Contract

ID 3823034 DAERA LMCNI - Provision of Certification Services to the Northern Ireland Beef and Lamb Farm Quality Assurance Scheme

  • DAERA Livestock and Meat Commission for NI

F03: Contract award notice

Notice identifier: 2022/S 000-007821

Procurement identifier (OCID): ocds-h6vhtk-030973

Published 23 March 2022, 9:54am



Section one: Contracting authority

one.1) Name and addresses

DAERA Livestock and Meat Commission for NI

Lissue Industrial Estate East, 1A Lissue Walk

LISBURN

BT28 2LU

Contact

SSDAdmin.CPDfinance-ni.gov.uk

Email

SSDAdmin@CPDfinance-ni.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.lmcni.com

Buyer's address

https://etendersni.gov.uk/epps

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

ID 3823034 DAERA LMCNI - Provision of Certification Services to the Northern Ireland Beef and Lamb Farm Quality Assurance Scheme

Reference number

ID 3823034

two.1.2) Main CPV code

  • 79000000 - Business services: law, marketing, consulting, recruitment, printing and security

two.1.3) Type of contract

Services

two.1.4) Short description

The Livestock and Meat Commission for Northern Ireland (LMC) is seeking a competent organisation to provide certification services including: registration, inspection and certification to the Northern Ireland Beef and Lamb Farm Quality Assurance Scheme (NIBL FQAS). LMC appoint a third-party Certification Body to independently verify that producers (farmers) are adhering to the required Standards of the scheme. The Certification Body is accredited to the International Standard ISO 17065 by the United Kingdom Accreditation Services (UKAS). Currently NIFCC (Northern Ireland Food Chain Certification) operate the certification system for the NIBL FQAS. NIBL FQAS has been provided with certification services by an ISO 17065 Product Certification Body accredited UKAS since April 2002. The contract with the present certification body expires on 31 March 2022 and LMC wishes to continue to operate a Product Certification Scheme for NIBL FQAS.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £6,400,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 79100000 - Legal services
  • 79130000 - Legal documentation and certification services
  • 79131000 - Documentation services
  • 79132000 - Certification services

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

two.2.4) Description of the procurement

The Livestock and Meat Commission for Northern Ireland (LMC) is seeking a competent organisation to provide certification services including: registration, inspection and certification to the Northern Ireland Beef and Lamb Farm Quality Assurance Scheme (NIBL FQAS). LMC appoint a third-party Certification Body to independently verify that producers (farmers) are adhering to the required Standards of the scheme. The Certification Body is accredited to the International Standard ISO 17065 by the United Kingdom Accreditation Services (UKAS). Currently NIFCC (Northern Ireland Food Chain Certification) operate the certification system for the NIBL FQAS. NIBL FQAS has been provided with certification services by an ISO 17065 Product Certification Body accredited UKAS since April 2002. The contract with the present certification body expires on 31 March 2022 and LMC wishes to continue to operate a Product Certification Scheme for NIBL FQAS.

two.2.5) Award criteria

Quality criterion - Name: AC1 Compliance with Specification Schedule in Full / Weighting: 0

Quality criterion - Name: AC2 Inspection Methodology / Weighting: 14

Quality criterion - Name: AC3 Certification Methodology / Weighting: 14

Quality criterion - Name: AC4 Method of Data Collection and Recording / Weighting: 14

Quality criterion - Name: AC5 Registration Methodology / Weighting: 10.5

Quality criterion - Name: AC6 Supplementary Services / Weighting: 10.5

Quality criterion - Name: AC7 Crisis Management / Weighting: 7

Cost criterion - Name: AC8 Total Contract Price / Weighting: 30

two.2.11) Information about options

Options: Yes

Description of options

After the initial contract period, there are [2] options to extend for [1] 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: 2022/S 000-000731


Section five. Award of contract

Contract No

1

Title

Contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

15 March 2022

five.2.2) Information about tenders

Number of tenders received: 2

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: 2

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

five.2.3) Name and address of the contractor

Nothern Ireland Food Chain Certification

31 Ballinderry Road

LISBURN

BT28 2SL

Email

info@nifcc.co.uk

Telephone

+44 2892633017

Fax

+44 2892633003

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

www.lmcni.com

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: £6,400,000

Total value of the contract/lot: £6,400,000


Section six. Complementary information

six.3) Additional information

The Contractor’s performance on the contract will be regularly monitored in line with PGN 01/12. A Contractor 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 Certificate of Unsatisfactory Performance and the contract may be terminated. The issue of a Certificate of Unsatisfactory Performance will 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 twelve months from the date of issue of the certificate.

six.4) Procedures for review

six.4.1) Review body

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.

As above.

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

CPD complies 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 is communicated to tenderers. That notification provided full information on the award decision and provided time for the unsuccessful tenderers to. challenge the award decision before the contract was entered into..