Tender

Project 36206 - TSE Rapid Testing Services

  • Defra Network eTendering Portal

F02: Contract notice

Notice identifier: 2022/S 000-027173

Procurement identifier (OCID): ocds-h6vhtk-0358e3

Published 28 September 2022, 12:48pm



The closing date and time has been changed to:

8 November 2022, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Defra Network eTendering Portal

17 Nobel House

London

SW1P 3JR

Email

Melanie.Swain@defra.gov.uk

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