Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Department of Agriculture, Environment and Rural Affairs
111 Ballykelly Road, Ballykelly,
Limavady
BT49 9HP
UK
E-mail: ssdadmin.cpd@finance-ni.gov.uk
NUTS: UK
Internet address(es)
Main address: https://etendersni.gov.uk/epps
Address of the buyer profile: https://etendersni.gov.uk/epps
I.1) Name and addresses
Department of Agriculture Environment and Rural Affairs NI
Dundonald House
Belfast
BT4 3SB
UK
E-mail: ssdadmin.cpd@finance-ni.gov.uk
NUTS: UK
Internet address(es)
Main address: https://etendersni.gov.uk/epps
Address of the buyer profile: https://etendersni.gov.uk/epps
I.2) Joint procurement
The contract involves joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://etendersni.gov.uk/epps
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://etendersni.gov.uk/epps
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
DAERA - Printing, production and delivery of Department of Agriculture and Rural Affairs (DAERA) MC2 (Movement Control) and SG2(Sheep and Goats) Movement Non Carbon Required (NCR) serialised books
Reference number: ID4291360
II.1.2) Main CPV code
79800000
II.1.3) Type of contract
Services
II.1.4) Short description
The Department are seeking a contractor for the Printing, production and delivery of Department of Agriculture and Rural Affairs (DAERA) MC2 (Movement Control) and SG2(Sheep and Goats) Movement Non Carbon Required (NCR) serialised books on behalf of IRM Branch within Veterinary Service Animal Health Division. Movement notification documentation will be required to be supplied to DAERA Direct Offices at 12 different locations. The delivery of the documentation must be completed twice a year, normally no later than the last working day of April and the last working day of October, but deliveries of documentation books to individual sites outside of those periods may be requested by DAERA. The contract will run for three years from September 2022 to September 2025, with two deliveries to each of the twelve sites in all years unless otherwise requested.
II.1.5) Estimated total value
Value excluding VAT:
150 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
79810000
79820000
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
The Department are seeking a contractor for the Printing, production and delivery of Department of Agriculture and Rural Affairs (DAERA) MC2 (Movement Control) and SG2(Sheep and Goats) Movement Non Carbon Required (NCR) serialised books on behalf of IRM Branch within Veterinary Service Animal Health Division. Movement notification documentation will be required to be supplied to DAERA Direct Offices at 12 different locations. The delivery of the documentation must be completed twice a year, normally no later than the last working day of April and the last working day of October, but deliveries of documentation books to individual sites outside of those periods may be requested by DAERA. The contract will run for three years from September 2022 to September 2025, with two deliveries to each of the twelve sites in all years unless otherwise requested.
II.2.5) Award criteria
Criteria below:
Price
II.2.6) Estimated value
Value excluding VAT:
150 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: No
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
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.2.2) Time limit for receipt of tenders or requests to participate
Date:
31/07/2022
Local time: 15:00
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
Tender must be valid until:
29/10/2022
IV.2.7) Conditions for opening of tenders
Date:
31/07/2022
Local time: 15:30
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
Contract monitoring: the successful contractor’s performance on the contract will be regularly monitored. Contractors not delivering on contract requirements is a serious matter. It means the public purse is not getting what it is paying for. If a contractor fails to reach satisfactory levels of contract performance they will be given a specified time to improve. If, after the specified time, they still fail to reach satisfactory levels of contract performance, the matter will be escalated to senior management in construction and procurement delivery (CPD) for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, this may be considered grounds for termination of the contract at your expense as provided for in the Conditions of Contract. In lieu of termination, CPD may issue a Notice of Written Warning or a Notice of Unsatisfactory Performance. A supplier in receipt of multiple Notices of Written Warning or a Notice of Unsatisfactory Performance may, in accordance with The Public Contracts Regulations 2015 (as amended), be excluded from future public procurement competitions for a period of. up to three years..
VI.4) Procedures for review
VI.4.1) Review body
The UK does not have any such bodies with responsibility for appeal/mediation procedures. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015 as amended.
N/A
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
CPD will comply with the Public Contracts Regulations 2015 (as amended) and, where appropriate, will incorporate a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract is communicated to tenderers. That notification will provide full information on the award decision. This provides time for the unsuccessful tenderers to challenge the award decision before the contract is entered into.
VI.5) Date of dispatch of this notice
23/06/2022