Section one: Contracting authority
one.1) Name and addresses
Food Standards Agency
Floors 6 and 7, Clive House, 70 Petty France
London
SW1H 9EX
Contact
FSA Commercial
Country
United Kingdom
Region code
UKI32 - Westminster
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://health-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://health-family.force.com/s/Welcome
Tenders or requests to participate must be submitted to the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://health-family.force.com/s/Welcome
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Delivery of Official Controls in Approved Establishments in England & Wales
Reference number
C249154
two.1.2) Main CPV code
- 85200000 - Veterinary services
two.1.3) Type of contract
Services
two.1.4) Short description
This contract is for the provision of a managed service for contract Official Veterinarians (cOV) and contract Official Auxiliaries (cOA) to undertake the delivery of Official Controls in accordance with assimilated EU and UK law in Third Party Premises (Food Business Operator Premises) which are approved by FSA. These are meat establishments (slaughterhouses, cutting Premises and approved game handling establishments) which are owned and operated by a Food Business Operator. On occasion, attendance at premises under local authority control and Dairy Establishments may be required.
two.1.5) Estimated total value
Value excluding VAT: £303,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 7
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
The FSA reserves the right to award more than 7 Lots (consisting of Smaller and/or Larger Lots) to a single bidder if there are no sufficient alternative bids that meet the minimum threshold across each envelope.
Please see additional information provided in the FSADOC Contract Notice Wording Document.
two.2) Description
two.2.1) Title
2.a. Lot 1
Lot No
1
two.2.2) Additional CPV code(s)
- 85200000 - Veterinary services
- 85140000 - Miscellaneous health services
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
https://health-family.force.com/s/Welcome
two.2.4) Description of the procurement
This contract is for the provision of a managed service for contract Official Veterinarians (cOV) and contract Official Auxiliaries (cOA) to undertake the delivery of Official Controls in accordance with assimilated EU and UK law in Third Party Premises (Food Business Operator Premises) which are approved by FSA. These are meat establishments (slaughterhouses, cutting Premises and approved game handling establishments) which are owned and operated by a Food Business Operator. On occasion, attendance at premises under local authority control and Dairy Establishments may be required.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £53,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
31 March 2025
End date
30 March 2030
This contract is subject to renewal
Yes
Description of renewals
The FSA is entitled to extend the Contract by 2 years subject to giving notice in accordance with the terms of the Contract. See the Award Form and Core Terms of the Contract for more information
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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
Estimated value of Lot 1 is £31 to £53 million over the term of the Contract. Please note these are estimated values and FSA expect tenderers to calculate their bids based on the cost of delivering the service. The estimated range covers from the 5 year initial term to the 7 year total term, to include the optional 2 year extension, and are rounded to the nearest million.
Tenders will be evaluated on a lot by lot basis subject to the selection criteria set out in the Qualification Envelope and the award criteria and minimum requirements set out in the Evaluation Document. There are restrictions on the number of lots that can be awarded to a Tenderer subject to certain exceptions as set out in the Contract Notice Wording Document.
The FSA may request the Supplier to provide Services to certain other government departments as listed in Annex 3 of the Specification.
Tenders should review all information issued in order to prepare their response to the Qualification Envelope, Tender Response and Commercial Input Template. This is set out in the ITT, TUPE and Immigration Wording Document, Specification, Contract, Qualification Envelope, Evaluation Document, Contract Notice Wording Document.
The FSA does not bind itself to accept any tender and is not liable for any costs incurred by those expressing an interest or tendering for this opportunity.
Where the FSA chooses to award a Contract for any Lot, this will be subject to the Contract issued within the ITT documents.
The FSA reserves the right to eliminate a Tenderer from the process, due to serious concerns over their ability to deliver the service, if any of the following occur:
The Tenderer is judged to have a score of 0 in response to any individual question in the Technical Envelope.
The Tenderer is judged to have a score of 30 in at least 2 different questions in the Technical Envelope.
The Tenderer does not reach a minimum overall score of 60% in the Technical Envelope (excluding social value).
