Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Hysbysiad o Gontract

Delivery of Official Controls in Approved Establishments in England & Wales

  • Cyhoeddwyd gyntaf: 12 Ebrill 2024
  • Wedi'i addasu ddiwethaf: 12 Ebrill 2024

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Cynnwys

Crynodeb

OCID:
ocds-h6vhtk-04036f
Cyhoeddwyd gan:
Food Standards Agency
ID Awudurdod:
AA34892
Dyddiad cyhoeddi:
12 Ebrill 2024
Dyddiad Cau:
11 Mehefin 2024
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

This contract is for the provision of a managed service for contract Official Veterinarians (cOV) and contract Official Auxiliaries (cOA) to undertake the delivery of Official Controls in accordance with assimilated EU and UK law in Third Party Premises (Food Business Operator Premises) which are approved by FSA. These are meat establishments (slaughterhouses, cutting Premises and approved game handling establishments) which are owned and operated by a Food Business Operator. On occasion, attendance at premises under local authority control and Dairy Establishments may be required.

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

Food Standards Agency

Floors 6 and 7, Clive House, 70 Petty France

London

SW1H 9EX

UK

Person cyswllt: FSA Commercial

E-bost: fsa.commercial@food.gov.uk

NUTS: UKI32

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: https://www.food.gov.uk/

Cyfeiriad proffil y prynwr: https://www.food.gov.uk/

I.3) Cyfathrebu

Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:

https://health-family.force.com/s/Welcome


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:

https://health-family.force.com/s/Welcome


Rhaid anfon tendrau neu geisiadau i gymryd rhan i'r cyfeiriad uchod:


Mae cyfathrebu electronig yn gofyn am ddefnyddio offer a dyfeisiau nad ydynt ar gael yn gyffredinol. Mae mynediad uniongyrchol anghyfgyfyngiedig a llawn i'r offer a dyfeisiau hyn yn bosibl, yn rhad ac am ddim, yn:

https://health-family.force.com/s/Welcome


I.4) Y math o awdurdod contractio

Gweinyddiaeth neu unrhyw awdurdod cenedlaethol neu ffederal arall, gan gynnwys eu his-adrannau rhanbarthol neu leol

I.5) Prif weithgaredd

Gwasanaethau cyhoeddus cyffredinol

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

Delivery of Official Controls in Approved Establishments in England & Wales

Cyfeirnod: C249154

II.1.2) Prif god CPV

85200000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

This contract is for the provision of a managed service for contract Official Veterinarians (cOV) and contract Official Auxiliaries (cOA) to undertake the delivery of Official Controls in accordance with assimilated EU and UK law in Third Party Premises (Food Business Operator Premises) which are approved by FSA. These are meat establishments (slaughterhouses, cutting Premises and approved game handling establishments) which are owned and operated by a Food Business Operator. On occasion, attendance at premises under local authority control and Dairy Establishments may be required.

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 303 000 000.00 GBP

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Ydy

Gellir cyflwyno tendrau ar gyfer pob lot

Uchafswm y lotiau y gellir eu dyfarnu i un tendrwr: 7

Ceidw’r awdurdod contractio yr hawl i ddyfarnu contractau gan gyfuno’r lotiau neu’r grwpiau o lotiau canlynol:

The FSA reserves the right to award more than 7 Lots (consisting of Smaller and/or Larger Lots) to a single bidder if there are no sufficient alternative bids that meet the minimum threshold across each envelope. <br/><br/>Please see additional information provided in the FSADOC Contract Notice Wording Document.

II.2) Disgrifiad

Rhif y Lot 1

II.2.1) Teitl

2.a. Lot 1

II.2.2) Cod(au) CPV ychwanegol

85200000

85140000

85100000

II.2.3) Man cyflawni

Cod NUTS:

UK


Prif safle neu fan cyflawni:

https://health-family.force.com/s/Welcome

II.2.4) Disgrifiad o’r caffaeliad

This contract is for the provision of a managed service for contract Official Veterinarians (cOV) and contract Official Auxiliaries (cOA) to undertake the delivery of Official Controls in accordance with assimilated EU and UK law in Third Party Premises (Food Business Operator Premises) which are approved by FSA. These are meat establishments (slaughterhouses, cutting Premises and approved game handling establishments) which are owned and operated by a Food Business Operator. On occasion, attendance at premises under local authority control and Dairy Establishments may be required.

