Delivery of Meat Official Controls in Approved Establishments in Scotland
Food Standards Scotland intend to appoint a single supplier Framework Agreement for the delivery of Meat Official Controls in approved establishments in Scotland.
United Kingdom-Aberdeen: Veterinary services
2017/S 180-368984
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
4th Floor, Pilgrim House, Old Ford Road
Aberdeen
AB11 5RL
United Kingdom
Contact person: Sandra McLaughlin
Telephone: +44 1412425462
E-mail: sandra.mclaughlin@gov.scot
NUTS code: 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
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
The Delivery of Meat Official Controls in Approved Establishments in Scotland.
II.1.2)Main CPV code
II.1.3)Type of contract
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
II.2.3)Place of performance
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
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The initial Framework Agreement period shall be 36 months with an option to extend by 12 month period.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
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.1.2)Economic and financial standing
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.
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
There will be no statements and questions used for Section D of Part IV of the ESPD (Scotland).
III.2.2)Contract performance conditions:
Contract performance conditions shall be detailed in the Invitation to Tender document.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
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.4.1)Review body
4th Floor, Pilgrim House, Old Ford Road
Aberdeen
AB11 5RL
United Kingdom
Telephone: +44 1224285172Internet address:www.foodstandards.gov.scot
VI.4.3)Review procedure
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: