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 |
View Full Notice
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
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