Delivery of Official Controls in Approved Establishments in England & Wales

A Contract Award Notice
by FOOD STANDARDS AGENCY

Source
Find a Tender
Type
Contract (Services)
Duration
not specified
Value
£15M-£46M
Sector
ENVIRONMENT
Published
31 Jan 2025
Delivery
not specified
Deadline
n/a

Concepts

Location

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

Geochart for 1 buyers and 9 suppliers

Description

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.

Lot Division

1 2.a. Lot 1

Estimated value of Lot 1 was £31 to £53 million over the term of the Contract. Additional information: Estimated value of Lot 1 was £31 to £53 million over the term of the Contract. Tenders were 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 were 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.

Award Criteria
Social Value - Equal Opportunity 10
Senior Technical Lead 2
Transition 3
Health & Safety 2
Quality Assurance 5
Delivery of official controls 12
People Capability 13
Resourcing 10
Resourcing 5
Resourcing 13
price 25
2 2.b. Lot 2

Estimated value of Lot 2 was £11 to £18 million over the term of the Contract.

Award Criteria
Social Value - Equal Opportunity 10
Senior Technical Lead 2
Transition 3
Health & Safety 2
Quality Assurance 5
Delivery of official controls 12
People Capability 13
Resourcing 10
Resourcing 5
Resourcing 13
price 25
3 2.c. Lot 3

Estimated value of Lot 3 was £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.

Award Criteria
Social Value - Equal Opportunity 10
Senior Technical Lead 2
Transition 3
Health & Safety 2
Quality Assurance 5
Delivery of official controls 12
People Capability 13
Resourcing 10
Resourcing 5
Resourcing 13
price 25
4 2.d. Lot 4

Estimated value of Lot 4 was £18 to £31 million over the term of the Contract.

Award Criteria
Social Value - Equal Opportunity 10
Senior Technical Lead 2
Transition 3
Health & Safety 2
Quality Assurance 5
Delivery of official controls 5
People Capability 13
Resourcing 10
Resourcing 5
Resourcing 13
price 25
5 2.e. Lot 5

Estimated value of Lot 5 was £12 to £20 million over the term of the Contract.

Award Criteria
Social Value - Equal Opportunity 10
Senior Technical Lead 2
Transition 3
Health & Safety 2
Quality Assurance 5
Delivery of official controls 12
People Capability 13
Resourcing 10
Resourcing 5
Resourcing 13
price 25
6 2.f. Lot 6

Estimated value of Lot 6 was £21 to £35 million over the term of the Contract.

Award Criteria
Senior Technical Lead 2
Transition 3
Health & Safety 2
Quality Assurance 5
People Capability 13
Resourcing 5
Resourcing 13
Social Value - Equal Opportunity 10
Delivery of official controls 12
Resourcing 10
price 25
7 2.g. Lot 7

Estimated value of Lot 7 was £36 to £61 million over the term of the Contract.

Award Criteria
Social Value 10
Senior Technical Lead 2
Transition 3
Health & Safety 2
Quality Assurance 5
Delivery of Official Controls 12
People Capability 13
Resourcing 10
Resourcing 5
Resourcing 13
Evaluation by Operational Costs as % 8
Evaluation by Relative Cost by Lot 17
8 2.h. Lot 8

Estimated value of Lot 8 was £17 to £29 million over the term of the Contract.

Award Criteria
Social Value - Equal Opportunity 10
Senior Technical Lead 2
Transition 3
Health & Safety 2
Quality Assurance 5
Delivery of Official Controls 12
People Capability 13
Resourcing 10
Resourcing 5
Resourcing 13
Cost 25
9 2.i. Lot 9

Estimated value of Lot 9 was £20 to £33 million over the term of the Contract.

Award Criteria
Social Value - Equal Opportunity 10
Senior Technical Lead 2
Transition 3
Health & Safety 2
Quality Assurance 5
Delivery of Official Controls 12
People Capability 13
Resourcing 10
Resourcing 5
Resourcing 13
Cost 25

Award Detail

1 Eville & Jones (None)
  • Lot 1
  • Reference: 003277-2025-1
  • Value: £39,200,000
2 Eville & Jones (Leeds)
  • Lot 2
  • Reference: 003277-2025-2
  • Value: £20,000,000
3 Eville & Jones (Leeds)
  • Lot 2
  • Reference: 003277-2025-3
  • Value: £15,100,000
4 Hallmark Meat Hygiene (Nailsworth)
  • Lot 3
  • Reference: 003277-2025-4
  • Value: £28,100,000
5 LS15 8ZB (Leeds)
  • Lot 5
  • Reference: 003277-2025-5
  • Value: £15,600,000
6 Eville & Jones (Leeds)
  • Lot 6
  • Reference: 003277-2025-6
  • Value: £30,400,000
7 Eville & Jones (Leeds)
  • Lot 7
  • Reference: 003277-2025-7
  • Value: £45,700,000
8 Hallmark Meat Hygiene (Nailsworth)
  • Lot 8
  • Reference: 003277-2025-8
  • Value: £28,600,000
9 Eville & Jones (Leeds)
  • Lot 9
  • Reference: 003277-2025-9
  • Value: £27,400,000

CPV Codes

  • 85200000 - Veterinary services

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** This is a 5 year contract with an optional 2 year extension.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.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.The FSA may request the Supplier to provide Services to certain other government departments as listed in Annex 3 of the Specification.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.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.Where the FSA chooses to award a Contract for any Lot, this will be subject to the Contract issued within the ITT documents.

Reference

Domains