II.2.5) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 53 000 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Dechrau: 31/03/2025

Diwedd: 30/03/2030

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

The FSA is entitled to extend the Contract by 2 years subject to giving notice in accordance with the terms of the Contract. See the Award Form and Core Terms of the Contract for more information

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

Estimated value of Lot 1 is £31 to £53 million over the term of the Contract. Please note these are estimated values and FSA expect tenderers to calculate their bids based on the cost of delivering the service. The estimated range covers from the 5 year initial term to the 7 year total term, to include the optional 2 year extension, and are rounded to the nearest million. <br/><br/>Tenders will be evaluated on a lot by lot basis subject to the selection criteria set out in the Qualification Envelope and the award criteria and minimum requirements set out in the Evaluation Document. There are restrictions on the number of lots that can be awarded to a Tenderer subject to certain exceptions as set out in the Contract Notice Wording Document.<br/><br/>The FSA may request the Supplier to provide Services to certain other government departments as listed in Annex 3 of the Specification.<br/><br/>Tenders should review all information issued in order to prepare their response to the Qualification Envelope, Tender Response and Commercial Input Template. This is set out in the ITT, TUPE and Immigration Wording Document, Specification, Contract, Qualification Envelope, Evaluation Document, Contract Notice Wording Document.<br/><br/>The FSA does not bind itself to accept any tender and is not liable for any costs incurred by those expressing an interest or tendering for this opportunity.<br/><br/>Where the FSA chooses to award a Contract for any Lot, this will be subject to the Contract issued within the ITT documents.<br/><br/>The FSA reserves the right to eliminate a Tenderer from the process, due to serious concerns over their ability to deliver the service, if any of the following occur:<br/>The Tenderer is judged to have a score of 0 in response to any individual question in the Technical Envelope.<br/>The Tenderer is judged to have a score of 30 in at least 2 different questions in the Technical Envelope.<br/>The Tenderer does not reach a minimum overall score of 60% in the Technical Envelope (excluding social value).<br/>The Award Criteria is detailed in the FSADOC Evaluation Document in the documentation section.

Rhif y Lot 2

II.2.1) Teitl

2.b. Lot 2

II.2.2) Cod(au) CPV ychwanegol

85200000

85140000

85100000

II.2.3) Man cyflawni

Cod NUTS:

UK


Prif safle neu fan cyflawni:

https://health-family.force.com/s/Welcome

II.2.4) Disgrifiad o’r caffaeliad

This contract is for the provision of a managed service for contract Official Veterinarians (cOV) and contract Official Auxiliaries (cOA) to undertake the delivery of Official Controls in accordance with assimilated EU and UK law in Third Party Premises (Food Business Operator Premises) which are approved by FSA. These are meat establishments (slaughterhouses, cutting Premises and approved game handling establishments) which are owned and operated by a Food Business Operator. On occasion, attendance at premises under local authority control and Dairy Establishments may be required.

II.2.5) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 18 000 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Dechrau: 31/03/2025

Diwedd: 30/03/2030

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

The FSA is entitled to extend the Contract by 2 years subject to giving notice in accordance with the terms of the Contract. See the Award Form and Core Terms of the Contract for more information

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

Estimated value of Lot 2 is £11 to £18 million over the term of the Contract. Please note these are estimated values and FSA expect tenderers to calculate their bids based on the cost of delivering the service. The estimated range covers from the 5 year initial term to the 7 year total term, to include the optional 2 year extension, and are rounded to the nearest million.<br/><br/>Tenders will be evaluated on a lot by lot basis subject to the selection criteria set out in the Qualification Envelope and the award criteria and minimum requirements set out in the Evaluation Document. There are restrictions on the number of lots that can be awarded to a Tenderer subject to certain exceptions as set out in the Contract Notice Wording Document.<br/><br/>The FSA may request the Supplier to provide Services to certain other government departments as listed in Annex 3 of the Specification.<br/><br/>Tenders should review all information issued in order to prepare their response to the Qualification Envelope, Tender Response and Commercial Input Template. This is set out in the ITT, TUPE and Immigration Wording Document, Specification, Contract, Qualification Envelope, Evaluation Document, Contract Notice Wording Document.<br/><br/>The FSA does not bind itself to accept any tender and is not liable for any costs incurred by those expressing an interest or tendering for this opportunity.<br/><br/>Where the FSA chooses to award a Contract for any Lot, this will be subject to the Contract issued within the ITT documents.<br/><br/>The FSA reserves the right to eliminate a Tenderer from the process, due to serious concerns over their ability to deliver the service, if any of the following occur:<br/>The Tenderer is judged to have a score of 0 in response to any individual question in the Technical Envelope.<br/>The Tenderer is judged to have a score of 30 in at least 2 different questions in the Technical Envelope.<br/>The Tenderer does not reach a minimum overall score of 60% in the Technical Envelope (excluding social value).<br/>The Award Criteria is detailed in the FSADOC Evaluation Document in the documentation section.

Rhif y Lot 3

II.2.1) Teitl

2.c. Lot 3

II.2.2) Cod(au) CPV ychwanegol

85200000

85140000

85100000

II.2.3) Man cyflawni

Cod NUTS:

UK


Prif safle neu fan cyflawni:

https://health-family.force.com/s/Welcome

II.2.4) Disgrifiad o’r caffaeliad

This contract is for the provision of a managed service for contract Official Veterinarians (cOV) and contract Official Auxiliaries (cOA) to undertake the delivery of Official Controls in accordance with assimilated EU and UK law in Third Party Premises (Food Business Operator Premises) which are approved by FSA. These are meat establishments (slaughterhouses, cutting Premises and approved game handling establishments) which are owned and operated by a Food Business Operator. On occasion, attendance at premises under local authority control and Dairy Establishments may be required.

II.2.5) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 23 000 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Dechrau: 31/03/2025

Diwedd: 30/03/2030

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

The FSA is entitled to extend the Contract by 2 years subject to giving notice in accordance with the terms of the Contract. See the Award Form and Core Terms of the Contract for more information.

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

Estimated value of Lot 3 is £14 to £23 million over the term of the Contract. Please note these are estimated values and FSA expect tenderers to calculate their bids based on the cost of delivering the service. The estimated range covers from the 5 year initial term to the 7 year total term, to include the optional 2 year extension, and are rounded to the nearest million.<br/><br/>Tenders will be evaluated on a lot by lot basis subject to the selection criteria set out in the Qualification Envelope and the award criteria and minimum requirements set out in the Evaluation Document. There are restrictions on the number of lots that can be awarded to a Tenderer subject to certain exceptions as set out in the Contract Notice Wording Document.<br/><br/>The FSA may request the Supplier to provide Services to certain other government departments as listed in Annex 3 of the Specification.<br/><br/>Tenders should review all information issued in order to prepare their response to the Qualification Envelope, Tender Response and Commercial Input Template. This is set out in the ITT, TUPE and Immigration Wording Document, Specification, Contract, Qualification Envelope, Evaluation Document, Contract Notice Wording Document.<br/><br/>The FSA does not bind itself to accept any tender and is not liable for any costs incurred by those expressing an interest or tendering for this opportunity.<br/><br/>Where the FSA chooses to award a Contract for any Lot, this will be subject to the Contract issued within the ITT documents.<br/><br/>The FSA reserves the right to eliminate a Tenderer from the process, due to serious concerns over their ability to deliver the service, if any of the following occur:<br/>The Tenderer is judged to have a score of 0 in response to any individual question in the Technical Envelope.<br/>The Tenderer is judged to have a score of 30 in at least 2 different questions in the Technical Envelope.<br/>The Tenderer does not reach a minimum overall score of 60% in the Technical Envelope (excluding social value).<br/>The Award Criteria is detailed in the FSADOC Evaluation Document in the documentation section.

Rhif y Lot 4

II.2.1) Teitl

2.d. Lot 4

II.2.2) Cod(au) CPV ychwanegol

85200000

85100000

85140000

II.2.3) Man cyflawni

Cod NUTS:

UK


Prif safle neu fan cyflawni:

https://health-family.force.com/s/Welcome

II.2.4) Disgrifiad o’r caffaeliad

This contract is for the provision of a managed service for contract Official Veterinarians (cOV) and contract Official Auxiliaries (cOA) to undertake the delivery of Official Controls in accordance with assimilated EU and UK law in Third Party Premises (Food Business Operator Premises) which are approved by FSA. These are meat establishments (slaughterhouses, cutting Premises and approved game handling establishments) which are owned and operated by a Food Business Operator. On occasion, attendance at premises under local authority control and Dairy Establishments may be required.

