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 Award Notice

Scanning Surveillance Post Mortem Examinations

  • First published: 02 March 2021
  • Last modified: 02 March 2021

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:
Published by:
Department of Environment, Food and Rural Affairs (Defra)
Authority ID:
AA73981
Publication date:
02 March 2021
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Defra has awarded eight (8) contracts, on behalf of the Animal and Plant Health Agency (APHA), for the provision of veterinary diagnostic and surveillance services, namely Post Mortem Examination (PME) (supported by laboratory testing), as part of an integrated network alongside APHA's own PME sites (the Veterinary Investigation Centres), for farm animals in England and Wales.

The services required under these contracts include:

• alerting APHA to suspicions of notifiable disease, new or re-emerging disease threats (NRT) and animal welfare issues,

• participation as part of an extended network of veterinary staff with experience in farm animal disease investigation, diagnosis and pathology, actively engaging in Government surveillance for potential NRT in farm animals,

• day-to-day discussion with Private Veterinary Surgeons (PVS) about disease incidents where specialist advice is needed,

• examination of animal carcases with the objective of diagnosing disease,

• collection and reporting of data from PME and disease investigations of animals for the purpose of accumulation of surveillance intelligence.

(Note that the total value on this notice covers the full 5-year period for all eight contracts. The values shown against individual organisations contracts are only estimates and are subject to change).

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

Defra Group Commercial

17 Nobel House

London

SW1P 3JR

UK

E-mail: melanie.swain@defra.gov.uk

NUTS: UK

Internet address(es)

Main address: www.defra.gov.uk

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

Scanning Surveillance Post Mortem Examinations

Reference number: 28709

II.1.2) Main CPV code

85200000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Provision of veterinary diagnostic and surveillance services, namely Post Mortem Examination (PME) (supported by laboratory testing), as part of an integrated network alongside the Animal and Plant Health Agency's (APHA's) own PME sites (the Veterinary Investigation Centres (VICs)), for farm animals in England and Wales.

II.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Value excluding VAT: 1 250 000.00  GBP

II.2) Description

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

England and Wales.

II.2.4) Description of the procurement

Defra has awarded eight (8) contracts, on behalf of the Animal and Plant Health Agency (APHA), for the provision of veterinary diagnostic and surveillance services, namely Post Mortem Examination (PME) (supported by laboratory testing), as part of an integrated network alongside APHA's own PME sites (the Veterinary Investigation Centres), for farm animals in England and Wales.

The services required under these contracts include:

• alerting APHA to suspicions of notifiable disease, new or re-emerging disease threats (NRT) and animal welfare issues,

• participation as part of an extended network of veterinary staff with experience in farm animal disease investigation, diagnosis and pathology, actively engaging in Government surveillance for potential NRT in farm animals,

• day-to-day discussion with Private Veterinary Surgeons (PVS) about disease incidents where specialist advice is needed,

• examination of animal carcases with the objective of diagnosing disease,

• collection and reporting of data from PME and disease investigations of animals for the purpose of accumulation of surveillance intelligence.

(Note that the total value on this notice covers the full 5-year period for all eight contracts. The values shown against individual organisations contracts are only estimates and are subject to change).

II.2.5) Award criteria

Quality criterion: Technical / Weighting: 100

Price / Weighting:  0

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

Award of a contract without prior publication of a call for competition

Justification for selected award procedure:

The works, supplies or services can be provided only by a particular economic operator for the following reason: absence of competition for technical reasons

Explanation

It is APHA’s understanding that no reasonable or alternative substitute exists that could provide suitable service provision to meet the requirements of these contracts. Therefore, the justification is made under regulation 32.2 (b) (ii).

1) Expertise and Resource:

1.1 Providers' staff must be registered with RCVS and meet the following competencies:

(a) Competence and experience in large animal veterinary practice; specifically differential diagnosis for common disease presentations, disease investigation and diagnosis, including the ability to use multiple sources of information as part of these investigations;

(b) Competence and experience or qualification in gross pathology of Farm Animals;

(c) Knowledge of the most common diseases in Farm Animals, an awareness of the clinical signs and pathology of notifiable diseases and an ability to recognise new or re-emerging disease threats (NRT);

(d) Good knowledge of the farming industry in Great Britain;

1.2 Qualified veterinary surgeons are required to be available at all times of the working day so that Post Mortem Examinations (PME) are conducted for Private Veterinary Surgeons (PVS) within the required timescales. It is essential that sufficient qualified staff are available to cover other work priorities of the Provider's organisation.

