Tender

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

AGRI-FOOD AND BIOSCIENCES INSTITUTE

This public procurement record has 1 release in its history.

Tender

14 Nov 2024 at 14:23

Summary of the contracting process

The Agri-Food and Biosciences Institute (AFBI) invites tenders for the DAERA - AFBI - Deep Carbon Stock Assessment - Soil Nutrient Health Scheme contract, categorized under sewage, refuse, cleaning, and environmental services. The project focuses on the detailed assessment of belowground carbon stock across 250 farms in Northern Ireland, by collecting and analysing soil cores up to 1 metre depth. The tender process is current as of 14 November 2024, with submissions due by 16 December 2024 at 15:00 GMT. The contract, initially valued at £140,000, includes an option for a 2-month extension subject to budget approval, and maintains strict monitoring and performance criteria to ensure compliance and effectiveness.

This tender presents significant business growth opportunities, particularly for firms specializing in agricultural services, environmental analysis, or soil health. Businesses with expertise in soil sampling, carbon stock assessment, and environmental technology will be well-suited to compete. The procurement method being an open procedure, widens the participation scope, thus allowing companies with innovative approaches or advanced technical capabilities to demonstrate their solutions and potentially secure future contracts. This opportunity is crucial for businesses aiming to enhance their market position in Northern Ireland and further establish their credentials in environmental and agricultural services.

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

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

Notice Description

This contract is to provide detailed farm level and depth specific belowground carbon stock covering 1 metre soil depth for 250 farms in Northern Ireland. This requires collection of mechanically sampled soil cores up to a depth of 1 m across 250 field sites, and analyses of total carbon in segments of 15 cm increments within multiple extracted cores from each field.

Lot Information

Lot 1

This contract is to provide detailed farm level and depth specific belowground carbon stock covering 1 metre soil depth for 250 farms in Northern Ireland. This requires collection of mechanically sampled soil cores up to a depth of 1 m across 250 field sites, and analyses of total carbon in segments of 15 cm increments within multiple extracted cores from each field. 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.

Options: There will be an option to extend the contract for 2 further months if required and subject to budget approval.

Renewal: There will be an option to extend the contract for 2 further months if required and subject to budget approval.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-04b676
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/036865-2024
Current Stage
Tender
All Stages
Tender

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
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

16 - Agricultural machinery

38 - Laboratory, optical and precision equipments (excl. glasses)

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

16100000 - Agricultural and forestry machinery for soil preparation or cultivation

38400000 - Instruments for checking physical characteristics

38430000 - Detection and analysis apparatus

38432000 - Analysis apparatus

90000000 - Sewage, refuse, cleaning and environmental services

Notice Value(s)

Tender Value
£140,000 £100K-£500K
Lots Value
£140,000 £100K-£500K
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
14 Nov 20241 years ago
Submission Deadline
16 Dec 2024Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
AGRI-FOOD AND BIOSCIENCES INSTITUTE
Contact Name
SSDAdmin.CPDfinance-ni.gov.uk
Contact Email
ssdadmin.cpd@finance-ni.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
BELFAST
Postcode
BT9 5PX
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
Upper Malone
Westminster Constituency
Belfast South and Mid Down

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-04b676-2024-11-14T14:23:39Z",
    "date": "2024-11-14T14:23:39Z",
    "ocid": "ocds-h6vhtk-04b676",
    "description": "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.",
    "initiationType": "tender",
    "tender": {
        "id": "5433227",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "DAERA - AFBI - Deep Carbon Stock Assessment - Soil Nutrient Health Scheme",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "90000000",
            "description": "Sewage, refuse, cleaning and environmental services"
        },
        "mainProcurementCategory": "services",
        "description": "This contract is to provide detailed farm level and depth specific belowground carbon stock covering 1 metre soil depth for 250 farms in Northern Ireland. This requires collection of mechanically sampled soil cores up to a depth of 1 m across 250 field sites, and analyses of total carbon in segments of 15 cm increments within multiple extracted cores from each field.",
        "value": {
            "amount": 140000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "This contract is to provide detailed farm level and depth specific belowground carbon stock covering 1 metre soil depth for 250 farms in Northern Ireland. This requires collection of mechanically sampled soil cores up to a depth of 1 m across 250 field sites, and analyses of total carbon in segments of 15 cm increments within multiple extracted cores from each field. 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.",
                "value": {
                    "amount": 140000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 120
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "There will be an option to extend the contract for 2 further months if required and subject to budget approval."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "There will be an option to extend the contract for 2 further months if required and subject to budget approval."
                },
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "16100000",
                        "description": "Agricultural and forestry machinery for soil preparation or cultivation"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90000000",
                        "description": "Sewage, refuse, cleaning and environmental services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38400000",
                        "description": "Instruments for checking physical characteristics"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38430000",
                        "description": "Detection and analysis apparatus"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38432000",
                        "description": "Analysis apparatus"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "written"
        ],
        "documents": [
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2024-12-16T15:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2025-03-16T23:59:59Z"
            }
        },
        "awardPeriod": {
            "startDate": "2024-12-16T15:30:00Z"
        },
        "bidOpening": {
            "date": "2024-12-16T15:30:00Z"
        },
        "hasRecurrence": false,
        "contractTerms": {
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "reviewDetails": "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."
    },
    "parties": [
        {
            "id": "GB-FTS-130420",
            "name": "Agri-Food and Biosciences Institute",
            "identifier": {
                "legalName": "Agri-Food and Biosciences Institute"
            },
            "address": {
                "streetAddress": "18A Newforge Lane,",
                "locality": "BELFAST",
                "region": "UK",
                "postalCode": "BT9 5PX",
                "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"
            ],
            "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-41564",
            "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"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-130420",
        "name": "Agri-Food and Biosciences Institute"
    },
    "language": "en"
}