The Award Criteria is detailed in the FSADOC Evaluation Document in the documentation section.
two.2) Description
two.2.1) Title
2.b. Lot 2
Lot No
2
two.2.2) Additional CPV code(s)
- 85200000 - Veterinary services
- 85140000 - Miscellaneous health services
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
https://health-family.force.com/s/Welcome
two.2.4) Description of the procurement
This contract is for the provision of a managed service for contract Official Veterinarians (cOV) and contract Official Auxiliaries (cOA) to undertake the delivery of Official Controls in accordance with assimilated EU and UK law in Third Party Premises (Food Business Operator Premises) which are approved by FSA. These are meat establishments (slaughterhouses, cutting Premises and approved game handling establishments) which are owned and operated by a Food Business Operator. On occasion, attendance at premises under local authority control and Dairy Establishments may be required.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £18,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
31 March 2025
End date
30 March 2030
This contract is subject to renewal
Yes
Description of renewals
The FSA is entitled to extend the Contract by 2 years subject to giving notice in accordance with the terms of the Contract. See the Award Form and Core Terms of the Contract for more information
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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
Estimated value of Lot 2 is £11 to £18 million over the term of the Contract. Please note these are estimated values and FSA expect tenderers to calculate their bids based on the cost of delivering the service. The estimated range covers from the 5 year initial term to the 7 year total term, to include the optional 2 year extension, and are rounded to the nearest million.
Tenders will be evaluated on a lot by lot basis subject to the selection criteria set out in the Qualification Envelope and the award criteria and minimum requirements set out in the Evaluation Document. There are restrictions on the number of lots that can be awarded to a Tenderer subject to certain exceptions as set out in the Contract Notice Wording Document.
The FSA may request the Supplier to provide Services to certain other government departments as listed in Annex 3 of the Specification.
Tenders should review all information issued in order to prepare their response to the Qualification Envelope, Tender Response and Commercial Input Template. This is set out in the ITT, TUPE and Immigration Wording Document, Specification, Contract, Qualification Envelope, Evaluation Document, Contract Notice Wording Document.
The FSA does not bind itself to accept any tender and is not liable for any costs incurred by those expressing an interest or tendering for this opportunity.
Where the FSA chooses to award a Contract for any Lot, this will be subject to the Contract issued within the ITT documents.
The FSA reserves the right to eliminate a Tenderer from the process, due to serious concerns over their ability to deliver the service, if any of the following occur:
The Tenderer is judged to have a score of 0 in response to any individual question in the Technical Envelope.
The Tenderer is judged to have a score of 30 in at least 2 different questions in the Technical Envelope.
The Tenderer does not reach a minimum overall score of 60% in the Technical Envelope (excluding social value).
The Award Criteria is detailed in the FSADOC Evaluation Document in the documentation section.
two.2) Description
two.2.1) Title
2.c. Lot 3
Lot No
3
two.2.2) Additional CPV code(s)
- 85200000 - Veterinary services
- 85140000 - Miscellaneous health services
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
https://health-family.force.com/s/Welcome
two.2.4) Description of the procurement
This contract is for the provision of a managed service for contract Official Veterinarians (cOV) and contract Official Auxiliaries (cOA) to undertake the delivery of Official Controls in accordance with assimilated EU and UK law in Third Party Premises (Food Business Operator Premises) which are approved by FSA. These are meat establishments (slaughterhouses, cutting Premises and approved game handling establishments) which are owned and operated by a Food Business Operator. On occasion, attendance at premises under local authority control and Dairy Establishments may be required.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £23,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
31 March 2025
End date
30 March 2030
This contract is subject to renewal
Yes
Description of renewals
The FSA is entitled to extend the Contract by 2 years subject to giving notice in accordance with the terms of the Contract. See the Award Form and Core Terms of the Contract for more information.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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
Estimated value of Lot 3 is £14 to £23 million over the term of the Contract. Please note these are estimated values and FSA expect tenderers to calculate their bids based on the cost of delivering the service. The estimated range covers from the 5 year initial term to the 7 year total term, to include the optional 2 year extension, and are rounded to the nearest million.
Tenders will be evaluated on a lot by lot basis subject to the selection criteria set out in the Qualification Envelope and the award criteria and minimum requirements set out in the Evaluation Document. There are restrictions on the number of lots that can be awarded to a Tenderer subject to certain exceptions as set out in the Contract Notice Wording Document.
