Section one: Contracting authority
one.1) Name and addresses
Department of Agriculture Environment and Rural Affairs NI
Dundonald House
BELFAST
BT4 3SB
SSDAdmin.cpd@finance-ni.gov.uk
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
one.1) Name and addresses
Agri-Food and Biosciences Institute NI
Newforge Lane
Belfast
BT9 5PX
SSDAdmin.cpd@finance-ni.gov.uk
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
one.1) Name and addresses
Department of Agriculture Environment and Rural Affairs NI
Dundonald House
Belfast
BT4 3SB
SSDAdmin.cpd@finance-ni.gov.uk
Country
United Kingdom
NUTS 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 involves joint procurement
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
https://etendersni.gov.uk/epps
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
DAERA - CAFRE/AFBI – Provision of veterinary cover and veterinary supplies
Reference number
ID 3420316
two.1.2) Main CPV code
- 85200000 - Veterinary services
two.1.3) Type of contract
Services
two.1.4) Short description
DAERA wishes to establish a contract for the provision of Veterinary cover and Veterinary supplies for AFBI Hillsborough and Loughall, CAFRE Greenmount Antrim, Hill Farm Centre Glenwherry and Enniskillen Campuses. The Contract will be separated into 4 lots: Lot 1 – Greenmount, Antrim (Dairy Centre, the Beef and Sheep Centre) Lot 2 – Hill Farm Centre, Glenwherry (Suckler cow and sheep enterprises) Lot 3 – Enniskillen – (Equine enterprises) Lot 4 – AFBI Hillsborough and Loughgall Centres
two.1.5) Estimated total value
Value excluding VAT: £2,200,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
4
two.2) Description
two.2.1) Title
Lot 1 – Greenmount, Antrim (Dairy Centre, the Beef and Sheep Centre)
Lot No
1
two.2.2) Additional CPV code(s)
- 85200000 - Veterinary services
two.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
two.2.4) Description of the procurement
DAERA wishes to establish a contract for the provision of Veterinary cover and Veterinary supplies for AFBI Hillsborough and Loughall, CAFRE Greenmount Antrim, Hill Farm Centre Glenwherry and Enniskillen Campuses. The Contract will be separated into 4 lots: Lot 1 – Greenmount, Antrim (Dairy Centre, the Beef and Sheep Centre) Lot 2 – Hill Farm Centre, Glenwherry (Suckler cow and sheep enterprises) Lot 3 – Enniskillen – (Equine enterprises) Lot 4 – AFBI Hillsborough and Loughgall Centres
two.2.6) Estimated value
Value excluding VAT: £500,000
two.2.7) Duration of the contract or the framework agreement
Duration in months
84
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 contract will be awarded for an initial period of 24 months and will contain the options to extend for a further period of 24 months followed by 3 further periods of 12 months each. Tenderers should also note that the above figure in II.2.6 is the maximum anticipated spend through this Lot across the full contract term of 7 years. However tenderers should note that there is no guarantee of any level of work.
two.2) Description
two.2.1) Title
Lot 2 – Hill Farm Centre, Glenwherry (Suckler cow and sheep enterprises)
Lot No
2
two.2.2) Additional CPV code(s)
- 85200000 - Veterinary services
two.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
two.2.4) Description of the procurement
DAERA wishes to establish a contract for the provision of Veterinary cover and Veterinary supplies for AFBI Hillsborough and Loughall, CAFRE Greenmount Antrim, Hill Farm Centre Glenwherry and Enniskillen Campuses. The Contract will be separated into 4 lots: Lot 1 – Greenmount, Antrim (Dairy Centre, the Beef and Sheep Centre) Lot 2 – Hill Farm Centre, Glenwherry (Suckler cow and sheep enterprises) Lot 3 – Enniskillen – (Equine enterprises) Lot 4 – AFBI Hillsborough and Loughgall Centres
two.2.6) Estimated value
Value excluding VAT: £200,000
two.2.7) Duration of the contract or the framework agreement
Duration in months
84
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 contract will be awarded for an initial period of 24 months and will contain the options to extend for a further period of 24 months followed by 3 further periods of 12 months each. Tenderers should also note that the above figure in II.2.6 is the maximum anticipated spend through this Lot across the full contract term of 7 years. However tenderers should note that there is no guarantee of any level of work.
two.2) Description
two.2.1) Title
Lot 3 – Enniskillen – (Equine enterprises)
Lot No
3
two.2.2) Additional CPV code(s)
- 85200000 - Veterinary services
two.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
two.2.4) Description of the procurement
DAERA wishes to establish a contract for the provision of Veterinary cover and Veterinary supplies for AFBI Hillsborough and Loughall, CAFRE Greenmount Antrim, Hill Farm Centre Glenwherry and Enniskillen Campuses. The Contract will be separated into 4 lots: Lot 1 – Greenmount, Antrim (Dairy Centre, the Beef and Sheep Centre) Lot 2 – Hill Farm Centre, Glenwherry (Suckler cow and sheep enterprises) Lot 3 – Enniskillen – (Equine enterprises) Lot 4 – AFBI Hillsborough and Loughgall Centres
two.2.6) Estimated value
Value excluding VAT: £300,000
two.2.7) Duration of the contract or the framework agreement
Duration in months
84
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 contract will be awarded for an initial period of 24 months and will contain the options to extend for a further period of 24 months followed by 3 further periods of 12 months each. Tenderers should also note that the above figure in II.2.6 is the maximum anticipated spend through this Lot across the full contract term of 7 years. However tenderers should note that there is no guarantee of any level of work.
two.2) Description
two.2.1) Title
Lot 4 – AFBI Hillsborough and Loughgall Centres
Lot No
4
two.2.2) Additional CPV code(s)
- 85200000 - Veterinary services
two.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
two.2.4) Description of the procurement
DAERA wishes to establish a contract for the provision of Veterinary cover and Veterinary supplies for AFBI Hillsborough and Loughall, CAFRE Greenmount Antrim, Hill Farm Centre Glenwherry and Enniskillen Campuses. The Contract will be separated into 4 lots: Lot 1 – Greenmount, Antrim (Dairy Centre, the Beef and Sheep Centre) Lot 2 – Hill Farm Centre, Glenwherry (Suckler cow and sheep enterprises) Lot 3 – Enniskillen – (Equine enterprises) Lot 4 – AFBI Hillsborough and Loughgall Centres
two.2.6) Estimated value
Value excluding VAT: £1,200,000
two.2.7) Duration of the contract or the framework agreement
Duration in months
84
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 contract will be awarded for an initial period of 24 months and will contain the options to extend for a further period of 24 months followed by 3 further periods of 12 months each. Tenderers should also note that the above figure in II.2.6 is the maximum anticipated spend through this Lot across the full contract term of 7 years. However tenderers should note that there is no guarantee of any level of work.
Section four. Procedure
four.1) Description
four.1.1) Form of procedure
Open procedure
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
31 May 2021
Local time
3:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.3) Additional information
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 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
The UK does not have any such bodies with responsibility for appeal/mediation procedures.
N/A
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
CPD will comply with the Public Contracts Regulations 2015 (as amended) and, where appropriate, will incorporate 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 will provide full information on the award decision. This provides time for the unsuccessful tenderers to challenge the award decision before the contract is entered into