Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Delivery of Official Controls in Approved Establishments in England & Wales

  • First published: 12 April 2024
  • Last modified: 12 April 2024

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-04036f
Published by:
Food Standards Agency
Authority ID:
AA34892
Publication date:
12 April 2024
Deadline date:
11 June 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This contract is for the provision of a managed service for contract Official Veterinarians (cOV) and contract Official Auxiliaries (cOA) to undertake the delivery of Official Controls in accordance with assimilated EU and UK law in Third Party Premises (Food Business Operator Premises) which are approved by FSA. These are meat establishments (slaughterhouses, cutting Premises and approved game handling establishments) which are owned and operated by a Food Business Operator. On occasion, attendance at premises under local authority control and Dairy Establishments may be required.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Food Standards Agency

Floors 6 and 7, Clive House, 70 Petty France

London

SW1H 9EX

UK

Contact person: FSA Commercial

E-mail: fsa.commercial@food.gov.uk

NUTS: UKI32

Internet address(es)

Main address: https://www.food.gov.uk/

Address of the buyer profile: https://www.food.gov.uk/

I.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 abovementioned address


Tenders or requests to participate must be sent electronically to:

https://health-family.force.com/s/Welcome


Tenders or requests to participate must be sent to the abovementioned 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


I.4) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Delivery of Official Controls in Approved Establishments in England & Wales

Reference number: C249154

II.1.2) Main CPV code

85200000

 

II.1.3) Type of contract

Services

II.1.4) Short description

This contract is for the provision of a managed service for contract Official Veterinarians (cOV) and contract Official Auxiliaries (cOA) to undertake the delivery of Official Controls in accordance with assimilated EU and UK law in Third Party Premises (Food Business Operator Premises) which are approved by FSA. These are meat establishments (slaughterhouses, cutting Premises and approved game handling establishments) which are owned and operated by a Food Business Operator. On occasion, attendance at premises under local authority control and Dairy Establishments may be required.

II.1.5) Estimated total value

Value excluding VAT: 303 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 7

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

The FSA reserves the right to award more than 7 Lots (consisting of Smaller and/or Larger Lots) to a single bidder if there are no sufficient alternative bids that meet the minimum threshold across each envelope. <br/><br/>Please see additional information provided in the FSADOC Contract Notice Wording Document.

II.2) Description

Lot No: 1

II.2.1) Title

2.a. Lot 1

II.2.2) Additional CPV code(s)

85200000

85140000

85100000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

https://health-family.force.com/s/Welcome

II.2.4) Description of the procurement

This contract is for the provision of a managed service for contract Official Veterinarians (cOV) and contract Official Auxiliaries (cOA) to undertake the delivery of Official Controls in accordance with assimilated EU and UK law in Third Party Premises (Food Business Operator Premises) which are approved by FSA. These are meat establishments (slaughterhouses, cutting Premises and approved game handling establishments) which are owned and operated by a Food Business Operator. On occasion, attendance at premises under local authority control and Dairy Establishments may be required.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 53 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 31/03/2025

End: 30/03/2030

This contract is subject to renewal: Yes

Description of renewals:

The FSA is entitled to extend the Contract by 2 years subject to giving notice in accordance with the terms of the Contract. See the Award Form and Core Terms of the Contract for more information

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Estimated value of Lot 1 is £31 to £53 million over the term of the Contract. Please note these are estimated values and FSA expect tenderers to calculate their bids based on the cost of delivering the service. The estimated range covers from the 5 year initial term to the 7 year total term, to include the optional 2 year extension, and are rounded to the nearest million. <br/><br/>Tenders will be evaluated on a lot by lot basis subject to the selection criteria set out in the Qualification Envelope and the award criteria and minimum requirements set out in the Evaluation Document. There are restrictions on the number of lots that can be awarded to a Tenderer subject to certain exceptions as set out in the Contract Notice Wording Document.<br/><br/>The FSA may request the Supplier to provide Services to certain other government departments as listed in Annex 3 of the Specification.<br/><br/>Tenders should review all information issued in order to prepare their response to the Qualification Envelope, Tender Response and Commercial Input Template. This is set out in the ITT, TUPE and Immigration Wording Document, Specification, Contract, Qualification Envelope, Evaluation Document, Contract Notice Wording Document.<br/><br/>The FSA does not bind itself to accept any tender and is not liable for any costs incurred by those expressing an interest or tendering for this opportunity.<br/><br/>Where the FSA chooses to award a Contract for any Lot, this will be subject to the Contract issued within the ITT documents.<br/><br/>The FSA reserves the right to eliminate a Tenderer from the process, due to serious concerns over their ability to deliver the service, if any of the following occur:<br/>The Tenderer is judged to have a score of 0 in response to any individual question in the Technical Envelope.<br/>The Tenderer is judged to have a score of 30 in at least 2 different questions in the Technical Envelope.<br/>The Tenderer does not reach a minimum overall score of 60% in the Technical Envelope (excluding social value).<br/>The Award Criteria is detailed in the FSADOC Evaluation Document in the documentation section.

