Section one: Contracting authority
one.1) Name and addresses
DEPARTMENT OF ENVIRONMENT, FOOD AND RURAL AFFAIRS (Defra Network eTendering Portal)
Seacole Building, 2 Marsham Street
London
SW1P 4DF
Contact
Tom Redfearn
Telephone
+44 7920053570
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
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
Framework Agreement for The Provision of Management, Collection, Slaughter, Salvage and Disposal of Farmed Livestock for TB Control Purposes (“Reactor Removal”)
two.1.2) Main CPV code
- 77100000 - Agricultural services
two.1.3) Type of contract
Services
two.1.4) Short description
This Framework Agreement is for the delivery of Services to manage the collection, slaughter, salvage and disposal of farmed livestock for TB control purposes in England, Scotland and Wales.
There are three types of services which suppliers can supply to us.
Lot 1 (England and Wales only*), The Collection, Slaughter, Salvage and Disposal of Farmed Livestock for TB Control Purposes.
Lot 2: (Scotland only*): The Slaughter, Salvage and Disposal of Farmed Livestock for TB Control Purposes.
Lot 3: (All Regions): The Collection & Transport of Live Animal.
*for lots 1 and 2, a supplier can be located outside of these regions, but work will only be to deliver services in the stated regions. For example, a supplier maybe located near the English / Scottish border & choose to bid for lot 1 or lot 2.
two.1.5) Estimated total value
Value excluding VAT: £8,000,000
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: Collection, Slaughter, Salvage and Disposal of Farmed Livestock
Lot No
Lot 1
two.2.2) Additional CPV code(s)
- 77100000 - Agricultural services
- 77400000 - Zoological services
- 85200000 - Veterinary services
- 75130000 - Supporting services for the government
- 03000000 - Agricultural, farming, fishing, forestry and related products
- 90721000 - Environmental safety services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
England and Wales
two.2.4) Description of the procurement
Lot 1 only covers England and Wales.
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: £8,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
It is envisaged that this framework will be re-tendered in 2028
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: Slaughter, Salvage and Disposal of Farmed Livestock (Scotland Only)
Lot No
Lot 2
two.2.2) Additional CPV code(s)
- 77100000 - Agricultural services
- 77400000 - Zoological services
- 03000000 - Agricultural, farming, fishing, forestry and related products
- 90721000 - Environmental safety services
- 75130000 - Supporting services for the government
- 85200000 - Veterinary services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Scotland, the slaughterhouse maybe be located outside of Scotland but this lot is for requirements in Scotland only
two.2.4) Description of the procurement
Lot 2 only covers Scotland.
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: £8,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
It is envisaged that this framework will be re-tendered in 2028
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 3: All Regions: The Collection & Transport of Live Animal.
Lot No
Lot 3
two.2.2) Additional CPV code(s)
- 60000000 - Transport services (excl. Waste transport)
- 77400000 - Zoological services
- 85200000 - Veterinary services
- 75130000 - Supporting services for the government
- 77100000 - Agricultural services
- 03000000 - Agricultural, farming, fishing, forestry and related products
- 90721000 - Environmental safety services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
England, Wales & Scotland
two.2.4) Description of the procurement
Lot 3 only covers all regions in Great Britain (England, Wales & Scotland)
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: £8,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
It is envisaged that this framework will be re-tendered in 2028
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
Tenderers must be able to comply with the regulations governing the transport and slaughter of animals
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.1.3) 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:
N/A - the framework will be awarded for a four year period.
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: 2024/S 000-015170
four.2.2) Time limit for receipt of tenders or requests to participate
Date
8 November 2024
Local time
2:00pm
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: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
8 November 2024
Local time
2:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: It is envisaged that this framework will be re-tendered in 2028
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
DEPARTMENT OF ENVIRONMENT, FOOD AND RURAL AFFAIRS (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
DEPARTMENT OF ENVIRONMENT, FOOD AND RURAL AFFAIRS (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