1.3 Providers are expected to demonstrate capability of managing the risks associated with carrying out the services, including notifiable disease and NRT.

1.4 Providers are expected to conduct internal peer review audits of reports that ensure quality of service.

2) Facilities:

2.1 Providers' PME facilities are required to be either purpose-built or converted to function as a PME facility. The environment is required to support uncontaminated samples for bacteriology that will contribute to the surveillance for bacterial diseases and Antimicrobial Resistance, evidenced by successful isolation of bacteria from diagnostic samples taken at PME.

2.2 The facilities are required to be able to handle Carcases from multiple species, up to and including large adult bovines, and will be available to examine any Carcase material safely, particularly with regard to zoonotic infection.

2.3 The providers' facilities are required to have an onsite bio secure cold store or access to a bio secure cold store with sufficient capacity to facilitate storage of animals of at least 250kgs. Storage will have surfaces that are sealed and can be cleaned and disinfected. The store will be able to be locked if outside a secure area.

3) Standards and Regulations:

3.1 Significant assurance that key standards and regulations will be met and complied with are required for these services. These include:

(a) Biosecurity measures (equivalent of Defra and Welsh Government standards);

(b) Compliance with the Control of Substances Hazardous to Health (COSHH) Regulations 2002;

(c) Removal, transport and disposal of carcases in accordance with Regulation (EC) 1069/2009 and The Animal By-Product (Enforcement) Regulation;

(d) Access to UKAS accredited testing for the purpose of achieving a Veterinary Investigation Diagnosis Analysis (VIDA) diagnosis;

(e) Percentage of carcase PMEs with a valid diagnostic VIDA code shall be 80 % (as a minimum);

(f) Evidence of facilities and working practices that are aligned to ABP biosecurity regulations.

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:

2020/S 227-560743

Section V: Award of contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

17/12/2020

V.2.2) Information about tenders

Number of tenders received: 1

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Royal Veterinary College

Hawkshead Lane

North Mymms

AL9 7TA

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 108 240.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

18/12/2020

V.2.2) Information about tenders

Number of tenders received: 1

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

University of Bristol

Langford

BS40 5DU

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 211 545.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

16/12/2020

V.2.2) Information about tenders

Number of tenders received: 1

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

University of Surrey

School of Veterinary Medicine, Francis Crick Road

Guildford

GU2 7AQ

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 133 025.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

15/12/2020

V.2.2) Information about tenders

Number of tenders received: 1

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Wales Veterinary Science Centre/Iechyd Da

Y Buarth

Aberystwyth

SY23 1ND

UK

NUTS: UK

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 306 550.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

15/12/2020

V.2.2) Information about tenders

Number of tenders received: 1

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

SAC Commercial Ltd

Greycrook, St Boswells

Roxburghshire

TD6 0EQ

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 43 750.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

18/12/2020

V.2.2) Information about tenders

Number of tenders received: 1

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

University of Liverpool

Leahurst Campus, Chester High Road Neston

Neston

CH64 7TE

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 150 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

17/12/2020

V.2.2) Information about tenders

Number of tenders received: 1

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

University of Cambridge

Madingley Road

Cambridge

CB3 0ES

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 71 890.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

11/02/2021

V.2.2) Information about tenders

Number of tenders received: 1

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

University of Nottingham

Sutton Bonington Campus

Sutton Bonington

LE12 5RD

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 225 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.4) Procedures for review

VI.4.1) Review body

Defra Group Commercial

Nobel House, 17 Smith Square

London

UK

VI.4.2) Body responsible for mediation procedures

Royal Courts of Justice

London

WC2A 2LL

UK

VI.5) Date of dispatch of this notice

25/02/2021

Coding

Commodity categories

ID Title Parent category
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:
melanie.swain@defra.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.