Lot No: 2

II.2.1) Title

2.b. Lot 2

II.2.2) Additional CPV code(s)

85200000

85140000

85100000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

https://health-family.force.com/s/Welcome

II.2.4) Description of the procurement

This contract is for the provision of a managed service for contract Official Veterinarians (cOV) and contract Official Auxiliaries (cOA) to undertake the delivery of Official Controls in accordance with assimilated EU and UK law in Third Party Premises (Food Business Operator Premises) which are approved by FSA. These are meat establishments (slaughterhouses, cutting Premises and approved game handling establishments) which are owned and operated by a Food Business Operator. On occasion, attendance at premises under local authority control and Dairy Establishments may be required.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 18 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 31/03/2025

End: 30/03/2030

This contract is subject to renewal: Yes

Description of renewals:

The FSA is entitled to extend the Contract by 2 years subject to giving notice in accordance with the terms of the Contract. See the Award Form and Core Terms of the Contract for more information

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Estimated value of Lot 2 is £11 to £18 million over the term of the Contract. Please note these are estimated values and FSA expect tenderers to calculate their bids based on the cost of delivering the service. The estimated range covers from the 5 year initial term to the 7 year total term, to include the optional 2 year extension, and are rounded to the nearest million.<br/><br/>Tenders will be evaluated on a lot by lot basis subject to the selection criteria set out in the Qualification Envelope and the award criteria and minimum requirements set out in the Evaluation Document. There are restrictions on the number of lots that can be awarded to a Tenderer subject to certain exceptions as set out in the Contract Notice Wording Document.<br/><br/>The FSA may request the Supplier to provide Services to certain other government departments as listed in Annex 3 of the Specification.<br/><br/>Tenders should review all information issued in order to prepare their response to the Qualification Envelope, Tender Response and Commercial Input Template. This is set out in the ITT, TUPE and Immigration Wording Document, Specification, Contract, Qualification Envelope, Evaluation Document, Contract Notice Wording Document.<br/><br/>The FSA does not bind itself to accept any tender and is not liable for any costs incurred by those expressing an interest or tendering for this opportunity.<br/><br/>Where the FSA chooses to award a Contract for any Lot, this will be subject to the Contract issued within the ITT documents.<br/><br/>The FSA reserves the right to eliminate a Tenderer from the process, due to serious concerns over their ability to deliver the service, if any of the following occur:<br/>The Tenderer is judged to have a score of 0 in response to any individual question in the Technical Envelope.<br/>The Tenderer is judged to have a score of 30 in at least 2 different questions in the Technical Envelope.<br/>The Tenderer does not reach a minimum overall score of 60% in the Technical Envelope (excluding social value).<br/>The Award Criteria is detailed in the FSADOC Evaluation Document in the documentation section.

Lot No: 3

II.2.1) Title

2.c. Lot 3

II.2.2) Additional CPV code(s)

85200000

85140000

85100000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

https://health-family.force.com/s/Welcome

II.2.4) Description of the procurement

This contract is for the provision of a managed service for contract Official Veterinarians (cOV) and contract Official Auxiliaries (cOA) to undertake the delivery of Official Controls in accordance with assimilated EU and UK law in Third Party Premises (Food Business Operator Premises) which are approved by FSA. These are meat establishments (slaughterhouses, cutting Premises and approved game handling establishments) which are owned and operated by a Food Business Operator. On occasion, attendance at premises under local authority control and Dairy Establishments may be required.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 23 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 31/03/2025

End: 30/03/2030

This contract is subject to renewal: Yes

Description of renewals:

