ID 4881595 - DAERA - Livestock Genetics and Data Branch - Bovine Genetics Programme (Ангилья - Тендер #51555130) | ||
| ||
| Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Ангилья (другие тендеры и закупки Ангилья) Организатор тендера: Sell2Wales – Government´s Initiative Номер конкурса: 51555130 Дата публикации: 20-02-2024 Источник тендера: Sell2Wales – Government´s Initiative |
||
Department of Agriculture, Environment and Rural Affairs DAERA
303 Airport Road West
BELFAST
BT3 9ED
UK
Contact person: SSDAdmin.CPDfinance-ni.gov.uk
E-mail: ssdadmin.cpd@finance-ni.gov.uk
NUTS: UK
Internet address(es)
Main address: https://etendersni.gov.uk/epps
Address of the buyer profile: https://etendersni.gov.uk/epps
I.2) Joint procurementThe contract is awarded by a central purchasing body
I.3) CommunicationThe procurement documents are available for unrestricted and full direct access, free of charge at:
https://etendersni.gov.uk/epps
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Body governed by public law
I.5) Main activityGeneral public services
Section II: Object II.1) Scope of the procurement II.1.1) TitleID 4881595 - DAERA - Livestock Genetics and Data Branch - Bovine Genetics Programme
Reference number: ID 4881595
II.1.2) Main CPV code72000000
II.1.3) Type of contractServices
II.1.4) Short descriptionDAERA (the Buyer) is seeking to establish a contract with a Supplier to provide genetic and genomic evaluations, benchmarking services, and associated customer support services for the Northern Ireland Bovine Genetics Programme. The main objectives of this programme are to create an integrated bovine data platform via a managed solution which will deliver and future-proof the functionality to provide genetic and genomic evaluations, benchmarking services, and associated customer support services, to the Bovine Genetics Programme and additionally provide flexibility to exploit the use of new technology where this provides benefit to the programme. The initial contract period is for 5 years with two optional extension periods of 2 years each and a further optional extension period of 1 year. For further details regarding the requirement, please refer to document entitled “ID 4881595 – Mid-Tier Schedule 02 (Specification)”.
II.1.5) Estimated total valueValue excluding VAT: 50 000 000.00 GBP
II.1.6) Information about lotsThis contract is divided into lots: No
II.2) Description II.2.2) Additional CPV code(s)72300000
73000000
73100000
73200000
73300000
48000000
II.2.3) Place of performanceNUTS code:
UKN
II.2.4) Description of the procurementDAERA (the Buyer) is seeking to establish a contract with a Supplier to provide genetic and genomic evaluations, benchmarking services, and associated customer support services for the Northern Ireland Bovine Genetics Programme. The main objectives of this programme are to create an integrated bovine data platform via a managed solution which will deliver and future-proof the functionality to provide genetic and genomic evaluations, benchmarking services, and associated customer support services, to the Bovine Genetics Programme and additionally provide flexibility to exploit the use of new technology where this provides benefit to the programme. The initial contract period is for 5 years with two optional extension periods of 2 years each and a further optional extension period of 1 year. For further details regarding the requirement, please refer to document entitled “ID 4881595 – Mid-Tier Schedule 02 (Specification)”.
II.2.5) Award criteriaCriteria below:
Quality criterion: Qualitative Criteria / Weighting: 70
Cost criterion: Quantitative Criteria / Weighting: 30
II.2.6) Estimated valueValue excluding VAT: 50 000 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 60
This contract is subject to renewal: Yes
Description of renewals:
This Contract is for an initial period of 5 years with 2 optional extension periods of up to 2 years each and 1 further optional extension period of up to 1 year.
II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: Yes
Description of options:
This Contract is for an initial period of 5 years with 2 optional extension periods of up to 2 years each and 1 further optional extension period of up to 1 year.
