cost, Condemnation cost, Annual costs. The pricing strategy. applied and the setting of cost/profit margins are a commercial decision for economic operators when submitting a bid.


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: 2023/S 000-000401


Section five. Award of contract

Contract No

1

Lot No

1

Title

Lot 1 – The Western Region will cover the Omagh, Dungannon, and Enniskillen;

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

14 March 2023

five.2.2) Information about tenders

Number of tenders received: 2

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: 2

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

W.D. MEATS

Lower Newmills Road

COLERAINE

BT52 2JR

Email

Lisa.Ross@wd-meats.co.uk

Telephone

+44 2870356111

Fax

+44 2870356903

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: £2,958,467.14

Total value of the contract/lot: £2,958,467.14


Section five. Award of contract

Contract No

2

Lot No

2

Title

Lot 2 – The Northern Region will cover the Strabane, Coleraine, Ballymena, and Mallusk;

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

14 March 2023

five.2.2) Information about tenders

Number of tenders received: 2

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: 2

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

W.D. MEATS

Lower Newmills Road

COLERAINE

BT52 2JR

Email

Lisa.Ross@wd-meats.co.uk

Telephone

+44 2870356111

Fax

+44 2870356903

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: £3,080,065.54

Total value of the contract/lot: £3,080,065.54


Section five. Award of contract

Contract No

3

Lot No

3

Title

Lot 3 – The Eastern Region will cover the Newtownards, Armagh and Newry

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

14 March 2023

five.2.2) Information about tenders

Number of tenders received: 2

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: 2

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

W.D. MEATS

Lower Newmills Road

COLERAINE

BT52 2JR

Email

Lisa.Ross@wd-meats.co.uk

Telephone

+44 2870356111

Fax

+44 2870356903

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: £3,674,563.20

Total value of the contract/lot: £3,674,563.20


Section six. Complementary information

six.3) Additional information

Contract Monitoring. Contract monitoring: the successful contractor’s performance on the contract will be regularly monitored. 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 Construction and Procurement Delivery (CPD) for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, this may be considered grounds for termination of the contract at your expense as provided for in the Conditions of Contract. In lieu of termination, CPD may issue a Notice of Written Warning or a Notice of Unsatisfactory Performance. A supplier in receipt of multiple Notices of Written Warning or a Notice of Unsatisfactory Performance may, in accordance with The Public Contracts Regulations 2015 (as amended), be excluded from future public procurement competitions for a period of up to three years.

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 (as amended) 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.