Tender

National Co-ordinator & Delivery Lead for a Badger Vaccination Field Force (BVFF)

DEPARTMENT OF ENVIRONMENT, FOOD AND RURAL AFFAIRS

This public procurement record has 3 releases in its history.

Tender

30 Sep 2025 at 12:37

Planning

29 May 2025 at 13:38

Planning

22 Apr 2025 at 10:56

Summary of the contracting process

The Department of Environment, Food and Rural Affairs (Defra) is currently at the tender stage for the procurement titled "National Co-ordinator & Delivery Lead for a Badger Vaccination Field Force (BVFF)." The project pertains to the industry category of animal husbandry services and is focused on offering Badger Vaccination Services in areas with high levels of bovine tuberculosis (bTB) in England. Located in London, Defra has announced the procurement method as an open, competitive flexible procedure. Prospective contractors must submit their tenders through the Authority's eSourcing platform by 10 November 2025. The overall contract is valued at up to £18,000,000 GBP with the opportunity for extensions. Key responsibilities include managing delivery partners and collating data for reporting purposes. The project aims to start by February 2026 and end by February 2030, with the possibility of a two-year extension.

This tender offers significant opportunities for businesses specialising in animal husbandry services and project management that can coordinate and execute large-scale vaccination initiatives. It is particularly well-suited for SMEs and VCSEs capable of managing contracts and developing regional partnerships with local stakeholders like farmers and landowners. Engaging in this project can lead to robust business growth due to the potential scale of operation, the possibility of increased funding, and expanded service delivery areas. Businesses adept at data management and having a strong network of local partners will have a competitive edge in this flexible and strategically vital public health initiative.

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

National Co-ordinator & Delivery Lead for a Badger Vaccination Field Force (BVFF)

Notice Description

As part of the UK Government's Bovine TB (bTB) strategy refresh, Defra requires an organisation to co-ordinate and deliver badger Vaccination Services within multiple defined 'Project Areas' with high levels of bTB in the High Risk and Edge areas of England. The Contractor(s) responsibilities will include: - Contracting and managing Delivery Partners (local organisations and individuals) to deliver vaccination services at scale; - Collection and collation of datasets from the delivery of the vaccination services and reporting them to the Authority; - Contract management and co-ordination of the Services. *Please note: The Total Estimated Contract Value includes potential extensions and a significant contingency allowance, which may not be fully utilised. It does not represent a committed budget or guaranteed spend.*

Planning Information

As part of the Government's Bovine TB Strategy, pre-procurement activity has started on Defra's requirement for one (or more) organisation(s) to co-ordinate and deliver badger vaccination services within defined 'Project Areas' with high levels of bovine TB in the High Risk and Edge areas of England. Further information (in the form of a slide pack) is available from Melanie Swain (Defra Group Commercial) (melanie.swain@defra.gov.uk), along with a set of questions for potential suppliers. Responses to the slide pack and questions will help inform the Procurement Strategy and Bidder Pack. Defra reserves the right to follow up with suppliers on a 1:1 basis to further understand their capabilities with regard to this requirement (with publication of any new information that arises).

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-050585
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/060883-2025
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Competitive flexible procedure
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

77 - Agricultural, forestry, horticultural, aquacultural and apicultural services


CPV Codes

77500000 - Animal husbandry services

Notice Value(s)

Tender Value
£15,000,000 £10M-£100M
Lots Value
£15,000,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
30 Sep 20254 months ago
Submission Deadline
10 Nov 2025Expired
Future Notice Date
3 Sep 2025Expired
Award Date
Not specified
Contract Period
9 Feb 2026 - 8 Feb 2030 4-5 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
DEPARTMENT OF ENVIRONMENT, FOOD AND RURAL AFFAIRS
Contact Name
Melanie Swain
Contact Email
melanie.swain@defra.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
LONDON
Postcode
SW1P 4DF
Post Town
South West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI35 Westminster and City of London
Delivery Location
Not specified

Local Authority
Westminster
Electoral Ward
St James's
Westminster Constituency
Cities of London and Westminster

