Forestry Commission is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | National Venison and Boar Contract |
Notice type: | Contract Notice |
Authority: | Forestry Commission |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | Forestry England is looking to establish a contractual relationship for the sale and collection of Forestry England Venison and Feral Wild boar (FWB) carcasses. Carcasses will be presented in skin and collected from Forestry England deer larders across the country. |
Published: | 09/07/2021 14:50 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Forestry Commission
620 Bristol Business Park, Coldharbour Lane, Bristol, BS16 1EJ, United Kingdom
Tel. +44 3000674000, Email: arran.price@forestryengland.uk
Main Address: https://www.forestryengland.uk/, Address of the buyer profile: https://www.forestryengland.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: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Bristol:-Agricultural%2C-forestry%2C-horticultural%2C-aquacultural-and-apicultural-services./8S2MQJBYCC
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://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: https://www.delta-esourcing.com/
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
Other activity:
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: National Venison and Boar Contract
Reference Number: Not provided
II.1.2) Main CPV Code:
77000000 - Agricultural, forestry, horticultural, aquacultural and apicultural services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Forestry England is looking to establish a contractual relationship for the sale and collection of Forestry England Venison and Feral Wild boar (FWB) carcasses. Carcasses will be presented in skin and collected from Forestry England deer larders across the country.
II.1.5) Estimated total value:
Value excluding VAT: 500,000
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: 4
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Lot 1 - North
Lot 2 - Central
Lot 3 - East
Lot 4 - South
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Not provided
Lot No: Lot 1 - North
II.2.2) Additional CPV codes:
15100000 - Animal products, meat and meat products.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: The contract will be split into four Lots. The Lots will be merged across forest district boundaries into groups that give the best logistical connectivity. The proposed Lots will be structured as follows:
Lot 1 - North
Lot 2 - Central
Lot 3 - East
Lot 4 - South
Please refer to the attached document for further detail regarding geographical coverage of each 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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/11/2021 / End: 31/10/2025
This contract is subject to renewal: Yes
Description of renewals: Contract will be renewed at the end of its term
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: Not provided
Lot No: Lot 2 - Central
II.2.2) Additional CPV codes:
15000000 - Food, beverages, tobacco and related products.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: The contract will be split into four Lots. The Lots will be merged across forest district boundaries into groups that give the best logistical connectivity. The proposed Lots will be structured as follows:
Lot 1 - North
Lot 2 - Central
Lot 3 - East
Lot 4 - South
Please refer to the attached document for further detail regarding geographical coverage of each 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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/11/2021 / End: 31/10/2025
This contract is subject to renewal: Yes
Description of renewals: Contract will be renewed at the end of its term
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: Not provided
Lot No: Lot 3 - East
II.2.2) Additional CPV codes:
15000000 - Food, beverages, tobacco and related products.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: The contract will be split into four Lots. The Lots will be merged across forest district boundaries into groups that give the best logistical connectivity. The proposed Lots will be structured as follows:
Lot 1 - North
Lot 2 - Central
Lot 3 - East
Lot 4 - South
Please refer to the attached document for further detail regarding geographical coverage of each 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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/11/2021 / End: 31/10/2025
This contract is subject to renewal: No
Description of renewals: Not provided
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: Not provided
Lot No: Lot 4 - South
II.2.2) Additional CPV codes:
15000000 - Food, beverages, tobacco and related products.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: The contract will be split into four Lots. The Lots will be merged across forest district boundaries into groups that give the best logistical connectivity. The proposed Lots will be structured as follows:
Lot 1 - North
Lot 2 - Central
Lot 3 - East
Lot 4 - South
Please refer to the attached document for further detail regarding geographical coverage of each 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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/11/2021 / End: 31/10/2025
This contract is subject to renewal: Yes
Description of renewals: Contract will be renewed at the end of its term
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 applicable
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: No
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: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: 2021/S 000 - 000000
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 06/08/2021 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): 3
IV.2.7) Conditions for opening of tenders:
Date: 06/08/2021
Time: 12:01
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 No
Electronic invoicing will be accepted No
Electronic payment will be used No
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-Bristol:-Agricultural%2C-forestry%2C-horticultural%2C-aquacultural-and-apicultural-services./8S2MQJBYCC
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/8S2MQJBYCC
VI.4) Procedures for review
VI.4.1) Review body:
Forestry Commision
620 Coldharbour Lane, Winterbourne, Bristol, BS16 1EJ, United Kingdom
Email: arran.price@forestryengland.uk
Internet address: www.forestryengland.uk
VI.4.2) Body responsible for mediation procedures:
Not provided
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:
Not provided
VI.5) Date Of Dispatch Of This Notice: 09/07/2021
Annex A