Opportunity

Provision of a Pesticide Residue Testing, Radiation Testing & Bacterial Testing Service on behalf of behalf of the London Borough of Hillingdon

  • London Borough of Hillingdon

F02: Contract notice

Notice reference: 2021/S 000-016273

Published 12 July 2021, 10:45pm



Section one: Contracting authority

one.1) Name and addresses

London Borough of Hillingdon

London

Hillingdon

London

Email

AMayo@hillingdon.gov.uk

Country

United Kingdom

NUTS code

UKI74 - Harrow and Hillingdon

Internet address(es)

Main address

www.hillingdon.gov.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.capitalesourcing.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.capitalesourcing.com

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Provision of a Pesticide Residue Testing, Radiation Testing & Bacterial Testing Service on behalf of behalf of the London Borough of Hillingdon

two.1.2) Main CPV code

  • 90721300 - Food or feed contamination protection services

two.1.3) Type of contract

Services

two.1.4) Short description

The London Borough of Hillingdon is responsible for overseeing imported food and feed controls at its Imported Food Office located at London Heathrow Airport. European Community legislation requires imports of certain food and feed products to be introduced into the United Kingdom only via approved inspection facilities. The Imported Food Office at London Heathrow Airport is an approved inspection facility for both imports of products of animal origin, and those not of animal origin.

The London Borough of Hillingdon are looking for a supplier or suppliers that can analyse imports of feed and food for the following contaminants:

• Lot A - Pesticide residues

• Lot B - Caesium-134 and Caesium-137

• Lot C - Microbiological contaminants

• Lot D - Other Miscellaneous

• Lot E - All of the above

The London Borough of Hillingdon reserves the right to award some, all or none of the Lots shown above.

The majority of imports that are examined by London Borough of Hillingdon Imported Food Officers are fresh, highly perishable products.

The supplier will also be required to carry out analysis of samples submitted by the London Borough of Hillingdon Food Health and Safety Team for the purpose of enforcing the following legislation:

a. Food Safety (Sampling and Qualifications) (England) Regulations 2013

b. The Food Safety Act 1990 and regulations made thereunder

c. The Food Safety and Hygiene (England) Regulations 2013

d. any other legislation where it is agreed that the contractor has access to appropriate facilities and qualification to test the goods or samples.

Contract Commencement- December 2021

The Contract will be for an initial term of three (3) years extendable at Hillingdon’s sole discretion for a further period of two (2) years extension, giving a total of five (5) years (the Term).

two.1.5) Estimated total value

Value excluding VAT: £633,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Lot No

Lot A - Pesticide Residues (Fresh produce)

two.2.2) Additional CPV code(s)

  • 90721300 - Food or feed contamination protection services

two.2.3) Place of performance

NUTS codes
  • UKI74 - Harrow and Hillingdon

two.2.4) Description of the procurement

Retained Regulation (EU) 2019/1793 requires increased controls on imports of fruits and vegetables originating from certain countries outside of the European Union. Consignments that are subject to these increased controls must undergo a documentary check. In addition to this, an identity check and physical examination must be carried out at varying frequencies as set out in the Regulation.

In cases where a physical examination takes place, a formal sample is taken from the consignment to be tested for a range of contaminants listed in the Regulation. The most common laboratory test required at present by the imported food office is a test for the presence of pesticide residues.

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: £633,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 December 2021

End date

30 November 2026

This contract is subject to renewal

Yes

Description of renewals

The Contract will be for an initial term of three (3) years extendable at Hillingdon’s sole for a further period of two (2) years extension, giving a total of five (5) years (the Term).

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Contract will be for an initial term of three (3) years extendable at Hillingdon’s sole for a further period of two (2) years extension, giving a total of five (5) years (the 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) Description

two.2.1) Title

Lot No

Lot B - Microbiological analysis

two.2.2) Additional CPV code(s)

  • 90721300 - Food or feed contamination protection services

two.2.3) Place of performance

NUTS codes
  • UKI74 - Harrow and Hillingdon

two.2.4) Description of the procurement

Microbiological analysis is required for both products of animal origin and products not of animal origin.

The most common microbiological test required at present is a test for Salmonella spp in betel leaves as required by Retained Regulation (EU) 2019/1793.

During the 2019/2020 financial year, microbiological analysis was carried out on:

● 10 consignments of products of animal origin (POAO).

● 2 consignments of products not of animal origin (PNAO) - detained pending results

During the 2020/2021 financial year, microbiological analysis was carried out on:

● 2 consignments of products of animal origin POAO.

