Tender

Framework Agreement for The Provision of Management, Collection, Slaughter, Salvage and Disposal of Farmed Livestock for TB Control Purposes (“Reactor Removal”)

  • DEPARTMENT OF ENVIRONMENT, FOOD AND RURAL AFFAIRS (Defra Network eTendering Portal)

F02: Contract notice

Notice identifier: 2024/S 000-032472

Procurement identifier (OCID): ocds-h6vhtk-045930

Published 9 October 2024, 4:21pm



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

Email

tom.redfearn@defra.gov.uk

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