The FSA is entitled to extend the Contract by 2 years subject to giving notice in accordance with the terms of the Contract. See the Award Form and Core Terms of the Contract for more information.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Estimated value of Lot 3 is £14 to £23 million over the term of the Contract. Please note these are estimated values and FSA expect tenderers to calculate their bids based on the cost of delivering the service. The estimated range covers from the 5 year initial term to the 7 year total term, to include the optional 2 year extension, and are rounded to the nearest million.<br/><br/>Tenders will be evaluated on a lot by lot basis subject to the selection criteria set out in the Qualification Envelope and the award criteria and minimum requirements set out in the Evaluation Document. There are restrictions on the number of lots that can be awarded to a Tenderer subject to certain exceptions as set out in the Contract Notice Wording Document.<br/><br/>The FSA may request the Supplier to provide Services to certain other government departments as listed in Annex 3 of the Specification.<br/><br/>Tenders should review all information issued in order to prepare their response to the Qualification Envelope, Tender Response and Commercial Input Template. This is set out in the ITT, TUPE and Immigration Wording Document, Specification, Contract, Qualification Envelope, Evaluation Document, Contract Notice Wording Document.<br/><br/>The FSA does not bind itself to accept any tender and is not liable for any costs incurred by those expressing an interest or tendering for this opportunity.<br/><br/>Where the FSA chooses to award a Contract for any Lot, this will be subject to the Contract issued within the ITT documents.<br/><br/>The FSA reserves the right to eliminate a Tenderer from the process, due to serious concerns over their ability to deliver the service, if any of the following occur:<br/>The Tenderer is judged to have a score of 0 in response to any individual question in the Technical Envelope.<br/>The Tenderer is judged to have a score of 30 in at least 2 different questions in the Technical Envelope.<br/>The Tenderer does not reach a minimum overall score of 60% in the Technical Envelope (excluding social value).<br/>The Award Criteria is detailed in the FSADOC Evaluation Document in the documentation section.

Lot No: 4

II.2.1) Title

2.d. Lot 4

II.2.2) Additional CPV code(s)

85200000

85100000

85140000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

https://health-family.force.com/s/Welcome

II.2.4) Description of the procurement

This contract is for the provision of a managed service for contract Official Veterinarians (cOV) and contract Official Auxiliaries (cOA) to undertake the delivery of Official Controls in accordance with assimilated EU and UK law in Third Party Premises (Food Business Operator Premises) which are approved by FSA. These are meat establishments (slaughterhouses, cutting Premises and approved game handling establishments) which are owned and operated by a Food Business Operator. On occasion, attendance at premises under local authority control and Dairy Establishments may be required.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 31 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 31/03/2025

End: 30/03/2030

This contract is subject to renewal: Yes

Description of renewals:

The FSA is entitled to extend the Contract by 2 years subject to giving notice in accordance with the terms of the Contract. See the Award Form and Core Terms of the Contract for more information.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Estimated value of Lot 4 is £18 to £31 million over the term of the Contract. Please note these are estimated values and FSA expect tenderers to calculate their bids based on the cost of delivering the service. The estimated range covers from the 5 year initial term to the 7 year total term, to include the optional 2 year extension, and are rounded to the nearest million.<br/><br/>Tenders will be evaluated on a lot by lot basis subject to the selection criteria set out in the Qualification Envelope and the award criteria and minimum requirements set out in the Evaluation Document. There are restrictions on the number of lots that can be awarded to a Tenderer subject to certain exceptions as set out in the Contract Notice Wording Document.<br/><br/>The FSA may request the Supplier to provide Services to certain other government departments as listed in Annex 3 of the Specification.<br/><br/>Tenders should review all information issued in order to prepare their response to the Qualification Envelope, Tender Response and Commercial Input Template. This is set out in the ITT, TUPE and Immigration Wording Document, Specification, Contract, Qualification Envelope, Evaluation Document, Contract Notice Wording Document.<br/><br/>The FSA does not bind itself to accept any tender and is not liable for any costs incurred by those expressing an interest or tendering for this opportunity.<br/><br/>Where the FSA chooses to award a Contract for any Lot, this will be subject to the Contract issued within the ITT documents.<br/><br/>The FSA reserves the right to eliminate a Tenderer from the process, due to serious concerns over their ability to deliver the service, if any of the following occur:<br/>The Tenderer is judged to have a score of 0 in response to any individual question in the Technical Envelope.<br/>The Tenderer is judged to have a score of 30 in at least 2 different questions in the Technical Envelope.<br/>The Tenderer does not reach a minimum overall score of 60% in the Technical Envelope (excluding social value).<br/>The Award Criteria is detailed in the FSADOC Evaluation Document in the documentation section.

