Scope
Description
As part of the UK Government's Bovine TB (bTB) strategy refresh, Defra requires an organisation to co-ordinate and deliver badger Vaccination Services within multiple defined 'Project Areas' with high levels of bTB in the High Risk and Edge areas of England.
The Contractor(s) responsibilities will include:
- Contracting and managing Delivery Partners (local organisations and individuals) to deliver vaccination services at scale;
- Collection and collation of datasets from the delivery of the vaccination services and reporting them to the Authority;
- Contract management and co-ordination of the Services.
*Please note: The Total Estimated Contract Value includes potential extensions and a significant contingency allowance, which may not be fully utilised. It does not represent a committed budget or guaranteed spend.*
Total value (estimated)
- £15,000,000 excluding VAT
- £18,000,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 9 February 2026 to 8 February 2030
- Possible extension to 8 February 2032
- 6 years
Description of possible extension:
Up to twenty-four (24) months extension.
Main procurement category
Services
CPV classifications
- 77500000 - Animal husbandry services
Participation
Legal and financial capacity conditions of participation
As set out in the Bidder Pack.
Technical ability conditions of participation
As set out in the Bidder Pack.
Particular suitability
- Small and medium-sized enterprises (SME)
- Voluntary, community and social enterprises (VCSE)
Submission
Enquiry deadline
29 October 2025, 12:00pm
Submission type
Tenders
Tender submission deadline
10 November 2025, 12:00pm
Submission address and any special instructions
Submissions must be made via the Authority's eSourcing platform.
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
26 January 2026
Award criteria
Name | Type | Weighting |
---|---|---|
Technical | Quality | 60.00% |
Commercial | Price | 40.00% |
Other information
Description of risks to contract performance
1. At the time of tender publication, specific Project Areas (locations) for year 1 have not been finalised due to ongoing epidemiological assessments. This may result in changes to deployment areas, travel requirements, and logistical planning once the contract is awarded. This known risk will exist throughout the contract term, as the rate and spread of bTB may result in the need to change deployment areas, travel requirements, and logistical planning. This includes the need for different and / or additional geographic areas, increased frequency of operations and / or enhanced reporting requirements.
2. Badger population movement or density changes may affect the feasibility of planned vaccination operations, necessitating changes to deployment areas or schedules.
3. Additional funding may become available during the contract term. While the initial scope is defined, there is a foreseeable possibility that further budget may be allocated to expand service delivery. This may include additional geographic areas, increased frequency of operations and/or enhanced reporting requirements.
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Competitive flexible procedure
Competitive flexible procedure description
This procurement is being conducted as a Competitive Flexible Procedure in accordance with the Procurement Act 2023. Completion and submission of all documents will be conducted via the Authority's eSourcing system.
As detailed in 'Part 2 Procurement Specific Requirements' of the Bidder Pack, following Evaluation Stages 1 - 5, the Authority reserves the right to re-issue the technical evaluation questions, pricing schedule, or any part thereof to the two highest scoring bidders, or any other bidder that has scored within 3% (total score) of the highest scoring bidder, for a Best and Final Offer (BAFO). This will allow bidders to incorporate any feedback from Evaluation Stages 3 and / or 4 of the evaluation.
Evaluations and scoring of any reissued elements will be undertaken in line with the instructions for Evaluation Stages 3 and / or 4 (dependent on the re-issued elements) (as detailed in Appendix 6 and Appendix 7), unless otherwise advised by the Authority. If the Authority deems any amendment to the evaluation methodology to be significant, additional time may be allowed for responses - this will be at the Authority's sole discretion.
Please note that all relevant bidders will be invited to submit improved responses on the same items. Bidders will have ten (10) calendar days to review, revise and resubmit their bid via Atamis. There will be a period of five (5) calendar days for clarification questions. The exact dates of these periods and deadlines for submission will be shared with the relevant bidders.
! IMPORTANT ! - This is an optional stage for the Authority to ensure that the Most Advantageous Tender is selected, that the requirement has been fully understood, and that bidders are provided a fair chance to compete where the Authority does not feel ready to award after Evaluation Stage 5. Bidders should submit their best possible tender and price in the first instance, as it is not guaranteed that this stage will be used.
Contracting authority
DEPARTMENT OF ENVIRONMENT, FOOD AND RURAL AFFAIRS
- Public Procurement Organisation Number: PNBD-3289-CDGX
Seacole Building, 2 Marsham Street
London
SW1P 4DF
United Kingdom
Region: UKI32 - Westminster
Organisation type: Public authority - central government