II.2.5) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 31 000 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Dechrau: 31/03/2025

Diwedd: 30/03/2030

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

The FSA is entitled to extend the Contract by 2 years subject to giving notice in accordance with the terms of the Contract. See the Award Form and Core Terms of the Contract for more information.

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

Estimated value of Lot 4 is £18 to £31 million over the term of the Contract. Please note these are estimated values and FSA expect tenderers to calculate their bids based on the cost of delivering the service. The estimated range covers from the 5 year initial term to the 7 year total term, to include the optional 2 year extension, and are rounded to the nearest million.<br/><br/>Tenders will be evaluated on a lot by lot basis subject to the selection criteria set out in the Qualification Envelope and the award criteria and minimum requirements set out in the Evaluation Document. There are restrictions on the number of lots that can be awarded to a Tenderer subject to certain exceptions as set out in the Contract Notice Wording Document.<br/><br/>The FSA may request the Supplier to provide Services to certain other government departments as listed in Annex 3 of the Specification.<br/><br/>Tenders should review all information issued in order to prepare their response to the Qualification Envelope, Tender Response and Commercial Input Template. This is set out in the ITT, TUPE and Immigration Wording Document, Specification, Contract, Qualification Envelope, Evaluation Document, Contract Notice Wording Document.<br/><br/>The FSA does not bind itself to accept any tender and is not liable for any costs incurred by those expressing an interest or tendering for this opportunity.<br/><br/>Where the FSA chooses to award a Contract for any Lot, this will be subject to the Contract issued within the ITT documents.<br/><br/>The FSA reserves the right to eliminate a Tenderer from the process, due to serious concerns over their ability to deliver the service, if any of the following occur:<br/>The Tenderer is judged to have a score of 0 in response to any individual question in the Technical Envelope.<br/>The Tenderer is judged to have a score of 30 in at least 2 different questions in the Technical Envelope.<br/>The Tenderer does not reach a minimum overall score of 60% in the Technical Envelope (excluding social value).<br/>The Award Criteria is detailed in the FSADOC Evaluation Document in the documentation section.

Rhif y Lot 5

II.2.1) Teitl

2.e. Lot 5

II.2.2) Cod(au) CPV ychwanegol

85200000

85140000

85100000

II.2.3) Man cyflawni

Cod NUTS:

UK


Prif safle neu fan cyflawni:

https://health-family.force.com/s/Welcome

II.2.4) Disgrifiad o’r caffaeliad

This contract is for the provision of a managed service for contract Official Veterinarians (cOV) and contract Official Auxiliaries (cOA) to undertake the delivery of Official Controls in accordance with assimilated EU and UK law in Third Party Premises (Food Business Operator Premises) which are approved by FSA. These are meat establishments (slaughterhouses, cutting Premises and approved game handling establishments) which are owned and operated by a Food Business Operator. On occasion, attendance at premises under local authority control and Dairy Establishments may be required.

II.2.5) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 20 000 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Dechrau: 31/03/2025

Diwedd: 30/03/2030

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

The FSA is entitled to extend the Contract by 2 years subject to giving notice in accordance with the terms of the Contract. See the Award Form and Core Terms of the Contract for more information.

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

Estimated value of Lot 5 is £12 to £20 million over the term of the Contract. Please note these are estimated values and FSA expect tenderers to calculate their bids based on the cost of delivering the service. The estimated range covers from the 5 year initial term to the 7 year total term, to include the optional 2 year extension, and are rounded to the nearest million.<br/><br/>Tenders will be evaluated on a lot by lot basis subject to the selection criteria set out in the Qualification Envelope and the award criteria and minimum requirements set out in the Evaluation Document. There are restrictions on the number of lots that can be awarded to a Tenderer subject to certain exceptions as set out in the Contract Notice Wording Document.<br/><br/>The FSA may request the Supplier to provide Services to certain other government departments as listed in Annex 3 of the Specification.<br/><br/>Tenders should review all information issued in order to prepare their response to the Qualification Envelope, Tender Response and Commercial Input Template. This is set out in the ITT, TUPE and Immigration Wording Document, Specification, Contract, Qualification Envelope, Evaluation Document, Contract Notice Wording Document.<br/><br/>The FSA does not bind itself to accept any tender and is not liable for any costs incurred by those expressing an interest or tendering for this opportunity.<br/><br/>Where the FSA chooses to award a Contract for any Lot, this will be subject to the Contract issued within the ITT documents.<br/><br/>The FSA reserves the right to eliminate a Tenderer from the process, due to serious concerns over their ability to deliver the service, if any of the following occur:<br/>The Tenderer is judged to have a score of 0 in response to any individual question in the Technical Envelope.<br/>The Tenderer is judged to have a score of 30 in at least 2 different questions in the Technical Envelope.<br/>The Tenderer does not reach a minimum overall score of 60% in the Technical Envelope (excluding social value).<br/>The Award Criteria is detailed in the FSADOC Evaluation Document in the documentation section.

