Award

ID 4881595 - DAERA - Livestock Genetics and Data Branch - Bovine Genetics Programme

DEPARTMENT OF AGRICULTURE, ENVIRONMENT AND RURAL AFFAIRS DAERA

This public procurement record has 2 releases in its history.

Award

16 Jan 2025 at 11:12

Tender

19 Feb 2024 at 17:09

Summary of the contracting process

The Department of Agriculture, Environment and Rural Affairs (DAERA) in Northern Ireland has finalised the award for the Bovine Genetics Programme to ICBF LIMITED. The contract, valued at up to £50 million excluding VAT, will last for an initial period of 5 years, with potential extensions totalling up to 10 years. This procurement falls under the IT services category and involves the provision of genetic and genomic evaluations, benchmarking services, and customer support services. The contract was awarded on 19th December 2024, with key performance monitoring clauses to ensure compliance and service quality throughout the contract period. DAERA is located in Belfast, UK, and the services will primarily support operations in the region of UKN.

This tender offers significant growth opportunities for businesses within the IT services and genetic evaluation sectors. Companies with expertise in data services, research and development, and software solutions would find this contract particularly suited to their capabilities. The contract's flexible scope, which can adapt to future changes in operational requirements and technological advancements, allows for continuous innovation. Suppliers capable of providing scalable and innovative solutions will be well-positioned to take advantage of the evolving needs of DAERA, thereby fostering long-term business growth and establishing a strong foothold in the public sector procurement landscape.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

ID 4881595 - DAERA - Livestock Genetics and Data Branch - Bovine Genetics Programme

Notice Description

DAERA (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)".

Lot Information

Lot 1

DAERA (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)".

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.

Renewal: 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.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-043b47
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/001464-2025
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

48 - Software package and information systems

72 - IT services: consulting, software development, Internet and support

73 - Research and development services and related consultancy services


CPV Codes

48000000 - Software package and information systems

72000000 - IT services: consulting, software development, Internet and support

72300000 - Data services

73000000 - Research and development services and related consultancy services

73100000 - Research and experimental development services

73200000 - Research and development consultancy services

73300000 - Design and execution of research and development

Notice Value(s)

Tender Value
£50,000,000 £10M-£100M
Lots Value
£50,000,000 £10M-£100M
Awards Value
Not specified
Contracts Value
£50,000,000 £10M-£100M

Notice Dates

Publication Date
16 Jan 20251 years ago
Submission Deadline
1 Apr 2024Expired
Future Notice Date
Not specified
Award Date
19 Dec 20241 years ago
Contract Period
Not specified - Not specified
Recurrence
This contract will potentially be due to be re-procured after the initial contract period and/or following any extensions

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
DEPARTMENT OF AGRICULTURE, ENVIRONMENT AND RURAL AFFAIRS DAERA
Contact Name
SSDAdmin.CPDfinance-ni.gov.uk
Contact Email
ssdadmin.cpd@finance-ni.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
BELFAST
Postcode
BT3 9ED
Post Town
Northern Ireland
Country
Northern Ireland

Major Region (ITL 1)
TLN Northern Ireland
Basic Region (ITL 2)
TLN0 Northern Ireland
Small Region (ITL 3)
TLN06 Belfast
Delivery Location
TLN Northern Ireland

Local Authority
Belfast
Electoral Ward
Sydenham
Westminster Constituency
Belfast East