● 5 consignments of products not of animal origin (PNAO) - detained pending results

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: £633,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 December 2021

End date

30 November 2026

This contract is subject to renewal

Yes

Description of renewals

The Contract will be for an initial term of three (3) years extendable at Hillingdon’s sole for a further period of two (2) years extension, giving a total of five (5) years (the Term).

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Contract will be for an initial term of three (3) years extendable at Hillingdon’s sole for a further period of two (2) years extension, giving a total of five (5) years (the 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) Description

two.2.1) Title

Lot No

Lot C - Radiation

two.2.2) Additional CPV code(s)

  • 90721300 - Food or feed contamination protection services

two.2.3) Place of performance

NUTS codes
  • UKI74 - Harrow and Hillingdon

two.2.4) Description of the procurement

Following the accident at the Fukushima nuclear power station on the 11th March 2011, the European Commission was informed that radionuclide levels in certain food products originating in Japan exceeded the action levels in food applicable in Japan.

This contamination was considered to possibly constitute a threat to public and animal health in the European Union. The European Commission therefore published Implementing Regulation (EU) No 297/2011 of the 25th March 2011 which imposed special conditions governing the import of feed and food originating in or consigned from Japan.

Commission Implementing Regulation 2016/6 (as amended) contains the most up-to-date import requirements applicable to imports of feed and food originating in or consigned from Japan. Article 10 of this Regulation sets out the official controls that are to be applied. This includes random physical checks, including laboratory analysis for the presence of Caesium-134 and Caesium-137 being carried out on consignments imported. Consignments that are tested remain detained for a maximum of five working days, pending the availability of the results of the laboratory analysis

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: £633,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 December 2021

End date

30 November 2026

This contract is subject to renewal

Yes

Description of renewals

The Contract will be for an initial term of three (3) years extendable at Hillingdon’s sole for a further period of two (2) years extension, giving a total of five (5) years (the Term).

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Contract will be for an initial term of three (3) years extendable at Hillingdon’s sole for a further period of two (2) years extension, giving a total of five (5) years (the 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) Description

two.2.1) Title

Lot No

Lot D - Other categories of analysis

two.2.2) Additional CPV code(s)

  • 90721300 - Food or feed contamination protection services

two.2.3) Place of performance

NUTS codes
  • UKI74 - Harrow and Hillingdon

two.2.4) Description of the procurement

Analysis is required for the following contaminants:

● Plastic kitchenware - Formaldehyde / Primary aromatic amines

● Pesticide analysis - dried products (e.g. tea)

● Mycotoxins

● Sulphur dioxide

● Chloramphenicol

● Veterinary residues

● Speciation testing

● Adulteration

● Nutrition and health claims

● Dangerous substances (DNP, DMMA)

● Heavy Metals

● Histamine Detection

● Dioxins

● PAHs

● Unauthorised GMOs

● Sudan Dyes

The above list of contaminants is not exhaustive and new testing requirements can be introduced at any point.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 December 2021

End date

30 November 2026

This contract is subject to renewal

Yes

Description of renewals

The Contract will be for an initial term of three (3) years extendable at Hillingdon’s sole for a further period of two (2) years extension, giving a total of five (5) years (the Term).

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Contract will be for an initial term of three (3) years extendable at Hillingdon’s sole for a further period of two (2) years extension, giving a total of five (5) years (the 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) Description

two.2.1) Title

Lot No

Lot 5- All of the required tests

two.2.2) Additional CPV code(s)

  • 90721300 - Food or feed contamination protection services

two.2.3) Place of performance

NUTS codes
  • UKI74 - Harrow and Hillingdon

two.2.4) Description of the procurement

Lot 5- consists of all the tests required under Lots A-D

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: £633,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 December 2021

End date

30 November 2026

This contract is subject to renewal

Yes

Description of renewals

4.2 The Contract will be for an initial term of three (3) years extendable at Hillingdon’s sole for a further period of two (2) years extension, giving a total of five (5) years (the Term).

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Contract will be for an initial term of three (3) years extendable at Hillingdon’s sole for a further period of two (2) years extension, giving a total of five (5) years (the 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


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

3 August 2021

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

11 August 2021

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

Royal Courts of Justice

Strand, London

WC1A 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

London Borough of Hillingdon

Civic Centre (2E/06)

High Street, Uxbridge

UB8 1UW

Country

United Kingdom