The FSA may request the Supplier to provide Services to certain other government departments as listed in Annex 3 of the Specification.
Tenders should review all information issued in order to prepare their response to the Qualification Envelope, Tender Response and Commercial Input Template. This is set out in the ITT, TUPE and Immigration Wording Document, Specification, Contract, Qualification Envelope, Evaluation Document, Contract Notice Wording Document.
The FSA does not bind itself to accept any tender and is not liable for any costs incurred by those expressing an interest or tendering for this opportunity.
Where the FSA chooses to award a Contract for any Lot, this will be subject to the Contract issued within the ITT documents.
The FSA reserves the right to eliminate a Tenderer from the process, due to serious concerns over their ability to deliver the service, if any of the following occur:
The Tenderer is judged to have a score of 0 in response to any individual question in the Technical Envelope.
The Tenderer is judged to have a score of 30 in at least 2 different questions in the Technical Envelope.
The Tenderer does not reach a minimum overall score of 60% in the Technical Envelope (excluding social value).
The Award Criteria is detailed in the FSADOC Evaluation Document in the documentation section.
two.2) Description
two.2.1) Title
2.d. Lot 4
Lot No
4
two.2.2) Additional CPV code(s)
- 85200000 - Veterinary services
- 85100000 - Health services
- 85140000 - Miscellaneous health services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
https://health-family.force.com/s/Welcome
two.2.4) Description of the procurement
This contract is for the provision of a managed service for contract Official Veterinarians (cOV) and contract Official Auxiliaries (cOA) to undertake the delivery of Official Controls in accordance with assimilated EU and UK law in Third Party Premises (Food Business Operator Premises) which are approved by FSA. These are meat establishments (slaughterhouses, cutting Premises and approved game handling establishments) which are owned and operated by a Food Business Operator. On occasion, attendance at premises under local authority control and Dairy Establishments may be required.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £31,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
31 March 2025
End date
30 March 2030
This contract is subject to renewal
Yes
Description of renewals
The FSA is entitled to extend the Contract by 2 years subject to giving notice in accordance with the terms of the Contract. See the Award Form and Core Terms of the Contract for more information.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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
Estimated value of Lot 4 is £18 to £31 million over the term of the Contract. Please note these are estimated values and FSA expect tenderers to calculate their bids based on the cost of delivering the service. The estimated range covers from the 5 year initial term to the 7 year total term, to include the optional 2 year extension, and are rounded to the nearest million.
Tenders will be evaluated on a lot by lot basis subject to the selection criteria set out in the Qualification Envelope and the award criteria and minimum requirements set out in the Evaluation Document. There are restrictions on the number of lots that can be awarded to a Tenderer subject to certain exceptions as set out in the Contract Notice Wording Document.
The FSA may request the Supplier to provide Services to certain other government departments as listed in Annex 3 of the Specification.
Tenders should review all information issued in order to prepare their response to the Qualification Envelope, Tender Response and Commercial Input Template. This is set out in the ITT, TUPE and Immigration Wording Document, Specification, Contract, Qualification Envelope, Evaluation Document, Contract Notice Wording Document.
The FSA does not bind itself to accept any tender and is not liable for any costs incurred by those expressing an interest or tendering for this opportunity.
Where the FSA chooses to award a Contract for any Lot, this will be subject to the Contract issued within the ITT documents.
The FSA reserves the right to eliminate a Tenderer from the process, due to serious concerns over their ability to deliver the service, if any of the following occur:
The Tenderer is judged to have a score of 0 in response to any individual question in the Technical Envelope.
The Tenderer is judged to have a score of 30 in at least 2 different questions in the Technical Envelope.
The Tenderer does not reach a minimum overall score of 60% in the Technical Envelope (excluding social value).
