Opportunity

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

  • Department of Agriculture, Environment and Rural Affairs
  • Department of Agriculture Environment and Rural Affairs NI

F02: Contract notice

Notice reference: 2022/S 000-017217

Published 23 June 2022, 3:20pm



Section one: Contracting authority

one.1) Name and addresses

Department of Agriculture, Environment and Rural Affairs

111 Ballykelly Road, Ballykelly,

Limavady

BT49 9HP

Email

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

Email

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.