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
Section III: Legal, economic, financial and technical information III.1) Conditions for participation III.1.2) Economic and financial standingSelection criteria as stated in the procurement documents
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information IV.2.2) Time limit for receipt of tenders or requests to participateDate: 01/04/2024
Local time: 15:00
IV.2.4) Languages in which tenders or requests to participate may be submittedEN
IV.2.6) Minimum time frame during which the tenderer must maintain the tenderTender must be valid until: 30/07/2024
IV.2.7) Conditions for opening of tendersDate: 01/04/2024
Local time: 15:30
Section VI: Complementary information VI.1) Information about recurrenceThis is a recurrent procurement: Yes
Estimated timing for further notices to be published:
This contract will potentially be due to be re-procured after the initial contract period and/or following any extensions
VI.3) Additional informationContract Value . . The current estimated budget for the maximum contract term including all optional extensions (10 years in total) is £36.5m. This budget also includes the annual support and maintenance based on approximately 21,500 users; however actual costs will be calculated on a pro rata basis depending on the actual number of users. . . The estimated budget of £36.5M is based on current requirements as detailed in the Specification Schedule and associated documentation. However, the total potential maximum value of the contract is up to £50m (excl. VAT) for the maximum contract term including all optional extensions (10 years in total). This value reflects the potential scale of the contract and takes into account changes and potential modifications to the contract that may be required due to legislative, operational and technological developments and/or additional functions and additional services that DAERA may be required to provide during the contract term. This is an estimated maximum contract value only and the Buyer reserves the right to award a contract for a lower or higher amount.. . The Buyer, in its sole discretion, will determine the level of services required from the Contract. The Buyer reserves the right to adjust the Contracts annual budget dependent on required service provision and Suppliers should take this into account when deciding whether to bid for this opportunity. CPD and DAERA cannot give any guarantee as to the level of business under this contract/agreement. Should a Supplier wish to gain a competitive advantage, they should price their bid accordingly. The award of a Services Contract does not confer exclusivity on the successful Supplier.. . Contract monitoring: the successful contractor’s performance on the contract will be regularly monitored. Contractors not delivering on contract requirements is a serious matter. It means the public purse is not getting what it is paying for. If a contractor fails to reach satisfactory levels of contract performance they will be given a specified time to improve. If, after the specified time, they still fail to reach satisfactory levels of contract performance, the matter will be escalated to senior management in construction and procurement delivery (CPD) for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, this may be considered grounds for termination of the contract at your expense as provided for in the Conditions of Contract. In lieu of termination, CPD may issue a Notice of Written Warning or a Notice of Unsatisfactory Performance. A supplier in receipt of multiple Notices of Written Warning or a Notice of Unsatisfactory Performance may, in accordance with The Public Contracts Regulations 2015 (as amended), be excluded from future public procurement competitions for a period of up to three years. The Services to be delivered by the Supplier are the full range of Services required by the Buyer to support its operational requirements over the initial Term of the contract and, if extended, the extension(s) to the Term of the contract. . The Services may be subject to change during the Term in order to address and remain consistent with future changes to the Buyer’s operational requirements, including, but not limited to: Changes to the Buyer’s delivery model; Changes to the Buyer’s organisation, including wider changes to NICS Departmental structures; and/or where key functions of the current Buyer organisational structure are provided by different/alternative public sector organisations; and/or where new functions are provided by the Buyer; and. Changes requiring the Supplier to provide services to/for other public sector organisations to fulfil the Buyer’s operational requirements. Such changes may result in increases or decreases in the scope and/or scale of the Services required from the Supplier, or changes to the Contract to accommodate organisational/functional changes affecting the Buyer, and accordingly this contract shall be subject to modification without a new procurement procedure in accordance with Regulation 72 of the Public Contracts Regulations 2015. The Supplier shall provide a suitable mechanism for accommodating these changes assuming the nature of the services provided remain consistent with the overall nature of the Buyer’s operational requirements for this contract as defined in this Specification and associated documentation. Such changes may involve changes which cannot be identified at the time of this procurement, but which may be identified and required during the Term of the contract (“Additional Services”). The Supplier should note that there may also be other changes in the scope and/or scale of the Services required during the Term of the Contract that could not be identified or foreseen at the time of this procurement but which are consistent with the overall nature of the Buyer’s current and future operational requirements as defined in this Specification and associated documentation. In such circumstances the Buyer may seek to agree a modification to this Contract to facilitate the provision of such services by the Supplier, with the charges for such services set by reference to the mechanisms and protections provided in the Conditions of Contract. It is envisaged that such modifications would be made without requiring a new procurement procedure in accordance with Regulation 72 of the Public Contracts Regulations 2015.
VI.4) Procedures for review VI.4.1) Review bodyThe UK does not have any such bodies with responsibility for appeal/mediation procedures. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015 as amended.
Belfast
UK
VI.4.3) Review procedurePrecise information on deadline(s) for review procedures:
CPD will comply with the Public Contracts Regulations 2015 (as amended) and, where appropriate, will incorporate a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract is communicated to tenderers. That notification will provide full information on the award decision. This provides time for the unsuccessful tenderers to challenge the award decision before the contract is entered into.
VI.5) Date of dispatch of this notice19/02/2024
Information added to the notice since publication.
Additional information added to the notice since it"s publication.| No further information has been uploaded. |
| Main Contact: | ssdadmin.cpd@finance-ni.gov.uk |
| Admin Contact: | N/a |
| Technical Contact: | N/a |
| Other Contact: | N/a |
| ID | Title | Parent Category |
|---|---|---|
| 72300000 | Data services | IT services: consulting, software development, Internet and support |
| 73300000 | Design and execution of research and development | Research and development services and related consultancy services |
| 72000000 | IT services: consulting, software development, Internet and support | Computer and Related Services |
| 73200000 | Research and development consultancy services | Research and development services and related consultancy services |
| 73000000 | Research and development services and related consultancy services | Research and Development |
| 73100000 | Research and experimental development services | Research and development services and related consultancy services |
| 48000000 | Software package and information systems | Computer and Related Services |
| ID | Description |
|---|---|
| 100 | UK - All |
The buyer has restricted the alert for this notice to suppliers based in the following regions.
Alert Region Restrictions| There are no alert restrictions for this notice. |