Section one: Contracting authority
one.1) Name and addresses
Defra Network eTendering Portal
17 Nobel House
London
SW1P 3JR
Telephone
+44 2072385921
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://defra.bravosolution.co.uk/
Buyer's address
https://www.gov.uk/government/organisations/department-for-environment-food-and-rural-affairs
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://defra.bravosolution.co.uk/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://defra.bravosolution.co.uk/
Tenders or requests to participate must be submitted to the above-mentioned address
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
Project 36206 - TSE Rapid Testing Services
Reference number
36206
two.1.2) Main CPV code
- 71900000 - Laboratory services
two.1.3) Type of contract
Services
two.1.4) Short description
This requirement is for the provision of Transmissible Spongiform Encephalopathy (TSE) Rapid Testing of fallen stock cattle, sheep and goats and healthy slaughter sheep and goats on behalf of the Animal and Plant Health Agency (APHA).
two.1.5) Estimated total value
Value excluding VAT: £8,500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
The Services will be performed from the successful Tenderer's laboratory and there are no on farm 'live' test facilities available.
two.2.4) Description of the procurement
The APHA currently manage, on behalf of DEFRA and the Welsh Government and Scottish Government, the provision of TSE rapid testing and related services for fallen cattle and eligible sheep and goats in Great Britain.
The purpose of the Services is to enable the APHA to meet its requirement to provide TSE Rapid Testing in line with Chapter C, Annex X of Regulation (EC) No 999/2001, as amended by Commission Regulation (EU) No 1148/2014, which still applies since the UK's exit from the EU.
Tenderers will be required to hold test accreditation in accordance with international standard EN ISO/IEC 17025 and commit to add TSE Rapid Testing to their current scope prior to commencement of the contract. Proof of accreditation will be required prior to commencement of the Services and it will be a requirement for TSE Test accreditation (in accordance with international standard EN ISO/IEC 17025) to be maintained throughout the life of the contract.
The Authority is seeking to appoint a contractor to provide TSE Rapid Testing Services for a five (5) year and nine (9) month period (three (3) year and nine (9) month initial term with allowable extension of up to twenty-four (24) months).
Please note that the value shown in this notice covers the full potential contract period.
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: £8,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
69
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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Selection criteria as stated in the procurement documents.
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.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-021396
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
1 November 2022
Local time
12:00pm
Changed to:
Date
8 November 2022
Local time
12:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
1 November 2022
Local time
12:01pm
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
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
London
WCA 2LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Defra Group Commercial
17 Smith Square
London
SW1P 3JR
Country
United Kingdom