Section one: Contracting authority
one.1) Name and addresses
ANIMAL AND PLANT HEALTH AGENCY (Defra Network eTendering Portal)
Seacole Building, 2 Marsham Street
London
SW1P 4DF
Contact
Mandy Worsnop
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://www.gov.uk/government/organisations/department-for-environment-food-rural-affairs
Buyer's address
https://defra-family.force.com/s/Welcome
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://atamis-9529.my.site.com/s/Welcome
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://atamis-9529.my.site.com/s/Welcome
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
Environment
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Livestock ADR Transport & Disposal Services Framework Agreement
Reference number
C25467
two.1.2) Main CPV code
- 77500000 - Animal husbandry services
two.1.3) Type of contract
Services
two.1.4) Short description
APHA are seeking to replace the current framework with a new framework for the provision of Livestock ADR Transport & Disposal. The intention is to appoint multiple suppliers to provide APHA and other GB government authorities with maximum capacity and capability to respond endemic and exotic, notifiable and reportable disease outbreaks (i.e., Avian Influenza or Swine Fever) throughout England, Scotland and Wales. Suppliers will be required to be at a readiness level that enables them to respond and deploy services within 6 to 12 hours of a request being raised, including weekends and public holidays.
The services required will be split into two (2) Lots:
Lot 1 (Disposal and ADR Transport Services)
Lot 2 (ADR Transport Services)
two.1.5) Estimated total value
Value excluding VAT: £20,000,000
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 1 - Livestock Disposal and ADR Transport Services
Lot No
Lot 1
two.2.2) Additional CPV code(s)
- 77500000 - Animal husbandry services
- 90520000 - Radioactive-, toxic-, medical- and hazardous waste services
- 90500000 - Refuse and waste related services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
APHA requires suppliers to undertake the safe and bio-secure disposal of Category 1 (High Risk) or Category 2 (Intermediate Risk) animal by products waste materials. Disposal capacity in GB is limited, licenced, and subject to significant seasonal variation, so in an outbreak, there is a need to optimise disposal capacity. Disposal facilities are required to carry out the following disposal methodologies: Rendering and Incineration (including Mobile Incineration). Suppliers must ensure compliance with all relevant legislative requirements.
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
Duration in months
48
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
two.2) Description
two.2.1) Title
Lot 2 - Livestock ADR Transport Services
Lot No
Lot 2
two.2.2) Additional CPV code(s)
- 77500000 - Animal husbandry services
- 90500000 - Refuse and waste related services
- 90520000 - Radioactive-, toxic-, medical- and hazardous waste services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
For animals depopulated for disease control purposes, the transport of carcases must be undertaken by licenced companies. A range of specialist local, regional and national haulage companies for the provision of safe and bio-secure transport services of Hazardous Waste Materials (UN Class 6 - Dangerous Goods - Toxic Substances; Infectious Substances) in accordance with ADR (Agreement concerning the International Carriage of Dangerous Goods by Road) legislation are needed. Suppliers will need to provide drivers that have had the appropriate training and certification demonstrated by a valid UN Class 6 licence (valid for 5 years) which is issued through the Department of Transport. Additionally, suppliers will need to provide the appropriate licenced vehicles which must be also compliant with ADR and Carriage of Dangerous Goods legislation.
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
Duration in months
48
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.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
In the case of framework agreements, provide justification for any duration exceeding 4 years:
This framework agreement will be for 4 years (48 months) only
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
28 August 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: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
28 August 2024
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Market Engagement in 2027
six.3) Additional information
The procurement documents are available for unrestricted and full direct access, free of charge, at https://defra-family.force.com/s/Welcome Any questions, requests to participate or tender submissions must be submitted electronically via this portal.
six.4) Procedures for review
six.4.1) Review body
ANIMAL AND PLANT HEALTH AGENCY (Defra Network eTendering Portal)
Seacole Building, 2 Marsham Street
London
SW1P 4DF
Country
United Kingdom
Internet address
https://www.gov.uk/government/organisations/department-for-environment-food-rural-affairs
six.4.2) Body responsible for mediation procedures
ANIMAL AND PLANT HEALTH AGENCY (Defra Network eTendering Portal)
Seacole Building, 2 Marsham Street
London
SW1P 4DF
Country
United Kingdom
Internet address
https://www.gov.uk/government/organisations/department-for-environment-food-rural-affairs
six.4.4) Service from which information about the review procedure may be obtained
ANIMAL AND PLANT HEALTH AGENCY (Defra Network eTendering Portal)
Seacole Building, 2 Marsham Street
London
SW1P 4DF
Country
United Kingdom
Internet address
https://www.gov.uk/government/organisations/department-for-environment-food-rural-affairs