The Award Criteria is detailed in the FSADOC Evaluation Document in the documentation section.
two.2) Description
two.2.1) Title
2.e. Lot 5
Lot No
5
two.2.2) Additional CPV code(s)
- 85200000 - Veterinary services
- 85140000 - Miscellaneous health services
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
https://health-family.force.com/s/Welcome
two.2.4) Description of the procurement
This contract is for the provision of a managed service for contract Official Veterinarians (cOV) and contract Official Auxiliaries (cOA) to undertake the delivery of Official Controls in accordance with assimilated EU and UK law in Third Party Premises (Food Business Operator Premises) which are approved by FSA. These are meat establishments (slaughterhouses, cutting Premises and approved game handling establishments) which are owned and operated by a Food Business Operator. On occasion, attendance at premises under local authority control and Dairy Establishments may be required.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £20,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
31 March 2025
End date
30 March 2030
This contract is subject to renewal
Yes
Description of renewals
The FSA is entitled to extend the Contract by 2 years subject to giving notice in accordance with the terms of the Contract. See the Award Form and Core Terms of the Contract for more information.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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
Estimated value of Lot 5 is £12 to £20 million over the term of the Contract. Please note these are estimated values and FSA expect tenderers to calculate their bids based on the cost of delivering the service. The estimated range covers from the 5 year initial term to the 7 year total term, to include the optional 2 year extension, and are rounded to the nearest million.
Tenders will be evaluated on a lot by lot basis subject to the selection criteria set out in the Qualification Envelope and the award criteria and minimum requirements set out in the Evaluation Document. There are restrictions on the number of lots that can be awarded to a Tenderer subject to certain exceptions as set out in the Contract Notice Wording Document.
The FSA may request the Supplier to provide Services to certain other government departments as listed in Annex 3 of the Specification.
Tenders should review all information issued in order to prepare their response to the Qualification Envelope, Tender Response and Commercial Input Template. This is set out in the ITT, TUPE and Immigration Wording Document, Specification, Contract, Qualification Envelope, Evaluation Document, Contract Notice Wording Document.
The FSA does not bind itself to accept any tender and is not liable for any costs incurred by those expressing an interest or tendering for this opportunity.
Where the FSA chooses to award a Contract for any Lot, this will be subject to the Contract issued within the ITT documents.
The FSA reserves the right to eliminate a Tenderer from the process, due to serious concerns over their ability to deliver the service, if any of the following occur:
The Tenderer is judged to have a score of 0 in response to any individual question in the Technical Envelope.
The Tenderer is judged to have a score of 30 in at least 2 different questions in the Technical Envelope.
The Tenderer does not reach a minimum overall score of 60% in the Technical Envelope (excluding social value).
The Award Criteria is detailed in the FSADOC Evaluation Document in the documentation section.
two.2) Description
two.2.1) Title
2.f. Lot 6
Lot No
6
two.2.2) Additional CPV code(s)
- 85200000 - Veterinary services
- 85140000 - Miscellaneous health services
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
https://health-family.force.com/s/Welcome
two.2.4) Description of the procurement
This contract is for the provision of a managed service for contract Official Veterinarians (cOV) and contract Official Auxiliaries (cOA) to undertake the delivery of Official Controls in accordance with assimilated EU and UK law in Third Party Premises (Food Business Operator Premises) which are approved by FSA. These are meat establishments (slaughterhouses, cutting Premises and approved game handling establishments) which are owned and operated by a Food Business Operator. On occasion, attendance at premises under local authority control and Dairy Establishments may be required.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £35,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
31 March 2025
End date
30 March 2030
This contract is subject to renewal
Yes
Description of renewals
The FSA is entitled to extend the Contract by 2 years subject to giving notice in accordance with the terms of the Contract. See the Award Form and Core Terms of the Contract for more information.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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
Estimated value of Lot 6 is £21 to £35 million over the term of the Contract. Please note these are estimated values and FSA expect tenderers to calculate their bids based on the cost of delivering the service. The estimated range covers from the 5 year initial term to the 7 year total term, to include the optional 2 year extension, and are rounded to the nearest million.
Tenders will be evaluated on a lot by lot basis subject to the selection criteria set out in the Qualification Envelope and the award criteria and minimum requirements set out in the Evaluation Document. There are restrictions on the number of lots that can be awarded to a Tenderer subject to certain exceptions as set out in the Contract Notice Wording Document.
The FSA may request the Supplier to provide Services to certain other government departments as listed in Annex 3 of the Specification.