Rhif y Lot 6

II.2.1) Teitl

2.f. Lot 6

II.2.2) Cod(au) CPV ychwanegol

85200000

85140000

85100000

II.2.3) Man cyflawni

Cod NUTS:

UK


Prif safle neu fan cyflawni:

https://health-family.force.com/s/Welcome

II.2.4) Disgrifiad o’r caffaeliad

This contract is for the provision of a managed service for contract Official Veterinarians (cOV) and contract Official Auxiliaries (cOA) to undertake the delivery of Official Controls in accordance with assimilated EU and UK law in Third Party Premises (Food Business Operator Premises) which are approved by FSA. These are meat establishments (slaughterhouses, cutting Premises and approved game handling establishments) which are owned and operated by a Food Business Operator. On occasion, attendance at premises under local authority control and Dairy Establishments may be required.

II.2.5) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 35 000 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Dechrau: 31/03/2025

Diwedd: 30/03/2030

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

The FSA is entitled to extend the Contract by 2 years subject to giving notice in accordance with the terms of the Contract. See the Award Form and Core Terms of the Contract for more information.

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

Estimated value of Lot 6 is £21 to £35 million over the term of the Contract. Please note these are estimated values and FSA expect tenderers to calculate their bids based on the cost of delivering the service. The estimated range covers from the 5 year initial term to the 7 year total term, to include the optional 2 year extension, and are rounded to the nearest million.<br/><br/>Tenders will be evaluated on a lot by lot basis subject to the selection criteria set out in the Qualification Envelope and the award criteria and minimum requirements set out in the Evaluation Document. There are restrictions on the number of lots that can be awarded to a Tenderer subject to certain exceptions as set out in the Contract Notice Wording Document.<br/><br/>The FSA may request the Supplier to provide Services to certain other government departments as listed in Annex 3 of the Specification.<br/><br/>Tenders should review all information issued in order to prepare their response to the Qualification Envelope, Tender Response and Commercial Input Template. This is set out in the ITT, TUPE and Immigration Wording Document, Specification, Contract, Qualification Envelope, Evaluation Document, Contract Notice Wording Document.<br/><br/>The FSA does not bind itself to accept any tender and is not liable for any costs incurred by those expressing an interest or tendering for this opportunity.<br/><br/>Where the FSA chooses to award a Contract for any Lot, this will be subject to the Contract issued within the ITT documents.<br/><br/>The FSA reserves the right to eliminate a Tenderer from the process, due to serious concerns over their ability to deliver the service, if any of the following occur:<br/>The Tenderer is judged to have a score of 0 in response to any individual question in the Technical Envelope.<br/>The Tenderer is judged to have a score of 30 in at least 2 different questions in the Technical Envelope.<br/>The Tenderer does not reach a minimum overall score of 60% in the Technical Envelope (excluding social value).<br/>The Award Criteria is detailed in the FSADOC Evaluation Document in the documentation section.

Rhif y Lot 7

II.2.1) Teitl

2.g. Lot 7

II.2.2) Cod(au) CPV ychwanegol

85200000

85140000

85100000

II.2.3) Man cyflawni

Cod NUTS:

UK


Prif safle neu fan cyflawni:

https://health-family.force.com/s/Welcome

II.2.4) Disgrifiad o’r caffaeliad

This contract is for the provision of a managed service for contract Official Veterinarians (cOV) and contract Official Auxiliaries (cOA) to undertake the delivery of Official Controls in accordance with assimilated EU and UK law in Third Party Premises (Food Business Operator Premises) which are approved by FSA. These are meat establishments (slaughterhouses, cutting Premises and approved game handling establishments) which are owned and operated by a Food Business Operator. On occasion, attendance at premises under local authority control and Dairy Establishments may be required.

