Notice Information
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.
Notice Details
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
Buyer & Supplier
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
Further Information
Notice URLs
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-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"
}