Tenders should review all information issued in order to prepare their response to the Qualification Envelope, Tender Response and Commercial Input Template. This is set out in the ITT, TUPE and Immigration Wording Document, Specification, Contract, Qualification Envelope, Evaluation Document, Contract Notice Wording Document.
The FSA does not bind itself to accept any tender and is not liable for any costs incurred by those expressing an interest or tendering for this opportunity.
Where the FSA chooses to award a Contract for any Lot, this will be subject to the Contract issued within the ITT documents.
The FSA reserves the right to eliminate a Tenderer from the process, due to serious concerns over their ability to deliver the service, if any of the following occur:
The Tenderer is judged to have a score of 0 in response to any individual question in the Technical Envelope.
The Tenderer is judged to have a score of 30 in at least 2 different questions in the Technical Envelope.
The Tenderer does not reach a minimum overall score of 60% in the Technical Envelope (excluding social value).
The Award Criteria is detailed in the FSADOC Evaluation Document in the documentation section.
two.2) Description
two.2.1) Title
2.g. Lot 7
Lot No
7
two.2.2) Additional CPV code(s)
- 85200000 - Veterinary services
- 85140000 - Miscellaneous health services
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
https://health-family.force.com/s/Welcome
two.2.4) Description of the procurement
This contract is for the provision of a managed service for contract Official Veterinarians (cOV) and contract Official Auxiliaries (cOA) to undertake the delivery of Official Controls in accordance with assimilated EU and UK law in Third Party Premises (Food Business Operator Premises) which are approved by FSA. These are meat establishments (slaughterhouses, cutting Premises and approved game handling establishments) which are owned and operated by a Food Business Operator. On occasion, attendance at premises under local authority control and Dairy Establishments may be required.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £61,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
31 March 2025
End date
30 March 2030
This contract is subject to renewal
Yes
Description of renewals
The FSA is entitled to extend the Contract by 2 years subject to giving notice in accordance with the terms of the Contract. See the Award Form and Core Terms of the Contract for more information.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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
Estimated value of Lot 7 is £36 to £61 million over the term of the Contract. Please note these are estimated values and FSA expect tenderers to calculate their bids based on the cost of delivering the service. The estimated range covers from the 5 year initial term to the 7 year total term, to include the optional 2 year extension, and are rounded to the nearest million.
Tenders will be evaluated on a lot by lot basis subject to the selection criteria set out in the Qualification Envelope and the award criteria and minimum requirements set out in the Evaluation Document. There are restrictions on the number of lots that can be awarded to a Tenderer subject to certain exceptions as set out in the Contract Notice Wording Document.
The FSA may request the Supplier to provide Services to certain other government departments as listed in Annex 3 of the Specification.
Tenders should review all information issued in order to prepare their response to the Qualification Envelope, Tender Response and Commercial Input Template. This is set out in the ITT, TUPE and Immigration Wording Document, Specification, Contract, Qualification Envelope, Evaluation Document, Contract Notice Wording Document.
The FSA does not bind itself to accept any tender and is not liable for any costs incurred by those expressing an interest or tendering for this opportunity.
Where the FSA chooses to award a Contract for any Lot, this will be subject to the Contract issued within the ITT documents.
The FSA reserves the right to eliminate a Tenderer from the process, due to serious concerns over their ability to deliver the service, if any of the following occur:
The Tenderer is judged to have a score of 0 in response to any individual question in the Technical Envelope.
The Tenderer is judged to have a score of 30 in at least 2 different questions in the Technical Envelope.
The Tenderer does not reach a minimum overall score of 60% in the Technical Envelope (excluding social value).
The Award Criteria is detailed in the FSADOC Evaluation Document in the documentation section.
two.2) Description
two.2.1) Title
2.h. Lot 8
Lot No
8
two.2.2) Additional CPV code(s)
- 85200000 - Veterinary services
- 85140000 - Miscellaneous health services
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
https://health-family.force.com/s/Welcome
two.2.4) Description of the procurement
This contract is for the provision of a managed service for contract Official Veterinarians (cOV) and contract Official Auxiliaries (cOA) to undertake the delivery of Official Controls in accordance with assimilated EU and UK law in Third Party Premises (Food Business Operator Premises) which are approved by FSA. These are meat establishments (slaughterhouses, cutting Premises and approved game handling establishments) which are owned and operated by a Food Business Operator. On occasion, attendance at premises under local authority control and Dairy Establishments may be required.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £29,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
31 March 2025
End date
30 March 2030
This contract is subject to renewal
Yes
Description of renewals
The FSA is entitled to extend the Contract by 2 years subject to giving notice in accordance with the terms of the Contract. See the Award Form and Core Terms of the Contract for more information.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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
Estimated value of Lot 8 is £17 to £29 million over the term of the Contract. Please note these are estimated values and FSA expect tenderers to calculate their bids based on the cost of delivering the service. The estimated range covers from the 5 year initial term to the 7 year total term, to include the optional 2 year extension, and are rounded to the nearest million.
Tenders will be evaluated on a lot by lot basis subject to the selection criteria set out in the Qualification Envelope and the award criteria and minimum requirements set out in the Evaluation Document. There are restrictions on the number of lots that can be awarded to a Tenderer subject to certain exceptions as set out in the Contract Notice Wording Document.
The FSA may request the Supplier to provide Services to certain other government departments as listed in Annex 3 of the Specification.
Tenders should review all information issued in order to prepare their response to the Qualification Envelope, Tender Response and Commercial Input Template. This is set out in the ITT, TUPE and Immigration Wording Document, Specification, Contract, Qualification Envelope, Evaluation Document, Contract Notice Wording Document.
The FSA does not bind itself to accept any tender and is not liable for any costs incurred by those expressing an interest or tendering for this opportunity.
Where the FSA chooses to award a Contract for any Lot, this will be subject to the Contract issued within the ITT documents.
The FSA reserves the right to eliminate a Tenderer from the process, due to serious concerns over their ability to deliver the service, if any of the following occur:
The Tenderer is judged to have a score of 0 in response to any individual question in the Technical Envelope.
The Tenderer is judged to have a score of 30 in at least 2 different questions in the Technical Envelope.
The Tenderer does not reach a minimum overall score of 60% in the Technical Envelope (excluding social value).
The Award Criteria is detailed in the FSADOC Evaluation Document in the documentation section.
two.2) Description
two.2.1) Title
2.i. Lot 9
Lot No
9
two.2.2) Additional CPV code(s)
- 85200000 - Veterinary services
- 85140000 - Miscellaneous health services
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
https://health-family.force.com/s/Welcome
two.2.4) Description of the procurement
This contract is for the provision of a managed service for contract Official Veterinarians (cOV) and contract Official Auxiliaries (cOA) to undertake the delivery of Official Controls in accordance with assimilated EU and UK law in Third Party Premises (Food Business Operator Premises) which are approved by FSA. These are meat establishments (slaughterhouses, cutting Premises and approved game handling establishments) which are owned and operated by a Food Business Operator. On occasion, attendance at premises under local authority control and Dairy Establishments may be required.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £33,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
31 March 2025
End date
30 March 2030
This contract is subject to renewal
Yes
Description of renewals
The FSA is entitled to extend the Contract by 2 years subject to giving notice in accordance with the terms of the Contract. See the Award Form and Core Terms of the Contract for more information.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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
Estimated value of Lot 9 is £20 to £33 million over the term of the Contract. Please note these are estimated values and FSA expect tenderers to calculate their bids based on the cost of delivering the service. The estimated range covers from the 5 year initial term to the 7 year total term, to include the optional 2 year extension, and are rounded to the nearest million.
Tenders will be evaluated on a lot by lot basis subject to the selection criteria set out in the Qualification Envelope and the award criteria and minimum requirements set out in the Evaluation Document. There are restrictions on the number of lots that can be awarded to a Tenderer subject to certain exceptions as set out in the Contract Notice Wording Document.
The FSA may request the Supplier to provide Services to certain other government departments as listed in Annex 3 of the Specification.
Tenders should review all information issued in order to prepare their response to the Qualification Envelope, Tender Response and Commercial Input Template. This is set out in the ITT, TUPE and Immigration Wording Document, Specification, Contract, Qualification Envelope, Evaluation Document, Contract Notice Wording Document.