II.2.5) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 61 000 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Dechrau: 31/03/2025

Diwedd: 30/03/2030

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

The FSA is entitled to extend the Contract by 2 years subject to giving notice in accordance with the terms of the Contract. See the Award Form and Core Terms of the Contract for more information.

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

Estimated value of Lot 7 is £36 to £61 million over the term of the Contract. Please note these are estimated values and FSA expect tenderers to calculate their bids based on the cost of delivering the service. The estimated range covers from the 5 year initial term to the 7 year total term, to include the optional 2 year extension, and are rounded to the nearest million.<br/><br/>Tenders will be evaluated on a lot by lot basis subject to the selection criteria set out in the Qualification Envelope and the award criteria and minimum requirements set out in the Evaluation Document. There are restrictions on the number of lots that can be awarded to a Tenderer subject to certain exceptions as set out in the Contract Notice Wording Document.<br/><br/>The FSA may request the Supplier to provide Services to certain other government departments as listed in Annex 3 of the Specification.<br/><br/>Tenders should review all information issued in order to prepare their response to the Qualification Envelope, Tender Response and Commercial Input Template. This is set out in the ITT, TUPE and Immigration Wording Document, Specification, Contract, Qualification Envelope, Evaluation Document, Contract Notice Wording Document.<br/><br/>The FSA does not bind itself to accept any tender and is not liable for any costs incurred by those expressing an interest or tendering for this opportunity.<br/><br/>Where the FSA chooses to award a Contract for any Lot, this will be subject to the Contract issued within the ITT documents.<br/><br/>The FSA reserves the right to eliminate a Tenderer from the process, due to serious concerns over their ability to deliver the service, if any of the following occur:<br/>The Tenderer is judged to have a score of 0 in response to any individual question in the Technical Envelope.<br/>The Tenderer is judged to have a score of 30 in at least 2 different questions in the Technical Envelope.<br/>The Tenderer does not reach a minimum overall score of 60% in the Technical Envelope (excluding social value).<br/>The Award Criteria is detailed in the FSADOC Evaluation Document in the documentation section.

Rhif y Lot 8

II.2.1) Teitl

2.h. Lot 8

II.2.2) Cod(au) CPV ychwanegol

85200000

85140000

85100000

II.2.3) Man cyflawni

Cod NUTS:

UK


Prif safle neu fan cyflawni:

https://health-family.force.com/s/Welcome

II.2.4) Disgrifiad o’r caffaeliad

This contract is for the provision of a managed service for contract Official Veterinarians (cOV) and contract Official Auxiliaries (cOA) to undertake the delivery of Official Controls in accordance with assimilated EU and UK law in Third Party Premises (Food Business Operator Premises) which are approved by FSA. These are meat establishments (slaughterhouses, cutting Premises and approved game handling establishments) which are owned and operated by a Food Business Operator. On occasion, attendance at premises under local authority control and Dairy Establishments may be required.

II.2.5) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 29 000 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Dechrau: 31/03/2025

Diwedd: 30/03/2030

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

The FSA is entitled to extend the Contract by 2 years subject to giving notice in accordance with the terms of the Contract. See the Award Form and Core Terms of the Contract for more information.

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

Estimated value of Lot 8 is £17 to £29 million over the term of the Contract. Please note these are estimated values and FSA expect tenderers to calculate their bids based on the cost of delivering the service. The estimated range covers from the 5 year initial term to the 7 year total term, to include the optional 2 year extension, and are rounded to the nearest million.<br/><br/>Tenders will be evaluated on a lot by lot basis subject to the selection criteria set out in the Qualification Envelope and the award criteria and minimum requirements set out in the Evaluation Document. There are restrictions on the number of lots that can be awarded to a Tenderer subject to certain exceptions as set out in the Contract Notice Wording Document.<br/><br/>The FSA may request the Supplier to provide Services to certain other government departments as listed in Annex 3 of the Specification.<br/><br/>Tenders should review all information issued in order to prepare their response to the Qualification Envelope, Tender Response and Commercial Input Template. This is set out in the ITT, TUPE and Immigration Wording Document, Specification, Contract, Qualification Envelope, Evaluation Document, Contract Notice Wording Document.<br/><br/>The FSA does not bind itself to accept any tender and is not liable for any costs incurred by those expressing an interest or tendering for this opportunity.<br/><br/>Where the FSA chooses to award a Contract for any Lot, this will be subject to the Contract issued within the ITT documents.<br/><br/>The FSA reserves the right to eliminate a Tenderer from the process, due to serious concerns over their ability to deliver the service, if any of the following occur:<br/>The Tenderer is judged to have a score of 0 in response to any individual question in the Technical Envelope.<br/>The Tenderer is judged to have a score of 30 in at least 2 different questions in the Technical Envelope.<br/>The Tenderer does not reach a minimum overall score of 60% in the Technical Envelope (excluding social value).<br/>The Award Criteria is detailed in the FSADOC Evaluation Document in the documentation section.

