Scope
Reference
ID 5858582
Description
Within DAERA the Veterinary Service Animal Health Group has an Identification, Registration and Movement (IRM) Branch that monitors compliance with the legislative requirements for animal identification and movement recording. The Cattle Identification (Notification of Births, Deaths and Movements) Regulations (Northern Ireland) 1999 require herd Keepers to notify the movement of animals on to and off their farms. To facilitate this DAERA provides movement notification documentation for the use of the Keepers concerned. IRM Branch determines the need for replacement stocks by monitoring the usage of notification documents and ordering sufficient stocks to support the continued operation of that system. Please see CFT documents for full details of the requirements.
Total value (estimated)
- £400,000 excluding VAT
- £480,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 September 2025 to 31 August 2028
- Possible extension to 31 August 2030
- 5 years
Description of possible extension:
Following the initial contract period, there is a potential extension period of up to 24 months. Optional extension periods will be subject to review and satisfactory performance assessment by the Contracting Authority.
Main procurement category
Goods
CPV classifications
- 79800000 - Printing and related services
- 79810000 - Printing services
- 79820000 - Services related to printing
- 22100000 - Printed books, brochures and leaflets
Contract locations
- UKN - Northern Ireland
Participation
Technical ability conditions of participation
As per Tender documentation.
Particular suitability
Small and medium-sized enterprises (SME)
Submission
Enquiry deadline
20 June 2025, 3:00pm
Tender submission deadline
30 June 2025, 3:00pm
Submission address and any special instructions
Tenders must be submitted electronically via the relevant Call for Tender (CfT) opportunity on eTendersNI, website details immediately below.
Paper submissions will not be accepted or considered and will be rejected by the Contracting Authority / Buyer.
The tender documents are available with unrestricted and full direct access, free of charge, at: URL https://etendersni.gov.uk/epps
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
28 July 2025
Recurring procurement
Publication date of next tender notice (estimated): 1 March 2030
Award criteria
Name | Description | Type | Weighting |
---|---|---|---|
AC2 - Total Contract Price | As per Tender documentation. |
Price | 90% |
AC1 - Contract Management & Contingency Arrangements | As per Tender documentation. |
Quality | 10% |
Other information
Payment terms
For further details on invoicing procedures please see : https://www.finance-ni.gov.uk/ar ticles/account-ni-good-invoicing-practice
Contract Value
The estimated value figure indicated in the Scope Section represents an overall estimated contract value. This value reflects the potential scale of the contract and takes into account potential optional extension periods and the uptake of potential optional services as detailed in the tender documents. This figure does not however take into account the application of indexation or increases to charges due to increases in the Real Living Wage. Neither CPD nor the contracting Authority can provide any guarantee as to the level of business under this contract. The Contracting Authority does not bind itself to accept the lowest or any tender. Suppliers remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Supplier in connection with taking part in this procurement process regardless of whether such costs arise as a consequence, directly or indirectly of any amendments made to the procurement documents by the Contracting Authority at any time. No legally binding contract shall arise (and a Supplier shall have no legitimate expectation that a contract will be entered into) until such time as entry into the Contract has been confirmed by the Contracting Authority.
Applicable trade agreements
- Government Procurement Agreement (GPA)
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Open procedure
Contracting authority
Department of Agriculture, Environment and Rural Affairs
- Public Procurement Organisation Number: PLDR-5748-GBBJ
303 Airport Road West
Belfast
BT3 9ED
United Kingdom
Region: UKN06 - Belfast
Organisation type: Public authority - central government
Devolved regulations that apply: Northern Ireland
Other organisation
These organisations are carrying out the procurement, or part of it, on behalf of the contracting authorities.
CPD - Supplies & Services Division
Summary of their role in this procurement: Construction and Procurement Delivery - Supplies and Services Division, is a Centre of Procurement Expertise and provides a central procurement function for central government in Northern Ireland.
- Public Procurement Organisation Number: PVWG-8426-YWXV
303 Airport Road West
Belfast
BT3 9ED
United Kingdom
Region: UKN06 - Belfast