Cefas: ITT for Provision of Statutory Shellfish Monitoring Services for Scotland

  Cefas is using Delta eSourcing to run this tender exercise

Notice Summary
Title: ITT for Provision of Statutory Shellfish Monitoring Services for Scotland
Notice type: Contract Notice
Authority: Cefas
Nature of contract: Services
Procedure: Open
Short Description: The Authority is looking for a supplier for the provision of statutory shellfish monitoring services for Scotland (sample collection, E.coli, phytoplankton and chemical contaminants). This is to support the work the Authority undertakes for Food Standards Scotland (FSS) who has a key role in safeguarding public health and animal welfare through delivery of official controls on food in Scotland.
Published: 14/08/2017 16:54
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Lowestoft: Environmental monitoring other than for construction.
Section I: Contracting Authority
      I.1) Name and addresses
             Cefas
             Pakefield Road, Lowestoft, NR33 0HT, United Kingdom
             Tel. +44 1502524576, Email: cap@cefas.co.uk
             Contact: Tracy Haworth
             Main Address: www.cefas.co.uk
             NUTS Code: UK
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: Yes.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-Lowestoft:-Environmental-monitoring-other-than-for-construction./3M993N5G3W
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via www.delta-esourcing.com 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: Not provided
      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: ITT for Provision of Statutory Shellfish Monitoring Services for Scotland       
      Reference Number: 271184341
      II.1.2) Main CPV Code:
      90711500 - Environmental monitoring other than for construction.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The Authority is looking for a supplier for the provision of statutory shellfish monitoring services for Scotland (sample collection, E.coli, phytoplankton and chemical contaminants). This is to support the work the Authority undertakes for Food Standards Scotland (FSS) who has a key role in safeguarding public health and animal welfare through delivery of official controls on food in Scotland.       
      II.1.5) Estimated total value:
      Value excluding VAT: 3,750,000       
      Currency: 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: Not provided
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: The contracting authority may award lots to one or more tenderer for any number of lots. The contracting authority reserves the right not to award any number of lots.

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Sample collection – shellfish and water       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      90711500 - Environmental monitoring other than for construction.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Cefas requires the Supplier to provide a high quality Sample Collection service for various species of live bivalve molluscs and water as defined in relevant European and UK Legislation and further described in Annex 1 Lot 1.
      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: 1,875,000       
      Currency: GBP       
      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: Possibility to extend by up to a further 24 months.
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 2
      
      II.2.1) Title: Phytoplankton Monitoring       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      90711500 - Environmental monitoring other than for construction.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Cefas requires the Supplier to provide a completely managed, high quality service for the provision of Phytoplankton Services as defined in relevant European and UK Legislation and further described in Annex 2 Lot.
      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: 900,000       
      Currency: GBP       
      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: extension up to another 24 months
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 3
      
      II.2.1) Title: Ecoli Monitoring       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      90711500 - Environmental monitoring other than for construction.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Cefas requires the Supplier to provide a high quality service for the provision of E. coli Services as defined in relevant European and UK Legislation and further described in Annex 3 Lot 3.
      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: 795,000       
      Currency: GBP       
      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: extension for up to another 24 months
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 4
      
      II.2.1) Title: Chemical Contaminants Monitoring       
      Lot No: 4       
      II.2.2) Additional CPV codes:
      90711500 - Environmental monitoring other than for construction.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Cefas requires the Supplier to provide a high quality service for the provision of Chemical Contaminants Services as defined in relevant European and UK Legislation and further described in Annex 4 Lot 4.
      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: 180,000       
      Currency: GBP       
      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: extension of up to a further 24 months
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       


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:          
      Not Provided       
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions          
      Not Provided          
      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: Yes    

Section IV: Procedure
   IV.1) Description OPEN
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 13/09/2017 Time: 12:00
            
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
         Duration in month(s): 5
      
      IV.2.7) Conditions for opening of tenders:
         Date: 13/09/2017
         Time: 14:00
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used Yes       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Lowestoft:-Environmental-monitoring-other-than-for-construction./3M993N5G3W

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/3M993N5G3W
   VI.4) Procedures for review
   VI.4.1) Review body:
             Cefas
       Pakefield Road, Lowestoft, NR33 0HT, United Kingdom
       Tel. +44 1502527766
   VI.4.2) Body responsible for mediation procedures:
             Cefas
          Pakefield Road, Lowestoft, NR33 0HT, United Kingdom
          Tel. +44 1502527766
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
          Cefas
       Pakefield Road, Lowestoft, NR33 0HT, United Kingdom
       Tel. +44 1502527766
   VI.5) Date Of Dispatch Of This Notice: 14/08/2017

