Construction Tenders

25 April 2025

Related Information

Construction Contract Leads

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 29th Jan 2025

Tender Details
Referenceocds-h6vhtk-04d718
Common Procurement VocabularySewage, refuse, cleaning and environmental services
Procurement MethodOpen procedure
Value£140,000
« Previous Page

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 29th Jan 2025

Tender Details
Referenceocds-h6vhtk-04d718
Common Procurement VocabularySewage, refuse, cleaning and environmental services
Procurement MethodOpen procedure
Value£140,000

Section I: Contracting authority

I.1) Name and addresses

Agri-Food and Biosciences Institute

18a Newforge Lane, Belfast, Co Antrim Northern Ireland UK BT9 5PX

BELFAST

BT9 5PX

Contact

SSDAdmin.CPDfinance-ni.gov.uk

Email

ssdadmin.cpd [at] finance-ni.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://etendersni.gov.uk/epps

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

General public services


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

DAERA - AFBI - Deep Carbon Stock Assessment - Soil Nutrient Health Scheme

Reference number

ID 5734985

II.1.2) Main CPV code

  • 90000000 - Sewage, refuse, cleaning and environmental services

II.1.3) Type of contract

Services

II.1.4) Short description

DAERA - AFBI - Deep Carbon Stock Assessment - Soil Nutrient Health Scheme

II.1.5) Estimated total value

Value excluding VAT: £140,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 16100000 - Agricultural and forestry machinery for soil preparation or cultivation
  • 90000000 - Sewage, refuse, cleaning and environmental services
  • 38400000 - Instruments for checking physical characteristics
  • 38430000 - Detection and analysis apparatus
  • 38432000 - Analysis apparatus

II.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland
Main site or place of performance

UKN

II.2.4) Description of the procurement

DAERA - AFBI - Deep Carbon Stock Assessment - Soil Nutrient Health Scheme

II.2.5) Award criteria

Quality criterion - Name: Qualitative Criteria / Weighting: 60

Cost criterion - Name: Quantitative Criteria / Weighting: 40

II.2.6) Estimated value

Value excluding VAT: £140,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

4

This contract is subject to renewal

Yes

Description of renewals

The contract duration is 4 months, with option to extend for 2 further months.

4 months is required to sample 250 fields. Optional 2 months extension is to cover any issues (such as weather extremes, permission from farmers etc) arising with access to the field.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options

The contract duration is 4 months, with option to extend for 2 more months. 4 months is required to sample 250 fields. Optional 2 months extension is to cover any issues (such as weather extremes, permission from farmers etc) arising with access to the field.

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The figure indicated in Section II 1.5 represents an estimated contract value. This value reflects the. potential scale of the contract. This figure does not however take into account the application of indexation or increases to charges due. to. increases in the Real Living Wage. Neither CPD nor the Authority can provide any guarantee as to the level of business under this. contract. The Contracting Authority does not bind itself to accept the lowest or any tender. Economic Operators remain responsible. for all costs and expenses incurred by them or by any third party acting under instructions from the Economic Operator in connection. with taking part in this procurement process regardless of whether such costs arise as a consequence, directly or indirectly of any. amendments made to the procurement documents by the Contracting Authority at any time. No legally binding contract shall arise (and. an Economic Operator shall have no legitimate expectation that a contract will be entered into) until such time as entry into the Contract. has been confirmed by the Contracting Authority. Economic Operators should note that all dates, time periods and figures in relation. to values and volumes. specified in this notice and the procurement documents are approximate only and the Contracting Authority. reserves the right to change any or all of them.


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

List and brief description of selection criteria

as per tender documents

III.1.3) Technical and professional ability

List and brief description of selection criteria

as per tender documents

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

The appointment to the contract will be subject to the preferred supplier demonstrating. that the minimum requirements specified in the selection questionnaire continue to be met and that there being no material adverse. change to the standing of the supplier. The appointment will also be subject to all other necessary due diligence being carried out by the. Authority. Contract performance will be subject to the conditions specified in the contract and the successful Supplier’s performance on. the contract will be regularly monitored.


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

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.2.2) Time limit for receipt of tenders or requests to participate

Date

5 March 2025

Local time

3:00pm

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

Tender must be valid until: 3 June 2025

IV.2.7) Conditions for opening of tenders

Date

5 March 2025

Local time

3:30pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

The successful contractor’s performance on the contract will be regularly monitored in line with the tender documentation. 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 CPD for further action. If. this occurs and their performance still does not improve to satisfactory levels within the specified period, it may be regarded as an act of. grave professional misconduct and they may be issued with a Notice of Unsatisfactory Performance and the contract may be terminated.. The issue of a Notice of Unsatisfactory Performance can result in the Contractor being excluded from all procurement competitions. being. undertaken by Centres of Procurement Expertise on behalf of bodies covered by the Northern Ireland Procurement Policy for a. period of. three years from the date of issue.

VI.4) Procedures for review

VI.4.1) Review body

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.

Belfast

Country

United Kingdom

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures

CPD will comply with the Public Contracts Regulations 2015 and, where. appropriate, will incorporate a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract is. communicated to tenderers. That notification will provide full information on the award decision. This provides time for the unsuccessful. tenderers to challenge the award decision before the contract is entered into.