Section one: Contracting authority
one.1) Name and addresses
Food Standards Agency
Floors 6 and 7, Clive House, 70 Petty France
London
SW1H 9EX
Contact
FSA Commercial
Country
United Kingdom
Region code
UKI32 - Westminster
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://health-family.force.com/s/Welcome
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://health-family.force.com/s/Welcome
Tenders or requests to participate must be submitted to the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://health-family.force.com/s/Welcome
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Trichinella Testing of Wild Boar
Reference number
C301421
two.1.2) Main CPV code
- 71900000 - Laboratory services
two.1.3) Type of contract
Services
two.1.4) Short description
The Food Standards Agency is looking to appoint a supplier to provide Trichinella Testing of Wild Boar on a 5 year contract term.
The Agency requires the Supplier to provide a fully managed, high quality service for the provision of Trichinella testing services as defined in relevant European and UK legislation and further described in the Legal Framework for Trichinella (Appendix B) and Standard Operating Procedures (SOPs) (Appendix C) for the period 1 December, 2024 to 30 November, 2029.
The Supplier shall be responsible for maintaining a database of feral wild boar hunters and sourcing and distributing trichinella testing kits to the hunters.
two.1.5) Estimated total value
Value excluding VAT: £130,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKL - Wales
Main site or place of performance
United Kingdom
two.2.4) Description of the procurement
The Food Standards Agency is looking to appoint a supplier to provide Trichinella Testing of Wild Boar on a 5 year contract term.
This is an Open Procurement ran via our e-procurement system, Atamis.
Contact email address for any queries with accessing the system is: fsa.commercial@food.gov.uk.
All correspondence relating to the procurement and any clarifications must be made through Atamis.
THE SPECIFICATION
The Agency requires the Supplier to provide a fully managed, high quality service for the provision of Trichinella testing services as defined in relevant European and UK legislation and further described in the Legal Framework for Trichinella (Appendix B) and Standard Operating Procedures (SOPs) (Appendix C) for the period 1 December, 2024 to 30 November, 2029.
The Supplier shall be responsible for maintaining a database of feral wild boar hunters and sourcing and distributing trichinella testing kits to the hunters.
The Supplier must ensure:
• Samples from feral wild boars should be trimmed to 10 – 11.5g and pooled to a maximum of 100g per test
• Staff are trained and competent in testing for trichinella using the digestion method as detailed in Appendix C
• There are sufficient trained members of staff to deal with the volumes shown in Appendix A and have a contingency plan should these volumes increase
• Facilities are provided for receipt and storage of samples at all times
• Attendance by a Supplier’s Representative at quarterly review meetings and other interim meetings as required by the Agency. These meetings may take place via videoconference/teleconference where appropriate and at the discretion of the Agency.
• The Supplier must successfully participate in the UK NRL Proficiency Testing Quality Assurance programme
• Invoices are consolidated and produced on a monthly basis in arrears for services delivered in the preceding calendar month.
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: £130,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 December 2024
End date
30 November 2029
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
All bidders must complete and pass the Qualification Envelope for their Technical and Commercial Envelope to be assessed.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Key Performance Indicators included within the Specification.
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: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
9 October 2024
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: 90 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
6 September 2024
Local time
12:00pm
Place
Atamis
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.4) Procedures for review
six.4.1) Review body
Food Standards Agency
YO1 7PR
York
7PR
Country
United Kingdom