Official control services for shellfish sanitary surveys
Food Standards Agency. UK-York: agricultural, farming, fishing, forestry and related products
2012/S 23-037732
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Food Standards Agency
1-2 Peasholme Green
Contact point(s): Nick Streets
For the attention of: Nick Streets
YO1 7PR York
UNITED KINGDOM
E-mail: fsa.procurement@foodstandards.gsi.gov.uk
Internet address(es):
General address of the contracting authority: www.food.gov.uk
Address of the buyer profile: https://fsa-esourcing.eurodyn.com
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
The provision of official control services for shellfish sanitary surveys (this is a retender of the sanitary survey Section of OJEU Notice 276422-2011-EN).
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 27: Other services
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
The food standards agency (FSA) is the Central Competent Authority for the delivery of official controls on food in the UK and has a key role in safeguarding public health, animal welfare and that foods produced or sold in the UK are safe to eat. Its role includes the provision of verification through sampling, inspection, analysis and audits at locations throughout the UK.
II.1.6)Common procurement vocabulary (CPV)
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
See ITT documentation.
Estimated value excluding VAT: 415 000,00 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 30 (from the award of the contract)
Information about lots
Lot No: 1 Lot title: The Provision of services for the completion of sanitary surveys in England and Wales
1)Short description
See ITT Documentation.
2)Common procurement vocabulary (CPV)
3)Quantity or scope
See ITT documentation.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: The provision of services for the completion of sanitary surveys in Scotland (excl Shetland & Orkney)
1)Short description
See ITT documentation.
2)Common procurement vocabulary (CPV)
3)Quantity or scope
See ITT documentation.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3 Lot title: The provision of services for the completion of sanitary surveys in Northern Ireland
1)Short description
See ITT documentation.
2)Common procurement vocabulary (CPV)
3)Quantity or scope
See ITT Documentation.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 4 Lot title: The provision of services for the completion of sanitary surveys in Shetland and Orkney Isles
1)Short description
See ITT documentation.
2)Common procurement vocabulary (CPV)
3)Quantity or scope
See ITT documentation.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 5 Lot title: The provision of services for the completion of survey reviews in England and Wales
1)Short description
See ITT documentation.
2)Common procurement vocabulary (CPV)
3)Quantity or scope
See ITT documentation.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 6 Lot title: The provision of services for the completion of survey reviews in Scotland (excl Shetland & Orkney)
1)Short description
See ITT documentation.
2)Common procurement vocabulary (CPV)
3)Quantity or scope
See ITT documentation.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 7 Lot title: The provision of services for the completion of survey reviews in Northern Ireland
1)Short description
See ITT documentation.
2)Common procurement vocabulary (CPV)
3)Quantity or scope
See ITT documentation.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 8 Lot title: The provision of services for the completion of survey reviews in Shetland & Orkney Isles
1)Short description
See ITT documentation.
2)Common procurement vocabulary (CPV)
3)Quantity or scope
See ITT documentation.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
III.2.3)Technical capacity
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
FSA199
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
20.3.2012 – 13:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
in days: 90 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening tenders
Date: 22.3.2012
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:1.2.2012