Annex A


View any Notice Addenda

View Award Notice

UK-Lowestoft: Environmental monitoring other than for construction.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Cefas
       Pakefield Road, Lowestoft, NR33 0HT, United Kingdom
       Tel. +44 1502524576, Email: cap@cefas.co.uk
       Contact: Tracy Haworth
       Main Address: www.cefas.co.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: Yes

   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 Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: ITT for Provision of Statutory Shellfish Monitoring Services for Scotland            
      Reference number: 271184341

      II.1.2) Main CPV code:
         90711500 - Environmental monitoring other than for construction.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: The Authority is looking for a supplier for the provision of statutory shellfish monitoring services for Scotland (sample collection, E.coli, phytoplankton and chemical contaminants). This is to support the work the Authority undertakes for Food Standards Scotland (FSS) who has a key role in safeguarding public health and animal welfare through delivery of official controls on food in Scotland.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                              
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 2,950,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Sample collection – shellfish and water   
      Lot No:1

      II.2.2) Additional CPV code(s):
            90711500 - Environmental monitoring other than for construction.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Cefas requires the Supplier to provide a high quality Sample Collection service for various species of live bivalve molluscs and water as defined in relevant European and UK Legislation and further described in Annex 1 Lot 1.

      II.2.5) Award criteria:
       Not Provided

      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: Not Provided

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Phytoplankton Monitoring   
      Lot No:2

      II.2.2) Additional CPV code(s):
            90711500 - Environmental monitoring other than for construction.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Cefas requires the Supplier to provide a completely managed, high quality service for the provision of Phytoplankton Services as defined in relevant European and UK Legislation and further described in Annex 2 Lot.

      II.2.5) Award criteria:
       Not Provided

      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: Not Provided

   II.2) Description (lot no. 3)
   

      II.2.1) Title:Ecoli Monitoring   
      Lot No:3

      II.2.2) Additional CPV code(s):
            90711500 - Environmental monitoring other than for construction.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Cefas requires the Supplier to provide a high quality service for the provision of E. coli Services as defined in relevant European and UK Legislation and further described in Annex 3 Lot 3.

      II.2.5) Award criteria:
       Not Provided

      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: Not Provided

   II.2) Description (lot no. 4)
   

      II.2.1) Title:Chemical Contaminants Monitoring   
      Lot No:4

      II.2.2) Additional CPV code(s):
            90711500 - Environmental monitoring other than for construction.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Cefas requires the Supplier to provide a high quality service for the provision of Chemical Contaminants Services as defined in relevant European and UK Legislation and further described in Annex 4 Lot 4.

      II.2.5) Award criteria:
       Not Provided

      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: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Open


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Not Provided
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: 1    
   Title: Sample Collection

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 02/03/2018

      V.2.2) Information about tenders
         Number of tenders received: 4
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             HMMH (Scotland) Ltd
             Balkemback, Tealing, Angus, DD4 0RF, United Kingdom
             Tel. +44 1382380298
             Internet address: www.hallmarkscotland.com
             NUTS Code: UKM
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 1,765,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.2)

   Contract No: Not Provided    
   Lot Number: 2    
   Title: Phytoplankton

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 02/03/2018

      V.2.2) Information about tenders
         Number of tenders received: 1
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Sams Research Services Ltd
             Lismore Suite, Malin House, The European Marine Science Park, Oban, Argyll, PA37 1SZ, United Kingdom
             Tel. +44 1631559472
             Internet address: www.sams.ac.uk
             NUTS Code: UKM
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 895,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.3)

   Contract No: Not Provided    
   Lot Number: 3    
   Title: E.coli

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 02/03/2018

      V.2.2) Information about tenders
         Number of tenders received: 1
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             SSCQ Ltd
             NAFC Marine Centre, Port Arthur, Scalloway, Shetland, ZE1 0UN, United Kingdom
             Tel. +44 1595772441
             Internet address: www.ssqc.co.uk
             NUTS Code: UKM
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 200,100
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.4)

   Contract No: Not Provided    
   Lot Number: 4    
   Title: Chemical Contaminants

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 02/03/2018

      V.2.2) Information about tenders
         Number of tenders received: 1
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             FERA Science Ltd
             NAFIC, Sand Hutton, YORK, YO14 1LZ, United Kingdom
             Tel. +44 1904462154
             Internet address: www.fera.co.uk
             NUTS Code: UKM
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 90,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=308153842

   VI.4) Procedures for review

      VI.4.1) Review body
          Cefas
          Pakefield Road, Lowestoft, NR33 0HT, United Kingdom
          Tel. +44 1502527766

      VI.4.2) Body responsible for mediation procedures
          Cefas
          Pakefield Road, Lowestoft, NR33 0HT, United Kingdom
          Tel. +44 1502527766

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          Cefas
          Pakefield Road, Lowestoft, NR33 0HT, United Kingdom
          Tel. +44 1502527766

   VI.5) Date of dispatch of this notice: 16/03/2018