Further Information

Notice Documents

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-050585-2025-09-30T13:37:53+01:00",
    "date": "2025-09-30T13:37:53+01:00",
    "ocid": "ocds-h6vhtk-050585",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PNBD-3289-CDGX",
            "name": "DEPARTMENT OF ENVIRONMENT, FOOD AND RURAL AFFAIRS",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PNBD-3289-CDGX"
            },
            "address": {
                "streetAddress": "Seacole Building, 2 Marsham Street",
                "locality": "London",
                "postalCode": "SW1P 4DF",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI32"
            },
            "contactPoint": {
                "name": "Melanie Swain",
                "email": "melanie.swain@defra.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://defra-family.force.com/s/Welcome",
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthorityCentralGovernment",
                        "description": "Public authority - central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PNBD-3289-CDGX",
        "name": "DEPARTMENT OF ENVIRONMENT, FOOD AND RURAL AFFAIRS"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "As part of the Government's Bovine TB Strategy, pre-procurement activity has started on Defra's requirement for one (or more) organisation(s) to co-ordinate and deliver badger vaccination services within defined 'Project Areas' with high levels of bovine TB in the High Risk and Edge areas of England. Further information (in the form of a slide pack) is available from Melanie Swain (Defra Group Commercial) (melanie.swain@defra.gov.uk), along with a set of questions for potential suppliers. Responses to the slide pack and questions will help inform the Procurement Strategy and Bidder Pack. Defra reserves the right to follow up with suppliers on a 1:1 basis to further understand their capabilities with regard to this requirement (with publication of any new information that arises).",
                "dueDate": "2025-05-13T23:59:59+01:00",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "016192-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/016192-2025",
                "datePublished": "2025-04-22T11:56:01+01:00",
                "format": "text/html"
            },
            {
                "id": "028487-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK1",
                "description": "Pipeline notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/028487-2025",
                "datePublished": "2025-05-29T14:38:17+01:00",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "P35758",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "National Co-ordinator & Delivery Lead for a Badger Vaccination Field Force (BVFF)",
        "description": "As part of the UK Government's Bovine TB (bTB) strategy refresh, Defra requires an organisation to co-ordinate and deliver badger Vaccination Services within multiple defined 'Project Areas' with high levels of bTB in the High Risk and Edge areas of England. The Contractor(s) responsibilities will include: - Contracting and managing Delivery Partners (local organisations and individuals) to deliver vaccination services at scale; - Collection and collation of datasets from the delivery of the vaccination services and reporting them to the Authority; - Contract management and co-ordination of the Services. *Please note: The Total Estimated Contract Value includes potential extensions and a significant contingency allowance, which may not be fully utilised. It does not represent a committed budget or guaranteed spend.*",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "77500000",
                        "description": "Animal husbandry services"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-02-09T00:00:00Z",
                    "endDate": "2030-02-08T23:59:59Z",
                    "maxExtentDate": "2032-02-08T23:59:59Z"
                },
                "hasRenewal": true,
                "status": "active",
                "value": {
                    "amountGross": 18000000,
                    "amount": 15000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "As set out in the Bidder Pack."
                        },
                        {
                            "type": "technical",
                            "description": "As set out in the Bidder Pack."
                        }
                    ]
                },
                "renewal": {
                    "description": "Up to twenty-four (24) months extension."
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-09-03T23:59:59+01:00"
        },
        "status": "active",
        "value": {
            "amountGross": 18000000,
            "amount": 15000000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "This procurement is being conducted as a Competitive Flexible Procedure in accordance with the Procurement Act 2023. Completion and submission of all documents will be conducted via the Authority's eSourcing system. As detailed in 'Part 2 Procurement Specific Requirements' of the Bidder Pack, following Evaluation Stages 1 - 5, the Authority reserves the right to re-issue the technical evaluation questions, pricing schedule, or any part thereof to the two highest scoring bidders, or any other bidder that has scored within 3% (total score) of the highest scoring bidder, for a Best and Final Offer (BAFO). This will allow bidders to incorporate any feedback from Evaluation Stages 3 and / or 4 of the evaluation. Evaluations and scoring of any reissued elements will be undertaken in line with the instructions for Evaluation Stages 3 and / or 4 (dependent on the re-issued elements) (as detailed in Appendix 6 and Appendix 7), unless otherwise advised by the Authority. If the Authority deems any amendment to the evaluation methodology to be significant, additional time may be allowed for responses - this will be at the Authority's sole discretion. Please note that all relevant bidders will be invited to submit improved responses on the same items. Bidders will have ten (10) calendar days to review, revise and resubmit their bid via Atamis. There will be a period of five (5) calendar days for clarification questions. The exact dates of these periods and deadlines for submission will be shared with the relevant bidders. ! IMPORTANT ! - This is an optional stage for the Authority to ensure that the Most Advantageous Tender is selected, that the requirement has been fully understood, and that bidders are provided a fair chance to compete where the Authority does not feel ready to award after Evaluation Stage 5. Bidders should submit their best possible tender and price in the first instance, as it is not guaranteed that this stage will be used."
        },
        "submissionMethodDetails": "Submissions must be made via the Authority's eSourcing platform. https://atamis-9529.my.site.com/s/Welcome",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2025-11-10T12:00:00Z"
        },
        "enquiryPeriod": {
            "endDate": "2025-10-29T12:00:00Z"
        },
        "awardPeriod": {
            "endDate": "2026-01-26T23:59:59Z"
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "060883-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/060883-2025",
                "datePublished": "2025-09-30T13:37:53+01:00",
                "format": "text/html"
            }
        ],
        "riskDetails": "1. At the time of tender publication, specific Project Areas (locations) for year 1 have not been finalised due to ongoing epidemiological assessments. This may result in changes to deployment areas, travel requirements, and logistical planning once the contract is awarded. This known risk will exist throughout the contract term, as the rate and spread of bTB may result in the need to change deployment areas, travel requirements, and logistical planning. This includes the need for different and / or additional geographic areas, increased frequency of operations and / or enhanced reporting requirements. 2. Badger population movement or density changes may affect the feasibility of planned vaccination operations, necessitating changes to deployment areas or schedules. 3. Additional funding may become available during the contract term. While the initial scope is defined, there is a foreseeable possibility that further budget may be allocated to expand service delivery. This may include additional geographic areas, increased frequency of operations and/or enhanced reporting requirements."
    },
    "language": "en"
}