Lot No: 5

II.2.1) Title

2.e. Lot 5

II.2.2) Additional CPV code(s)

85200000

85140000

85100000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

https://health-family.force.com/s/Welcome

II.2.4) Description of the procurement

This contract is for the provision of a managed service for contract Official Veterinarians (cOV) and contract Official Auxiliaries (cOA) to undertake the delivery of Official Controls in accordance with assimilated EU and UK law in Third Party Premises (Food Business Operator Premises) which are approved by FSA. These are meat establishments (slaughterhouses, cutting Premises and approved game handling establishments) which are owned and operated by a Food Business Operator. On occasion, attendance at premises under local authority control and Dairy Establishments may be required.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 20 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 31/03/2025

End: 30/03/2030

This contract is subject to renewal: Yes

Description of renewals:

The FSA is entitled to extend the Contract by 2 years subject to giving notice in accordance with the terms of the Contract. See the Award Form and Core Terms of the Contract for more information.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Estimated value of Lot 5 is £12 to £20 million over the term of the Contract. Please note these are estimated values and FSA expect tenderers to calculate their bids based on the cost of delivering the service. The estimated range covers from the 5 year initial term to the 7 year total term, to include the optional 2 year extension, and are rounded to the nearest million.<br/><br/>Tenders will be evaluated on a lot by lot basis subject to the selection criteria set out in the Qualification Envelope and the award criteria and minimum requirements set out in the Evaluation Document. There are restrictions on the number of lots that can be awarded to a Tenderer subject to certain exceptions as set out in the Contract Notice Wording Document.<br/><br/>The FSA may request the Supplier to provide Services to certain other government departments as listed in Annex 3 of the Specification.<br/><br/>Tenders should review all information issued in order to prepare their response to the Qualification Envelope, Tender Response and Commercial Input Template. This is set out in the ITT, TUPE and Immigration Wording Document, Specification, Contract, Qualification Envelope, Evaluation Document, Contract Notice Wording Document.<br/><br/>The FSA does not bind itself to accept any tender and is not liable for any costs incurred by those expressing an interest or tendering for this opportunity.<br/><br/>Where the FSA chooses to award a Contract for any Lot, this will be subject to the Contract issued within the ITT documents.<br/><br/>The FSA reserves the right to eliminate a Tenderer from the process, due to serious concerns over their ability to deliver the service, if any of the following occur:<br/>The Tenderer is judged to have a score of 0 in response to any individual question in the Technical Envelope.<br/>The Tenderer is judged to have a score of 30 in at least 2 different questions in the Technical Envelope.<br/>The Tenderer does not reach a minimum overall score of 60% in the Technical Envelope (excluding social value).<br/>The Award Criteria is detailed in the FSADOC Evaluation Document in the documentation section.

Lot No: 6

II.2.1) Title

2.f. Lot 6

II.2.2) Additional CPV code(s)

85200000

85140000

85100000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

https://health-family.force.com/s/Welcome

II.2.4) Description of the procurement

This contract is for the provision of a managed service for contract Official Veterinarians (cOV) and contract Official Auxiliaries (cOA) to undertake the delivery of Official Controls in accordance with assimilated EU and UK law in Third Party Premises (Food Business Operator Premises) which are approved by FSA. These are meat establishments (slaughterhouses, cutting Premises and approved game handling establishments) which are owned and operated by a Food Business Operator. On occasion, attendance at premises under local authority control and Dairy Establishments may be required.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 35 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 31/03/2025

End: 30/03/2030

This contract is subject to renewal: Yes

Description of renewals:

