Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.2)Information about joint procurement
I.3)CommunicationThe procurement documents are available for unrestricted and full direct access, free of charge, at:
www.capitalesourcing.comAdditional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authorityRegional or local authority
I.5)Main activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Pesticide Residue Testing, Radiation Testing and Bacterial Testing for the Imported Food Office, London Borough of Hillingdon
II.1.2)Main CPV code90721300
II.1.3)Type of contractServices
II.1.4)Short description:
The London Borough of Hillingdon is responsible for overseeing imported food and feed controls at its Imported Food Office located at London Heathrow Airport. European Community legislation requires imports of certain food and feed products to be introduced into the United Kingdom only via approved inspection facilities. The Imported Food Office at London Heathrow Airport is an approved inspection facility for both imports of products of animal origin, and those not of animal origin.
The London Borough of Hillingdon are looking for a supplier or suppliers that can analyse imports of feed and food for the following contaminants:
Lot A: Pesticide residues.
Lot B: Caesium-134 and Caesium-137.
Lot C: Microbiological contaminants.
Lot D: Other Miscellaneous.
Lot E: All of the above.
The London Borough of Hillingdon reserve the right to award some or all of the tests shown above.
The proposed new contract will be for 3 years from the 1.12.2018 with the option to extend for a further 2 yrs.
II.1.5)Estimated total valueValue excluding VAT: 660 000.00 GBP
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:
Lot A: Pesticide Residual Testing
Lot No: 1
II.2.2)Additional CPV code(s)90721300
II.2.3)Place of performanceNUTS code: UKI7
Main site or place of performance:
The London Borough of Hillingdon Imported Food Office 1st Floor Building 550 Shoreham Road East London Heathrow Airport Hounslow TW6 3UA.
II.2.4)Description of the procurement:
On the 25.1.2010, Commission Regulation (EC) nº 669/2009 came into force. This introduced enhanced checks on imports of fruits and vegetables originating from certain countries outside of the European Union. Consignments that are subject to these enhanced checks must undergo a documentary check. In addition to this, an identity check and physical examination must be carried out at varying frequencies as set out in the Regulation.
A.2 In cases where a physical examination takes place, a formal sample is taken from the consignment to be tested for a range of contaminants listed in the Regulation. The most common laboratory test required at present by the imported food office is a test for the presence of pesticide residues.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 660 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 36
This contract is subject to renewal: yes
Description of renewals:
1 x 2 year extension (total of two (2) years) is available at the discretion of the Council.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
1 x 2 year extension (total of two (2) years) is available at the discretion of the Council.
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.2)Additional CPV code(s)90721300
II.2.3)Place of performanceNUTS code: UKI7
Main site or place of performance:
The London Borough of Hillingdon Imported Food Office 1st Floor Building 550 Shoreham Road East London Heathrow Airport Hounslow TW6 3UA.
II.2.4)Description of the procurement:
Following the accident at the Fukushima nuclear power station on the 11.3.2011, the European Commission was informed that radionuclide levels in certain food products originating in Japan exceeded the action levels in food applicable in Japan.
This contamination was considered to possibly constitute a threat to public and animal health in the European Union. The European Commission therefore published Implementing Regulation (EU) nº 297/2011 of the 25.3.2011 which imposed special conditions governing the import of feed and food originating in or consigned from Japan.
Commission Implementing Regulation 2016/6 contains the most up-to-date import requirements applicable to imports of feed and food originating in or consigned from Japan. Article 10 of this Regulation sets out the official controls that are to be applied. This includes random physical checks, including laboratory analysis for the presence of Caesium-134 and Caesium-137 being carried out on consignments imported. Consignments that are tested remain detained for a maximum of five working days, pending the availability of the results of the laboratory analysis
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 660 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 36
This contract is subject to renewal: yes
Description of renewals:
1 x 2 year extension (total of two (2) years) is available at the discretion of the Council.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
1 x 2 year extension (total of two (2) years) is available at the discretion of the Council.
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Lot C: Microbiological analysis
Lot No: 3
II.2.2)Additional CPV code(s)90721300
II.2.3)Place of performanceNUTS code: UKI7
Main site or place of performance:
The London Borough of Hillingdon Imported Food Office 1st Floor Building 550 Shoreham Road East London Heathrow Airport Hounslow TW6 3UA
II.2.4)Description of the procurement:
Microbiological analysis is required for both products of animal origin and products not of animal origin.
The most common microbiological test required at present is a test for Salmonella SPP in betel leaves. Commission Implementing Regulation 2016/166 lays down specific conditions applicable to the import of foodstuffs containing or consisting of betel leaves (“Piper betle”) from India. This Regulation requires imports of betel leaves to be accompanied by a health certificate and an analytical report issued by the competent authorities of India to ascertain compliance with European Union legislation on microbiological criteria of Salmonella SPP. In addition to these import requirements 10 % of imports must be analysed to ascertain compliance with the import requirements.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 660 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 36
This contract is subject to renewal: yes
Description of renewals:
1 x 2 year extension (total of two (2) years) is available at the discretion of the Council.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
1 x 2 year extension (total of two (2) years) is available at the discretion of the Council.
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Lot D: Other categories of analysis
Lot No: 4
II.2.2)Additional CPV code(s)90721300
II.2.3)Place of performanceNUTS code: UKI7
Main site or place of performance:
The London Borough of Hillingdon Imported Food Office 1st Floor Building 550 Shoreham Road East London Heathrow Airport Hounslow TW6 3UA
II.2.4)Description of the procurement:
In addition to the analysis listed in specifications A-C, the London Borough of Hillingdon undertook testing for the following contaminants:
— Plastic kitchenware - Formaldehyde / Primary aromatic amines,
— Pesticide analysis - dried products (e.g. tea),
— Mycotoxins,
— Sulphur dioxide,
— Chloramphenicol,
— Veterinary residues,
— Speciation testing,
— Adulteration,
— Nutrition and health claims,
— Dangerous substances (DNP, DMMA),
— Heavy Metals,
— Histamine Detection,
— Dioxins,
— PAHs,
— Unauthorised GMOs,
— Sudan Dyes,
— Sulphites.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 660 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 36
This contract is subject to renewal: yes
Description of renewals:
1 x 2 year extension (total of two (2) years) is available at the discretion of the Council.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
1 x 2 year extension (total of two (2) years) is available at the discretion of the Council.
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Lot E: Combination of Lots A-D
Lot No: 5
II.2.2)Additional CPV code(s)90721300
II.2.3)Place of performanceNUTS code: UKI7
Main site or place of performance:
The London Borough of Hillingdon Imported Food Office 1st Floor Building 550 Shoreham Road East London Heathrow Airport Hounslow TW6 3UA.
II.2.4)Description of the procurement:
Combination of the service requirements listed under each Lot.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 660 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 36
This contract is subject to renewal: yes
Description of renewals:
1 x 2 year extension (total of two (2) years) is available at the discretion of the Council.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
1 x 2 year extension (total of two (2) years) is available at the discretion of the Council.
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
III.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection criteria as stated in the procurement documents
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
III.2.2)Contract performance conditions:
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureOpen procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
IV.1.8)Information about the Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 31/07/2018
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:English
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tendersDate: 31/07/2018
Local time: 12:00
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflows
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review bodyHigh Court of England, Royal Courts of Justice
Strand
London
WC1A 2LL
United Kingdom
Telephone: +44 2079476000
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:27/06/2018