The FSA does not bind itself to accept any tender and is not liable for any costs incurred by those expressing an interest or tendering for this opportunity.
Where the FSA chooses to award a Contract for any Lot, this will be subject to the Contract issued within the ITT documents.
The FSA reserves the right to eliminate a Tenderer from the process, due to serious concerns over their ability to deliver the service, if any of the following occur:
The Tenderer is judged to have a score of 0 in response to any individual question in the Technical Envelope.
The Tenderer is judged to have a score of 30 in at least 2 different questions in the Technical Envelope.
The Tenderer does not reach a minimum overall score of 60% in the Technical Envelope (excluding social value).
The Award Criteria is detailed in the FSADOC Evaluation Document in the documentation section.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
In accordance with Regulations 57,58 and 60 of the Public Contracts Regulations 2015 (PCR), Tenderers will be assessed in accordance with the PCR on the basis of the information provided in response to the Qualification Envelope (being the Selection Questionnaire).
three.1.2) Economic and financial standing
List and brief description of selection criteria
Acid Ratio and Operating Margin - This information is requested in the qualification section. This is being requested for information only.
The FSA expressly reserves the right to require Tenderers to provide additional information supplementing or clarifying any of the information provided in response to the requests set out in Qualification Envelope
Minimum level(s) of standards possibly required
The financial target threshold must be greater than 0%. This is being requested for information only.
The FSA expressly reserves the right to require Tenderers to provide additional information supplementing or clarifying any of the information provided in response to the requests set out in Qualification Envelope
three.1.3) Technical and professional ability
List and brief description of selection criteria
Tenderers will be assessed in accordance with Regulations 58 and 60 of the Public Contracts Regulations 2015. Tenderers should refer to further information detailed in the Qualification Envelope and the Evaluation Document. This information is requested in the qualification section.
Minimum level(s) of standards possibly required
Please see the Qualification Envelope and the Evaluation Document.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
The Contract will include a number of KPIs these will include; resourcing, supplier operational reporting, delivery of official controls and activities and people.
The detail of the Social Value KPI will be contractualised based on the Tenderer's proposal and as set out in the Tender Response.
Service Credits will apply.
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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 000-028214
four.2.2) Time limit for receipt of tenders or requests to participate
Date
11 June 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: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
11 June 2024
Local time
12:00pm
Place
All bids will be opened using the e-procurement site Atamis.
Information about authorised persons and opening procedure
All bids will be opened at noon on 11/06/2024, bids received after this time may be excluded and may not be evaluated.
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: The FSA is entitled to extend the Contract by 2 years subject to giving notice in accordance with the terms of the Contract. See the Award Form and Core Terms of the Contract for more information.
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
This is a 5 year contract with an optional 2 year extension.
The value of the Contract for all lots is estimated to be between £180,000,000 for 5 years and the total of £303,000,000 for the total duration, including the extension (£180 million - £303 million). The estimated value of each lot is indicated within the notice for each respective lot. Please note the total value of the Contract and the values on a per lot basis are estimated values and FSA expect tenderers to calculate their bids based on the cost of delivering the service for each lot that you bid for.
Tenders will be evaluated on a lot by lot basis subject to the selection criteria set out in the Qualification Envelope and the award criteria and minimum requirements set out in the Evaluation Document. There are restrictions on the number of lots that can be awarded to a Tenderer subject to certain exceptions as set out in the Contract Notice Wording Document.
The FSA may request the Supplier to provide Services to certain other government departments as listed in Annex 3 of the Specification.
Tenders should review all information issued in order to prepare their response to the Qualification Envelope, Tender Response and Commercial Input Template. This is set out in the ITT, TUPE and Immigration Wording Document, Specification, Contract, Qualification Envelope, Evaluation Document, Contract Notice Wording Document.
The FSA does not bind itself to accept any tender and is not liable for any costs incurred by those expressing an interest or tendering for this opportunity.
Where the FSA chooses to award a Contract for any Lot, this will be subject to the Contract issued within the ITT documents.
six.4) Procedures for review
six.4.1) Review body
High Court of Justice for England and Wales
The Strand
London
WC2A 2LL
Country
United Kingdom