The FSA is entitled to extend the Contract by 2 years subject to giving notice in accordance with the terms of the Contract. See the Award Form and Core Terms of the Contract for more information.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Estimated value of Lot 6 is £21 to £35 million over the term of the Contract. Please note these are estimated values and FSA expect tenderers to calculate their bids based on the cost of delivering the service. The estimated range covers from the 5 year initial term to the 7 year total term, to include the optional 2 year extension, and are rounded to the nearest million.<br/><br/>Tenders will be evaluated on a lot by lot basis subject to the selection criteria set out in the Qualification Envelope and the award criteria and minimum requirements set out in the Evaluation Document. There are restrictions on the number of lots that can be awarded to a Tenderer subject to certain exceptions as set out in the Contract Notice Wording Document.<br/><br/>The FSA may request the Supplier to provide Services to certain other government departments as listed in Annex 3 of the Specification.<br/><br/>Tenders should review all information issued in order to prepare their response to the Qualification Envelope, Tender Response and Commercial Input Template. This is set out in the ITT, TUPE and Immigration Wording Document, Specification, Contract, Qualification Envelope, Evaluation Document, Contract Notice Wording Document.<br/><br/>The FSA does not bind itself to accept any tender and is not liable for any costs incurred by those expressing an interest or tendering for this opportunity.<br/><br/>Where the FSA chooses to award a Contract for any Lot, this will be subject to the Contract issued within the ITT documents.<br/><br/>The FSA reserves the right to eliminate a Tenderer from the process, due to serious concerns over their ability to deliver the service, if any of the following occur:<br/>The Tenderer is judged to have a score of 0 in response to any individual question in the Technical Envelope.<br/>The Tenderer is judged to have a score of 30 in at least 2 different questions in the Technical Envelope.<br/>The Tenderer does not reach a minimum overall score of 60% in the Technical Envelope (excluding social value).<br/>The Award Criteria is detailed in the FSADOC Evaluation Document in the documentation section.

Lot No: 7

II.2.1) Title

2.g. Lot 7

II.2.2) Additional CPV code(s)

85200000

85140000

85100000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

https://health-family.force.com/s/Welcome

II.2.4) Description of the procurement

This contract is for the provision of a managed service for contract Official Veterinarians (cOV) and contract Official Auxiliaries (cOA) to undertake the delivery of Official Controls in accordance with assimilated EU and UK law in Third Party Premises (Food Business Operator Premises) which are approved by FSA. These are meat establishments (slaughterhouses, cutting Premises and approved game handling establishments) which are owned and operated by a Food Business Operator. On occasion, attendance at premises under local authority control and Dairy Establishments may be required.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 61 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 31/03/2025

End: 30/03/2030

This contract is subject to renewal: Yes

Description of renewals:

The FSA is entitled to extend the Contract by 2 years subject to giving notice in accordance with the terms of the Contract. See the Award Form and Core Terms of the Contract for more information.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Estimated value of Lot 7 is £36 to £61 million over the term of the Contract. Please note these are estimated values and FSA expect tenderers to calculate their bids based on the cost of delivering the service. The estimated range covers from the 5 year initial term to the 7 year total term, to include the optional 2 year extension, and are rounded to the nearest million.<br/><br/>Tenders will be evaluated on a lot by lot basis subject to the selection criteria set out in the Qualification Envelope and the award criteria and minimum requirements set out in the Evaluation Document. There are restrictions on the number of lots that can be awarded to a Tenderer subject to certain exceptions as set out in the Contract Notice Wording Document.<br/><br/>The FSA may request the Supplier to provide Services to certain other government departments as listed in Annex 3 of the Specification.<br/><br/>Tenders should review all information issued in order to prepare their response to the Qualification Envelope, Tender Response and Commercial Input Template. This is set out in the ITT, TUPE and Immigration Wording Document, Specification, Contract, Qualification Envelope, Evaluation Document, Contract Notice Wording Document.<br/><br/>The FSA does not bind itself to accept any tender and is not liable for any costs incurred by those expressing an interest or tendering for this opportunity.<br/><br/>Where the FSA chooses to award a Contract for any Lot, this will be subject to the Contract issued within the ITT documents.<br/><br/>The FSA reserves the right to eliminate a Tenderer from the process, due to serious concerns over their ability to deliver the service, if any of the following occur:<br/>The Tenderer is judged to have a score of 0 in response to any individual question in the Technical Envelope.<br/>The Tenderer is judged to have a score of 30 in at least 2 different questions in the Technical Envelope.<br/>The Tenderer does not reach a minimum overall score of 60% in the Technical Envelope (excluding social value).<br/>The Award Criteria is detailed in the FSADOC Evaluation Document in the documentation section.

Lot No: 8

II.2.1) Title

2.h. Lot 8

II.2.2) Additional CPV code(s)

85200000

85140000

85100000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

https://health-family.force.com/s/Welcome

II.2.4) Description of the procurement

This contract is for the provision of a managed service for contract Official Veterinarians (cOV) and contract Official Auxiliaries (cOA) to undertake the delivery of Official Controls in accordance with assimilated EU and UK law in Third Party Premises (Food Business Operator Premises) which are approved by FSA. These are meat establishments (slaughterhouses, cutting Premises and approved game handling establishments) which are owned and operated by a Food Business Operator. On occasion, attendance at premises under local authority control and Dairy Establishments may be required.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 29 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 31/03/2025

End: 30/03/2030

This contract is subject to renewal: Yes

Description of renewals:

The FSA is entitled to extend the Contract by 2 years subject to giving notice in accordance with the terms of the Contract. See the Award Form and Core Terms of the Contract for more information.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Estimated value of Lot 8 is £17 to £29 million over the term of the Contract. Please note these are estimated values and FSA expect tenderers to calculate their bids based on the cost of delivering the service. The estimated range covers from the 5 year initial term to the 7 year total term, to include the optional 2 year extension, and are rounded to the nearest million.<br/><br/>Tenders will be evaluated on a lot by lot basis subject to the selection criteria set out in the Qualification Envelope and the award criteria and minimum requirements set out in the Evaluation Document. There are restrictions on the number of lots that can be awarded to a Tenderer subject to certain exceptions as set out in the Contract Notice Wording Document.<br/><br/>The FSA may request the Supplier to provide Services to certain other government departments as listed in Annex 3 of the Specification.<br/><br/>Tenders should review all information issued in order to prepare their response to the Qualification Envelope, Tender Response and Commercial Input Template. This is set out in the ITT, TUPE and Immigration Wording Document, Specification, Contract, Qualification Envelope, Evaluation Document, Contract Notice Wording Document.<br/><br/>The FSA does not bind itself to accept any tender and is not liable for any costs incurred by those expressing an interest or tendering for this opportunity.<br/><br/>Where the FSA chooses to award a Contract for any Lot, this will be subject to the Contract issued within the ITT documents.<br/><br/>The FSA reserves the right to eliminate a Tenderer from the process, due to serious concerns over their ability to deliver the service, if any of the following occur:<br/>The Tenderer is judged to have a score of 0 in response to any individual question in the Technical Envelope.<br/>The Tenderer is judged to have a score of 30 in at least 2 different questions in the Technical Envelope.<br/>The Tenderer does not reach a minimum overall score of 60% in the Technical Envelope (excluding social value).<br/>The Award Criteria is detailed in the FSADOC Evaluation Document in the documentation section.

Lot No: 9

II.2.1) Title

2.i. Lot 9

II.2.2) Additional CPV code(s)

85200000

85140000

85100000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

https://health-family.force.com/s/Welcome

II.2.4) Description of the procurement

This contract is for the provision of a managed service for contract Official Veterinarians (cOV) and contract Official Auxiliaries (cOA) to undertake the delivery of Official Controls in accordance with assimilated EU and UK law in Third Party Premises (Food Business Operator Premises) which are approved by FSA. These are meat establishments (slaughterhouses, cutting Premises and approved game handling establishments) which are owned and operated by a Food Business Operator. On occasion, attendance at premises under local authority control and Dairy Establishments may be required.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 33 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 31/03/2025

End: 30/03/2030

This contract is subject to renewal: Yes

Description of renewals:

The FSA is entitled to extend the Contract by 2 years subject to giving notice in accordance with the terms of the Contract. See the Award Form and Core Terms of the Contract for more information.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Estimated value of Lot 9 is £20 to £33 million over the term of the Contract. Please note these are estimated values and FSA expect tenderers to calculate their bids based on the cost of delivering the service. The estimated range covers from the 5 year initial term to the 7 year total term, to include the optional 2 year extension, and are rounded to the nearest million.<br/><br/>Tenders will be evaluated on a lot by lot basis subject to the selection criteria set out in the Qualification Envelope and the award criteria and minimum requirements set out in the Evaluation Document. There are restrictions on the number of lots that can be awarded to a Tenderer subject to certain exceptions as set out in the Contract Notice Wording Document.<br/><br/>The FSA may request the Supplier to provide Services to certain other government departments as listed in Annex 3 of the Specification.<br/><br/>Tenders should review all information issued in order to prepare their response to the Qualification Envelope, Tender Response and Commercial Input Template. This is set out in the ITT, TUPE and Immigration Wording Document, Specification, Contract, Qualification Envelope, Evaluation Document, Contract Notice Wording Document.<br/><br/>The FSA does not bind itself to accept any tender and is not liable for any costs incurred by those expressing an interest or tendering for this opportunity.<br/><br/>Where the FSA chooses to award a Contract for any Lot, this will be subject to the Contract issued within the ITT documents.<br/><br/>The FSA reserves the right to eliminate a Tenderer from the process, due to serious concerns over their ability to deliver the service, if any of the following occur:<br/>The Tenderer is judged to have a score of 0 in response to any individual question in the Technical Envelope.<br/>The Tenderer is judged to have a score of 30 in at least 2 different questions in the Technical Envelope.<br/>The Tenderer does not reach a minimum overall score of 60% in the Technical Envelope (excluding social value).<br/>The Award Criteria is detailed in the FSADOC Evaluation Document in the documentation section.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