Rhif y Lot 9

II.2.1) Teitl

2.i. Lot 9

II.2.2) Cod(au) CPV ychwanegol

85200000

85140000

85100000

II.2.3) Man cyflawni

Cod NUTS:

UK


Prif safle neu fan cyflawni:

https://health-family.force.com/s/Welcome

II.2.4) Disgrifiad o’r caffaeliad

This contract is for the provision of a managed service for contract Official Veterinarians (cOV) and contract Official Auxiliaries (cOA) to undertake the delivery of Official Controls in accordance with assimilated EU and UK law in Third Party Premises (Food Business Operator Premises) which are approved by FSA. These are meat establishments (slaughterhouses, cutting Premises and approved game handling establishments) which are owned and operated by a Food Business Operator. On occasion, attendance at premises under local authority control and Dairy Establishments may be required.

II.2.5) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 33 000 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Dechrau: 31/03/2025

Diwedd: 30/03/2030

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

The FSA is entitled to extend the Contract by 2 years subject to giving notice in accordance with the terms of the Contract. See the Award Form and Core Terms of the Contract for more information.

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

Estimated value of Lot 9 is £20 to £33 million over the term of the Contract. Please note these are estimated values and FSA expect tenderers to calculate their bids based on the cost of delivering the service. The estimated range covers from the 5 year initial term to the 7 year total term, to include the optional 2 year extension, and are rounded to the nearest million.<br/><br/>Tenders will be evaluated on a lot by lot basis subject to the selection criteria set out in the Qualification Envelope and the award criteria and minimum requirements set out in the Evaluation Document. There are restrictions on the number of lots that can be awarded to a Tenderer subject to certain exceptions as set out in the Contract Notice Wording Document.<br/><br/>The FSA may request the Supplier to provide Services to certain other government departments as listed in Annex 3 of the Specification.<br/><br/>Tenders should review all information issued in order to prepare their response to the Qualification Envelope, Tender Response and Commercial Input Template. This is set out in the ITT, TUPE and Immigration Wording Document, Specification, Contract, Qualification Envelope, Evaluation Document, Contract Notice Wording Document.<br/><br/>The FSA does not bind itself to accept any tender and is not liable for any costs incurred by those expressing an interest or tendering for this opportunity.<br/><br/>Where the FSA chooses to award a Contract for any Lot, this will be subject to the Contract issued within the ITT documents.<br/><br/>The FSA reserves the right to eliminate a Tenderer from the process, due to serious concerns over their ability to deliver the service, if any of the following occur:<br/>The Tenderer is judged to have a score of 0 in response to any individual question in the Technical Envelope.<br/>The Tenderer is judged to have a score of 30 in at least 2 different questions in the Technical Envelope.<br/>The Tenderer does not reach a minimum overall score of 60% in the Technical Envelope (excluding social value).<br/>The Award Criteria is detailed in the FSADOC Evaluation Document in the documentation section.

Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol

III.1) Amodau ar gyfer cymryd rhan

III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach

Rhestr a disgrifiad byr o’r amodau:

In accordance with Regulations 57,58 and 60 of the Public Contracts Regulations 2015 (PCR), Tenderers will be assessed in accordance with the PCR on the basis of the information provided in response to the Qualification Envelope (being the Selection Questionnaire).

III.1.2) Statws economaidd ac ariannol

Rhestr a disgrifiad byr o’r meini prawf dethol:

Acid Ratio and Operating Margin - This information is requested in the qualification section. This is being requested for information only. <br/>The FSA expressly reserves the right to require Tenderers to provide additional information supplementing or clarifying any of the information provided in response to the requests set out in Qualification Envelope


Lefel(au) gofynnol y safonau sydd eu hangen:

The financial target threshold must be greater than 0%. This is being requested for information only. <br/>The FSA expressly reserves the right to require Tenderers to provide additional information supplementing or clarifying any of the information provided in response to the requests set out in Qualification Envelope

III.1.3) Gallu technegol a phroffesiynol

Rhestr a disgrifiad byr o’r meini prawf dethol:

Tenderers will be assessed in accordance with Regulations 58 and 60 of the Public Contracts Regulations 2015. Tenderers should refer to further information detailed in the Qualification Envelope and the Evaluation Document. This information is requested in the qualification section.


