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
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
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
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
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.