Notice Information
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).
Notice Details
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
Buyer & Supplier
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
-
https://www.find-tender.service.gov.uk/Notice/060883-2025
30th September 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/028487-2025
29th May 2025 - Pipeline notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/016192-2025
22nd April 2025 - Preliminary market engagement notice on Find a Tender
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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"
}