Lefel(au) gofynnol y safonau sydd eu hangen:

Please see the Qualification Envelope and the Evaluation Document.

III.2) Amodau sy’n gysylltiedig â’r contract

III.2.2) Amodau perfformiad contractau

The Contract will include a number of KPIs these will include; resourcing, supplier operational reporting, delivery of official controls and activities and people. <br/>The detail of the Social Value KPI will be contractualised based on the Tenderer's proposal and as set out in the Tender Response. <br/>Service Credits will apply.

III.2.3) Gwybodaeth am y staff a fydd yn gyfrifol am gyflawni’r contract

Rhwymedigaeth i nodi enwau a chymwysterau proffesiynol y staff a glustnodwyd i gyflawni’r contract

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Gweithdrefn agored

IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Ydy

IV.2) Gwybodaeth weinyddol

IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon

Rhif yr hysbysiad yn OJ S:

2023/S 000-028214

IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law

Dyddiad: 11/06/2024

Amser lleol: 12:00

IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan

EN

IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr

Hyd mewn misoedd: 6  (o’r dyddiad a nodwyd i dendr ddod i law)

IV.2.7) Amodau ar gyfer agor tendrau

Dyddiad: 11/06/2024

Amser lleol: 12:00

Place:

All bids will be opened using the e-procurement site Atamis.

Gwybodaeth am bersonau awdurdodedig a'r weithdrefn agor:

All bids will be opened at noon on 11/06/2024, bids received after this time may be excluded and may not be evaluated.

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Ydy

Amseriad amcangyfrifedig ar gyfer cyhoeddi hysbysiadau pellach:

The FSA is entitled to extend the Contract by 2 years subject to giving notice in accordance with the terms of the Contract. See the Award Form and Core Terms of the Contract for more information.

VI.2) Gwybodaeth am lifau gwaith electronig

Derbynnir anfonebau electronig

Defnyddir taliadau electronig

VI.3) Gwybodaeth ychwanegol

This is a 5 year contract with an optional 2 year extension.<br/>The value of the Contract for all lots is estimated to be between £180,000,000 for 5 years and the total of £303,000,000 for the total duration, including the extension (£180 million - £303 million). The estimated value of each lot is indicated within the notice for each respective lot. Please note the total value of the Contract and the values on a per lot basis are estimated values and FSA expect tenderers to calculate their bids based on the cost of delivering the service for each lot that you bid for.<br/><br/>Tenders will be evaluated on a lot by lot basis subject to the selection criteria set out in the Qualification Envelope and the award criteria and minimum requirements set out in the Evaluation Document. There are restrictions on the number of lots that can be awarded to a Tenderer subject to certain exceptions as set out in the Contract Notice Wording Document. <br/> <br/>The FSA may request the Supplier to provide Services to certain other government departments as listed in Annex 3 of the Specification. <br/> <br/>Tenders should review all information issued in order to prepare their response to the Qualification Envelope, Tender Response and Commercial Input Template. This is set out in the ITT, TUPE and Immigration Wording Document, Specification, Contract, Qualification Envelope, Evaluation Document, Contract Notice Wording Document. <br/><br/>The FSA does not bind itself to accept any tender and is not liable for any costs incurred by those expressing an interest or tendering for this opportunity. <br/> <br/>Where the FSA chooses to award a Contract for any Lot, this will be subject to the Contract issued within the ITT documents.

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

High Court of Justice for England and Wales

The Strand

London

WC2A 2LL

UK

VI.5) Dyddiad anfon yr hysbysiad hwn

10/04/2024

Codio

Categorïau nwyddau

ID Teitl Prif gategori
85100000 Gwasanaethau iechyd Gwasanaethau iechyd a gwaith cymdeithasol
85140000 Gwasanaethau iechyd amrywiol Gwasanaethau iechyd
85200000 Gwasanaethau milfeddygol Gwasanaethau iechyd a gwaith cymdeithasol

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
fsa.commercial@food.gov.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.