Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Defra Network eTendering Portal
Seacole Building, 2 Marsham Street
London
SW1P 4DF
UK
Contact person: Mandy Worsnop
Telephone: +44 3459335577
E-mail: dgcenquiries@defra.gov.uk
NUTS: UK
Internet address(es)
Main address: https://www.gov.uk/government/organisations/department-for-environment-food-rural-affairs
Address of the buyer profile: https://defra-family.force.com/s/Welcome
I.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 abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
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
Environment
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Animal and Plant Health Modelling Services Framework
Reference number: C21922
II.1.2) Main CPV code
77000000
II.1.3) Type of contract
Services
II.1.4) Short description
Animal and Plant Health Modelling Services Framework
II.1.5) Estimated total value
Value excluding VAT:
800 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: Lot 1
II.2.1) Title
Lot 1 - Animal Health
II.2.2) Additional CPV code(s)
77000000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
United Kingdom
II.2.4) Description of the procurement
Lot 1 covers the provision of modelling services and expertise for animal health. This may include expertise in areas such as species distribution, movement dynamics and host interaction. The Authority and/or Contracting Bodies may require some or all of the Services outlined in relation to government’s current or future policy interests in animal health. Current exotic diseases of interest include, but are not limited to, FMD, Swine Vesicular Disease, ASF, Classical Swine Fever, Avian Influenza, Newcastle Disease, and Vector Borne diseases including Bluetongue, Epizootic Haemorrhagic Disease and African Horse Sickness. Modelling of endemic diseases such as Salmonella, Swine Influenza or Porcine Reproductive and Respiratory Syndrome may also 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:
400 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/04/2024
End:
31/03/2027
This contract is subject to renewal: Yes
Description of renewals:
A decision as to whether a renewal Framework Agreement is required will be made during the course of this Framework Agreement
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:
Yes
Description of options:
There is an option to extend the Framework Agreement for 12 months
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: Lot 2
II.2.1) Title
Lot 2 - Plant Health
II.2.2) Additional CPV code(s)
77000000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
United Kingdom
II.2.4) Description of the procurement
Quantitative modelling for plant and bee health contributes to the evidence base required by government to assess risk and manage outbreaks of pests and diseases of relevance to plant and bee health. Recent policy interests include but are not limited to Phytophthora Ramorum, Phytophthora Kernoviae, Phytophthora Pluvialis, Chalara, Oak Processionary Moth, Emerald Ash Borer, Xylella fastidiosa, Acute Oak Decline, Varroa and Asian Hornet.
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:
400 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/04/2024
End:
31/03/2027
This contract is subject to renewal: Yes
Description of renewals:
A decision as to whether a renewal Framework Agreement is required will be made during the course of this Framework Agreement
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:
Yes
Description of options:
There is an option to extend the Framework Agreement for 12 months
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
29/01/2024
Local time: 17:00
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: 4 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
30/01/2024
Local time: 09:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.4) Procedures for review
VI.4.1) Review body
Defra Network eTendering Portal
Seacole Building, 2 Marsham Street
London
SW1P 4DF
UK
Internet address(es)
URL: https://www.gov.uk/government/organisations/department-for-environment-food-rural-affairs
VI.4.2) Body responsible for mediation procedures
Defra Network eTendering Portal
Seacole Building, 2 Marsham Street
London
SW1P 4DF
UK
Internet address(es)
URL: https://www.gov.uk/government/organisations/department-for-environment-food-rural-affairs
VI.4.4) Service from which information about the review procedure may be obtained
Defra Network eTendering Portal
Seacole Building, 2 Marsham Street
London
SW1P 4DF
UK
Internet address(es)
URL: https://www.gov.uk/government/organisations/department-for-environment-food-rural-affairs
VI.5) Date of dispatch of this notice
07/12/2023