In accordance with Regulations 57,58 and 60 of the Public Contracts Regulations 2015 (PCR), Tenderers will be assessed in accordance with the PCR on the basis of the information provided in response to the Qualification Envelope (being the Selection Questionnaire).

III.1.2) Economic and financial standing

List and brief description of selection criteria:

Acid Ratio and Operating Margin - This information is requested in the qualification section. This is being requested for information only. <br/>The FSA expressly reserves the right to require Tenderers to provide additional information supplementing or clarifying any of the information provided in response to the requests set out in Qualification Envelope


Minimum level(s) of standards required:

The financial target threshold must be greater than 0%. This is being requested for information only. <br/>The FSA expressly reserves the right to require Tenderers to provide additional information supplementing or clarifying any of the information provided in response to the requests set out in Qualification Envelope

III.1.3) Technical and professional ability

List and brief description of selection criteria:

Tenderers will be assessed in accordance with Regulations 58 and 60 of the Public Contracts Regulations 2015. Tenderers should refer to further information detailed in the Qualification Envelope and the Evaluation Document. This information is requested in the qualification section.


Minimum level(s) of standards required:

Please see the Qualification Envelope and the Evaluation Document.

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

The Contract will include a number of KPIs these will include; resourcing, supplier operational reporting, delivery of official controls and activities and people. <br/>The detail of the Social Value KPI will be contractualised based on the Tenderer's proposal and as set out in the Tender Response. <br/>Service Credits will apply.

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2023/S 000-028214

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 11/06/2024

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.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)

IV.2.7) Conditions for opening of tenders

Date: 11/06/2024

Local time: 12:00

Place:

All bids will be opened using the e-procurement site Atamis.

Information about authorised persons and opening procedure:

All bids will be opened at noon on 11/06/2024, bids received after this time may be excluded and may not be evaluated.

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

The FSA is entitled to extend the Contract by 2 years subject to giving notice in accordance with the terms of the Contract. See the Award Form and Core Terms of the Contract for more information.

VI.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

This is a 5 year contract with an optional 2 year extension.<br/>The value of the Contract for all lots is estimated to be between £180,000,000 for 5 years and the total of £303,000,000 for the total duration, including the extension (£180 million - £303 million). The estimated value of each lot is indicated within the notice for each respective lot. Please note the total value of the Contract and the values on a per lot basis are estimated values and FSA expect tenderers to calculate their bids based on the cost of delivering the service for each lot that you bid for.<br/><br/>Tenders will be evaluated on a lot by lot basis subject to the selection criteria set out in the Qualification Envelope and the award criteria and minimum requirements set out in the Evaluation Document. There are restrictions on the number of lots that can be awarded to a Tenderer subject to certain exceptions as set out in the Contract Notice Wording Document. <br/> <br/>The FSA may request the Supplier to provide Services to certain other government departments as listed in Annex 3 of the Specification. <br/> <br/>Tenders should review all information issued in order to prepare their response to the Qualification Envelope, Tender Response and Commercial Input Template. This is set out in the ITT, TUPE and Immigration Wording Document, Specification, Contract, Qualification Envelope, Evaluation Document, Contract Notice Wording Document. <br/><br/>The FSA does not bind itself to accept any tender and is not liable for any costs incurred by those expressing an interest or tendering for this opportunity. <br/> <br/>Where the FSA chooses to award a Contract for any Lot, this will be subject to the Contract issued within the ITT documents.

VI.4) Procedures for review

VI.4.1) Review body

High Court of Justice for England and Wales

The Strand

London

WC2A 2LL

UK

VI.5) Date of dispatch of this notice

10/04/2024

Coding

Commodity categories

ID Title Parent category
85100000 Health services Health and social work services
85140000 Miscellaneous health services Health services
85200000 Veterinary services Health and social work services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
fsa.commercial@food.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.