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

The Delivery of Meat Official Controls in Approved Establishments in Scotland.

  • First published: 20 September 2017
  • Last modified: 20 September 2017

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:
Food Standards Scotland
Authority ID:
AA34649
Publication date:
20 September 2017
Deadline date:
18 October 2017
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

FSS intend to appoint a single supplier for the provision of Official Veterinarians and Contract Meat Hygiene Inspectors for the verification of compliance with legislation through inspection and health marking in FSS AMEs in mainland Scotland, Mull Shetland and Orkney. The scope of services include a fully managed service for the delivery of official controls (OC) in accordance with EC and UK law in FSS AME (slaughterhouses, cutting plants and Approved Game Handling Establishments (AGHE) across Scotland). This includes routine attendance in slaughterhouses and AHGEs for veterinary and inspector functions and duties. An element of Official Veterinarians duties that are additional to the deployment required to fulfil Business Agreement (BA) demands. Also to deliver all the requirements as specified in the Scottish Manual of Official Controls (MOC) and any supplementary guidance issued by FSS.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Food Standards Scotland (FSS)

4th Floor, Pilgrim House, Old Ford Road

Aberdeen

AB11 5RL

UK

Contact person: Sandra McLaughlin

Telephone: +44 1412425462

E-mail: sandra.mclaughlin@gov.scot

NUTS: UKM

Internet address(es)

Main address: www.foodstandards.gov.scot

Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA24524

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

http://www.publiccontractsscotland.gov.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

http://www.publiccontractsscotland.gov.uk


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

The Delivery of Meat Official Controls in Approved Establishments in Scotland.

Reference number: FSS-2017-017

II.1.2) Main CPV code

85200000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Food Standards Scotland intend to appoint a single supplier Framework Agreement for the delivery of Meat Official Controls in approved establishments in Scotland.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS code:

UKM

II.2.4) Description of the procurement

FSS intend to appoint a single supplier for the provision of Official Veterinarians and Contract Meat Hygiene Inspectors for the verification of compliance with legislation through inspection and health marking in FSS AMEs in mainland Scotland, Mull Shetland and Orkney. The scope of services include a fully managed service for the delivery of official controls (OC) in accordance with EC and UK law in FSS AME (slaughterhouses, cutting plants and Approved Game Handling Establishments (AGHE) across Scotland). This includes routine attendance in slaughterhouses and AHGEs for veterinary and inspector functions and duties. An element of Official Veterinarians duties that are additional to the deployment required to fulfil Business Agreement (BA) demands. Also to deliver all the requirements as specified in the Scottish Manual of Official Controls (MOC) and any supplementary guidance issued by FSS.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70 %

Price / Weighting:  30 %

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

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

The initial Framework Agreement period shall be 36 months with an option to extend by 12 month period.

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

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

List and brief description of selection criteria:

Please refer to these statements when completing section 4B of the ESPD (Scotland).

Statement for 4B.4 — Bidders must demonstrate Current Ratio of greater than 1. Current Ratio will be calculated as follows: Net Current Assets divided by Net Current Liabilities.

Statement for 4B.6 — Bidders are required to submit copies of their 2 most recent sets of annual audited accounts including balance sheets and profit/loss accounts (transferred into GBP and English language) and, where appropriate, shall provide additional supporting information including eg. details of any significant differences since the last set of audited accounts.


Minimum level(s) of standards required:

Statement for ESPD 4B.5.1

It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below:

Employer's [Compulsory] Liability Insurance = 5 000 000 GBP

Public Liability Insurance = 5 000 000 GBP

Professional Indemnity Insurance = 7 500 000 GBP.

III.1.3) Technical and professional ability

List and brief description of selection criteria:

There will be no statements and questions used for Section D of Part IV of the ESPD (Scotland).


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

Contract performance conditions shall be detailed in the Invitation to Tender document.

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 a single operator.

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: 18/10/2017

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

Duration in months: 6 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 18/10/2017

Local time: 15:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

Question scoring methodology for Selection Criteria: pass/fail

Award Criteria questions can be found in the ITT together with the weightings. Award scoring methodology will be the following:

0 — Unacceptable. Nil or inadequate response. Fails to demonstrate an ability to meet the requirement.

1 — Poor. Response is partially relevant but generally poor. The response addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled.

2 — Acceptable. Response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas.

3 — Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirements will be fulfilled.

4 — Excellent. Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full.

For further information regarding regulated procurements of OJEU threshold and above, refer to Regulations 58 and 59 of The Public Contracts (Scotland) Regulations 2015, Regulation 78 of the Utilities Contracts (Scotland) Regulations 2016.

Note: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=512160.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

The Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason:

A Community Benefits (CB) clause has not been included within the ITT documents as a clause is considered not to be relative and/or proportionate to the nature of the service to be required. However the award questionnaire contained in the ITT does include a CB question which will not be scored but any community benefits identified will be pursued through the contract management process.

(SC Ref:512160)

Download the ESPD document here: http://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=512160

VI.4) Procedures for review

VI.4.1) Review body

Food Standards Scotland (FSS)

4th Floor, Pilgrim House, Old Ford Road

Aberdeen

AB11 5RL

UK

Telephone: +44 1224285172

Internet address(es)

URL: www.foodstandards.gov.scot

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

Economic operators who submit a tender shall be notified of the outcome of the procurement process, such notification will contain among other information, a summary of the reasons why the economic operator was unsuccessful. The notification will incorporate a ‘standstill period’ of a minimum of 10 clear calendar days (or a minimum of 15 if the communication method used is not electronic) before conclusion of contracts. The bringing of court proceedings during the standstill period will automatically continue the prohibition on entering into the contract until court proceedings are determined, discounted or disposed of, or the court, by interim order, brings to an end the prohibition. The remedies that may be awarded by the courts before the contract has been entered include the setting aside of the decision to award the contract to the winning tenderer. The bringing of court proceedings against the Contracting Authority after the contract has been entered into will not affect the contract unless grounds for the imposition of special penalties under the Public Contract (Scotland) Regulations 2015 can be established. Otherwise the remedies that may be awarded by the courts where the contract has been entered into are limited to the award of damages. Economic operators are entitled to write to the Contracting Authority after receipt of the notification should they require further clarification. The Contracting Authority will respond within 15 days of such a written request, but it should be noted that receipt by the Contracting Authority of such request during the standstill period may not prevent the Contracting Authority from awarding the contract following the expiry of the standstill period. An economic operator that suffers or risks suffering loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or Court of Session.

VI.5) Date of dispatch of this notice

18/09/2017

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:
sandra.mclaughlin@gov.scot
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.