Section one: Contracting authority
one.1) Name and addresses
ANIMAL AND PLANT HEALTH AGENCY (Defra Network eTendering Portal)
Seacole Building, 2 Marsham Street
London
SW1P 4DF
Contact
Melanie Swain
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://www.gov.uk/government/organisations/department-for-environment-food-rural-affairs
Buyer's address
https://defra-family.force.com/s/Welcome
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://defra-family.force.com/s/Welcome
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://defra-family.force.com/s/Welcome
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
Environment
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Dead Wild Bird and Mammal Surveillance and Collection Services for Avian Influenza (AI)
Reference number
C23923
two.1.2) Main CPV code
- 77500000 - Animal husbandry services
two.1.3) Type of contract
Services
two.1.4) Short description
The Animal and Plant Health Agency (APHA) requires the collection of dead wild birds and small mammals that are deemed to be of surveillance value, and delivery of the carcases to designated sites for testing across mainland Great Britain (GB).
two.1.5) Estimated total value
Value excluding VAT: £3,314,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The Animal and Plant Health Agency (APHA) requires the collection of dead wild birds that are deemed to be of surveillance value, and delivery of the wild bird carcases to designated APHA Veterinary Investigation Centre (VIC) or Scotland Rural College Disease Surveillance Centre (SRUCDSC) sites for testing.
APHA also requires the provision of unique wild bird carcase identification numbers which will be held on a Central Spreadsheet.
Collection (and delivery) of specified small mammalian carcases will also be required, particularly if mortalities are linked epidemiologically to an AI outbreak in wild birds.
The Contractor will be required to have a network of personnel to act as Collectors across mainland Great Britain (GB) to ensure maximum efficiency in the Contractor’s timely ability to collect carcases upon request from the Authority. As a minimum this shall mean that the Contractor can collect and deliver any carcase across mainland GB within forty-eight (48) hours of the Authority’s request (i.e., for a Collector to travel from their point of origin to the location of the carcase(s) and then either to an APHAVIC or SRUCDSC, and/or a return journey).
While this Contract primarily covers collections from mainland GB, Services from GB islands (excluding Crown Dependencies) may be requested. If this situation occurs the Contractor would be expected to provide a quotation and estimated timescale or the collection. The APHA Veterinary Lead in Avian Virology would then advise if the collection should go ahead.
Note that the value shown on this notice is very approximate and covers the full potential 5-year contract period (01/09/2024 to 31/08/2027 with up to 24 months extension allowable).
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £3,314,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 September 2024
End date
31 August 2029
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
This contract may be extended by up to twenty-four (24) months (to 31/08/2029).
Note that the estimated contract value (shown in sections II.1.5.1 and II.2.6.1) covers the full potential 5-year contract period (01/09/2024 to 31/08/2027 with up to 24 months extension allowable).
The Authority is not obliged to extend the contract after the initial 3 years.
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
If you are interested in this requirement please ensure you are registered on Defra’s e-Sourcing system Atamis https://defra-family.force.com/s/Welcome.
If you need technical help with the Atamis system when registering please contact the Atamis support team e-mail
Support@Atamis.co.uk or phone Tel: 029 2279 0052.
Any questions, requests to participate or tender submissions must be submitted electronically via the portal.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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.2.2) Time limit for receipt of tenders or requests to participate
Date
8 May 2024
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
8 May 2024
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: If the Services continue to be required, and if the contract extension option is used, then a new procurement would start in Nov 2028.
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Body
N/A
N/A
N/A
publicprocurementreview@cabinetoffice.gov.uk
Country
United Kingdom
Internet address
https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit