Section one: Contracting authority
one.1) Name and addresses
Department of Agriculture, Environment and Rural Affairs
111 Ballykelly Road, Ballykelly,
Limavady
BT49 9HP
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
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 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 - Printing, production and delivery of Department of Agriculture and Rural Affairs (DAERA) MC2 (Movement Control) and SG2(Sheep and Goats) Movement Non Carbon Required (NCR) serialised books
Reference number
ID4291360
two.1.2) Main CPV code
- 79800000 - Printing and related services
two.1.3) Type of contract
Services
two.1.4) Short description
The Department are seeking a contractor for the Printing, production and delivery of Department of Agriculture and Rural Affairs (DAERA) MC2 (Movement Control) and SG2(Sheep and Goats) Movement Non Carbon Required (NCR) serialised books on behalf of IRM Branch within Veterinary Service Animal Health Division. Movement notification documentation will be required to be supplied to DAERA Direct Offices at 12 different locations. The delivery of the documentation must be completed twice a year, normally no later than the last working day of April and the last working day of October, but deliveries of documentation books to individual sites outside of those periods may be requested by DAERA. The contract will run for three years from September 2022 to September 2025, with two deliveries to each of the twelve sites in all years unless otherwise requested.
two.1.5) Estimated total value
Value excluding VAT: £150,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 79810000 - Printing services
- 79820000 - Services related to printing
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
The Department are seeking a contractor for the Printing, production and delivery of Department of Agriculture and Rural Affairs (DAERA) MC2 (Movement Control) and SG2(Sheep and Goats) Movement Non Carbon Required (NCR) serialised books on behalf of IRM Branch within Veterinary Service Animal Health Division. Movement notification documentation will be required to be supplied to DAERA Direct Offices at 12 different locations. The delivery of the documentation must be completed twice a year, normally no later than the last working day of April and the last working day of October, but deliveries of documentation books to individual sites outside of those periods may be requested by DAERA. The contract will run for three years from September 2022 to September 2025, with two deliveries to each of the twelve sites in all years unless otherwise requested.
two.2.5) Award criteria
Price
two.2.6) Estimated value
Value excluding VAT: £150,000
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: 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
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
31 July 2022
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: 29 October 2022
four.2.7) Conditions for opening of tenders
Date
31 July 2022
Local time
3:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
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 construction and procurement delivery (CPD) for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, this may be considered grounds for termination of the contract at your expense as provided for in the Conditions of Contract. In lieu of termination, CPD may issue a Notice of Written Warning or a Notice of Unsatisfactory Performance. A supplier in receipt of multiple Notices of Written Warning or a Notice of Unsatisfactory Performance may, in accordance with The Public Contracts Regulations 2015 (as amended), be excluded from future public procurement competitions for a period of. up to three years..
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
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.