Section one: Contracting authority
one.1) Name and addresses
Department of Agriculture Environment and Rural Affairs NI - DAERA
BELFAST
Contact
ssdadmin.cpdfinance-ni.gov.uk
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://www.finance-ni.gov.uk/topics/procurement
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
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://etendersni.gov.uk/epps
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Environment
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
ID 3473700 - DAERA - Procurement for the Provision of Protein of Animal Origin testing in Feed to satisfy the requirements of EU/999/2001
two.1.2) Main CPV code
- 71900000 - Laboratory services
two.1.3) Type of contract
Services
two.1.4) Short description
The Official Controls Regulations 2017/625 requires statutory testing for member states (including NI) to be carried out in an approved laboratory based in the EU. Following the departure of the UK from the EU in January 2021 it is necessary to identify a new supplier of Laboratory services within the EU as part of this procurement exercise. Under the Northern Ireland (NI) Protocol, DAERA must source all official testing either in a laboratory within NI or within the EU. This testing service is not available within NI, so DAERA are procuring the service from within the EU.
two.1.5) Estimated total value
Value excluding VAT: £400,980
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 73111000 - Research laboratory services
- 71350000 - Engineering-related scientific and technical services
- 85200000 - Veterinary services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
The Official Controls Regulations 2017/625 requires statutory testing for member states (including NI) to be carried out in an approved laboratory based in the EU. Following the departure of the UK from the EU in January 2021 it is necessary to identify a new supplier of Laboratory services within the EU as part of this procurement exercise. Under the Northern Ireland (NI) Protocol, DAERA must source all official testing either in a laboratory within NI or within the EU. This testing service is not available within NI, so DAERA are procuring the service from within the EU.
two.2.5) Award criteria
Price
two.2.6) Estimated value
Value excluding VAT: £400,980
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
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
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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.3) Technical and professional ability
List and brief description of selection criteria
as per Tender documentation.
Minimum level(s) of standards possibly required
as per Tender documentation.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
as per Tender documentation.
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
13 August 2021
Local time
3:00pm
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
Tender must be valid until: 11 November 2021
four.2.7) Conditions for opening of tenders
Date
13 August 2021
Local time
3:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
The UK does not have any such bodies with responsibility for appeal/mediation procedures. Instead; 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.
N/A
Country
United Kingdom