By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Training and Consultancy Services for improving sheep flock and beef herd health.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Cornwall College Further Education Corporation
Tregonissey Road
Contact point(s): https://in-tendhost.co.uk/cornwall/
PL25 4DJ St Austell
UNITED KINGDOM
E-mail:

Internet address(es):

General address of the contracting authority: https://in-tendhost.co.uk/cornwall/

Address of the buyer profile: https://in-tendhost.co.uk/cornwall/

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
Body governed by public law
I.3)Main activity
Education
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:
Training and Consultancy Services for improving sheep flock and beef herd health.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Main site or location of works, place of delivery or of performance: Throughout South West England.

NUTS code UKK

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)
College Cornwall College Further Education Corporation wish to appoint a supplier to provide the specific services associated with providing a range of training and consultancy services for improving sheep flock and beef herd health.

The requirement will be managed by Duchy Colleges Rural Business School (part of Cornwall Further Education Corporation) who lead the Healthy Livestock project http://www.healthylivestock.org/ The aim of Healthy Livestock is to improve the disease status and profitability of dairy, beef and sheep farms across the whole of the south west of England. In cattle, the project is focusing on five main disease strands, which were identified as priorities during the original South West Healthy Livestock Initiative (SWHLI) industry consultation exercise, namely: mastitis, lameness, Bovine Viral Diarrhoea, Johnes disease and respiratory diseases. In sheep, the project is focussing on lameness, parasite control and general flock management issues such as nutrition and breeding.

The Healthy Livestock project is funded by the Rural Development Programme for England and is part of the South West Healthy Livestock Initiative http://www.swhli.co.uk/.

The Colleges electronic tendering system In-Tend will be used for this Tender, to express an interest and obtain documentation relating to this Tender Supplier must.

1. Click link to the Colleges electronic tendering system https://in-tendhost.co.uk/cornwall

2. Click on "Current Tenders".
3. Locate this Tender.
4. Click the blue box titled "View Tender Detail".
5. Click on the red box titled "Express Interest".
6. If you are already registered as a Supplier you need to login. You will be then be sent an automated email confirming your company has been added to the Supplier list followed by a second automated email which confirms that documents have been published and how to download them.
7. If you not registered as a Supplier you will need to Click on "Register" after registration you will need to login and express an interest in the project, you will received the automated emails detailed above.
II.1.6)Common procurement vocabulary (CPV)

80510000, 77500000, 85200000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
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:
Phase 1 a value in the range between 100 000 GBP and 150 000 GBP ex VAT (The College has secured funding).
In addition to phase 1 the College is also in the process of bidding for Phase 2 of the requirement and anticipate that if successful the value for these services may increase by a further 150 000 GBP ex VAT.
Estimated value excluding VAT:
Range: between 100 000 and 300 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
As detailed in the Pre Qualification Questionnaire.
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: yes
Description of particular conditions: As detailed in the Pre Qualification Questionnaire.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: As detailed in the Pre Qualification Questionnaire.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As detailed in the Pre Qualification Questionnaire.
Minimum level(s) of standards possibly required: As detailed in the Pre Qualification Questionnaire.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As detailed in the Pre Qualification Questionnaire.
Minimum level(s) of standards possibly required:
As detailed in the Pre Qualification Questionnaire.
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: yes
Reference to the relevant law, regulation or administrative provision: As detailed in the Pre Qualification Questionnaire.
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: yes

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Accelerated restricted
Justification for the choice of accelerated procedure: In addition to the derogation issued by the European Commission and the Office Government Commerce Procurement (Policy Note PPN 01/09 and PPN 01/11), the Colleges justification for using the Accelerated Restricted Procedure is that despite improvements in key indicators such as GDP and wage levels, the Cornish economy remains weak and uncompetitive. As a result Cornwall qualified for Convergence funding, the highest level of the European economic regeneration programme for 2007-2013. The fast competitive procurement of the training and consultancy services for improving sheep flock and beef herd health would assist in the development of a modern, competitive, sustainable, high value Cornish economy. Cornwall, as a remote, sparsely populated rural region with aspirations to develop a high knowledge economy, has much to gain from the rapid execution of the contract, thereby benefiting the local and national economy. The College believe the market is capable of meeting the reduced timescales involved with this procedure and undertaking the services in a relatively brief period.
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators: 5
Objective criteria for choosing the limited number of candidates: As detailed in the Pre Qualification Questionnaire.
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:
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
5.12.2011 - 12:00
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
IV.3.8)Conditions for opening tenders

Place:

Using Cornwall Colleges electronic tendering system In-Tend.

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: yes
Reference to project(s) and/or programme(s): This Project is part financed by the European Agricultural Fund for European Development 2007 - 2013: Europe investing in rural areas.
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:
22.11.2011