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
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: 3 750 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots only
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
The contracting authority may award lots to 1 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.2.1)Title:
Sample collection — shellfish and water
Lot No: 1
II.2.2)Additional CPV code(s)
90711500
II.2.3)Place of performance
NUTS code: UK
Main site or place of performance:
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
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: 1 875 000.00 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
II.2.12)Information about electronic catalogues
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
II.2)Description
II.2.2)Additional CPV code(s)
90711500
II.2.3)Place of performance
NUTS code: UK
Main site or place of performance:
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
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: 900 000.00 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
II.2.12)Information about electronic catalogues
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
II.2)Description
II.2.2)Additional CPV code(s)
90711500
II.2.3)Place of performance
NUTS code: UK
Main site or place of performance:
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
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: 795 000.00 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
II.2.12)Information about electronic catalogues
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
II.2)Description
II.2.1)Title:
Chemical Contaminants Monitoring
Lot No: 4
II.2.2)Additional CPV code(s)
90711500
II.2.3)Place of performance
NUTS code: UK
Main site or place of performance:
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
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: 180 000.00 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
II.2.12)Information about electronic catalogues
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
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
III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
III.2.2)Contract performance conditions:
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
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
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
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
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 13/09/2017
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
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 months: 5 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 13/09/2017
Local time: 14:00
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:
VI.4)Procedures for review
VI.4.1)Review body
Cefas
Pakefield Road
Lowestoft
NR33 0HT
United Kingdom
Telephone: +44 1502527766
VI.4.2)Body responsible for mediation procedures
Cefas
Pakefield Road
Lowestoft
NR33 0HT
United Kingdom
Telephone: +44 1502527766
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
Cefas
Pakefield Road
Lowestoft
NR33 0HT
United Kingdom
Telephone: +44 1502527766
VI.5)Date of dispatch of this notice:
14/08/2017