Supplier Information

Number of Suppliers
1
Supplier Name

ICBF

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-043b47-2025-01-16T11:12:30Z",
    "date": "2025-01-16T11:12:30Z",
    "ocid": "ocds-h6vhtk-043b47",
    "description": "Contract Value. The awarded Contract Value for the maximum contract term including all optional extensions (10 years in total) is PS39,093,705.01. This value 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. This value 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 PS50m (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. CPD and DAERA cannot give any guarantee as to the level of business under this contract/agreement. 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.",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-043b47",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "ID 4881595 - DAERA - Livestock Genetics and Data Branch - Bovine Genetics Programme",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "72000000",
            "description": "IT services: consulting, software development, Internet and support"
        },
        "mainProcurementCategory": "services",
        "description": "DAERA (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)\".",
        "value": {
            "amount": 50000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "DAERA (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)\".",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "AC1 Proposed methodology and approach to deliver the genetic and genomic evaluation services including continuous improvement and innovation.",
                            "type": "quality",
                            "description": "16.1"
                        },
                        {
                            "name": "AC2 Proposed methodology and approach to deliver the benchmarking services including continuous improvement and innovation.",
                            "type": "quality",
                            "description": "14.7"
                        },
                        {
                            "name": "AC3 Proposed methodology and approach to deliver the user portal.",
                            "type": "quality",
                            "description": "14.7"
                        },
                        {
                            "name": "AC4 Proposed methodology and approach to data access and reports.",
                            "type": "quality",
                            "description": "7"
                        },
                        {
                            "name": "AC5 Contract service management.",
                            "type": "quality",
                            "description": "7"
                        },
                        {
                            "name": "AC6 Social value.",
                            "type": "quality",
                            "description": "10.5"
                        },
                        {
                            "name": "Total Contract Price",
                            "type": "cost",
                            "description": "30"
                        }
                    ]
                },
                "value": {
                    "amount": 50000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "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."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "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."
                },
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72300000",
                        "description": "Data services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73000000",
                        "description": "Research and development services and related consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73100000",
                        "description": "Research and experimental development services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73200000",
                        "description": "Research and development consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73300000",
                        "description": "Design and execution of research and development"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48000000",
                        "description": "Software package and information systems"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN"
                    },
                    {
                        "region": "UKN"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "written"
        ],
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2024-04-01T15:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2024-07-30T23:59:59+01:00"
            }
        },
        "awardPeriod": {
            "startDate": "2024-04-01T15:30:00+01:00"
        },
        "bidOpening": {
            "date": "2024-04-01T15:30:00+01:00"
        },
        "hasRecurrence": true,
        "reviewDetails": "CPD complied with the Public Contracts Regulations 2015 (as amended) and incorporated a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract was communicated to tenderers. That notification provided full information on the award decision. This provided time for the unsuccessful tenderers to challenge the award decision before the contract was entered into.",
        "recurrence": {
            "description": "This contract will potentially be due to be re-procured after the initial contract period and/or following any extensions"
        }
    },
    "parties": [
        {
            "id": "GB-FTS-105464",
            "name": "Department of Agriculture, Environment and Rural Affairs DAERA",
            "identifier": {
                "legalName": "Department of Agriculture, Environment and Rural Affairs DAERA"
            },
            "address": {
                "streetAddress": "303 Airport Road West",
                "locality": "BELFAST",
                "region": "UK",
                "postalCode": "BT3 9ED",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "SSDAdmin.CPDfinance-ni.gov.uk",
                "email": "ssdadmin.cpd@finance-ni.gov.uk",
                "url": "https://etendersni.gov.uk/epps"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "https://etendersni.gov.uk/epps",
                "buyerProfile": "https://etendersni.gov.uk/epps",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-20217",
            "name": "The 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.",
            "identifier": {
                "legalName": "The 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."
            },
            "address": {
                "locality": "Belfast",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-135197",
            "name": "ICBF LIMITED",
            "identifier": {
                "legalName": "ICBF LIMITED"
            },
            "address": {
                "streetAddress": "Link Road, Ballincollig, Cork.",
                "locality": "Cork",
                "region": "IE",
                "postalCode": "P31 D452",
                "countryName": "Ireland"
            },
            "contactPoint": {
                "email": "mmadden@icbf.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://etendersni.gov.uk/epps",
                "scale": "sme"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-105464",
        "name": "Department of Agriculture, Environment and Rural Affairs DAERA"
    },
    "language": "en",
    "awards": [
        {
            "id": "001464-2025-1-1",
            "relatedLots": [
                "1"
            ],
            "title": "Contract",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-135197",
                    "name": "ICBF LIMITED"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "001464-2025-1-1",
            "awardID": "001464-2025-1-1",
            "title": "Contract",
            "status": "active",
            "value": {
                "amount": 50000000,
                "currency": "GBP"
            },
            "dateSigned": "2024-12-19T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 1
            }
        ]
    }
}