Tender

AFBI - SAFSD Supply and Delivery of Flux Towers and N2O Equipment

AGRI-FOOD AND BIOSCIENCES INSTITUTEPUBLIC PROCUREMENT ORGANISATION

This public procurement record has 1 release in its history.

Tender

14 Jan 2026 at 17:23

Summary of the contracting process

The Agri-Food and Biosciences Institute Public Procurement Organisation is currently in the tender stage for a contract titled "AFBI - SAFSD Supply and Delivery of Flux Towers and N2O Equipment". This procurement process is designed to acquire six Eddy Covariance flux towers and associated equipment to support strategic environmental objectives in Northern Ireland. The contract is divided into three lots, each to be evaluated independently, with no restrictions on the number of lots suppliers can bid for. The procurement is an open procedure with an accelerated timeline due to urgency, and the submission deadline is set for 4th February 2026. The delivery of all lots must be completed by 31st March 2026, covering industries such as electrical and industrial machinery, particularly focusing on greenhouse gas monitoring equipment, in the UK region.

This tender presents significant growth opportunities for businesses specialising in environmental monitoring technology, particularly those offering advanced greenhouse gas detection systems. Companies with capabilities in producing and supplying sophisticated gas analysis apparatus will find this tender particularly aligned with their operations. Given the focus on equipment for measuring CO2 and methane emissions, as well as nitrous oxide, suppliers with expertise in these areas are well-positioned to compete successfully. The procurement is open to electronic submissions only, facilitating ease of entry, and encourages participation due to its breadth of opportunities across three lots, each presenting an individual chance for contract awards.

How relevant is this notice?

Notice Information

Notice Title

AFBI - SAFSD Supply and Delivery of Flux Towers and N2O Equipment

Notice Description

The Agri-Food and Biosciences Institute (AFBI) require the provision of six Eddy Covariance (EC) flux towers equipped with CO2 and CH4 analysers to specifically address DAERA strategic objectives associated with the Green Growth Strategy and Net Zero Carbon initiative. In addition, AFBI require the provision of two compact single-laser trace gas analysers to facilitate the monitoring of N2O, an equally potent GHG, at two of the six towers. This Contract agreement will comprise of 3 Lots, details of which are set out below Lot 1 - Supply and Delivery of Six (6) Eddy Covariance (EC) Flux Tower systems, with each EC Flux Tower system consisting of the full Biomet and greenhouse gases (GHGs) sensor infrastructure (hardware and software) required for the correct measurement and calculation of terrestrial fluxes of the greenhouse gases (GHGs) carbon dioxide (CO2), using the EC method Lot 2 - Supply and Delivery of Six (6) methane (CH4) analysers designed specifically for EC flux systems for terrestrial environments Lot 3 - Supply and Delivery of Two (2) Quantum Cascade Laser (QCL) System trace gas analysers to monitor nitrous oxide (N2O). Each Lot will be evaluated and awarded independently of each other. There are no restrictions on the number of lots a Supplier can bid for or be awarded. Suppliers must ensure that if they are bidding for multiple Lots that they have the capacity to deliver in the event that they are successful in more than one Lot. Delivery of all lots must be completed by 31st March 2026.

Lot Information

Six (6) Eddy Covariance (EC) Flux Tower systems

Supply and Delivery of Six (6) Eddy Covariance (EC) Flux Tower systems, with each EC Flux Tower system consisting of the full Biomet and greenhouse gases (GHGs) sensor infrastructure (hardware and software) required for the correct measurement and calculation of terrestrial fluxes of the greenhouse gases (GHGs) carbon dioxide (CO2) using the EC method.

Renewal: There will be two optional extension periods of up to 12 months each (1+1) for each lot.

Six (6) - Open Path Atmospheric Methane (CH4) Analysers

Supply and Delivery of Six (6) methane (CH4) analysers designed specifically for EC flux systems for terrestrial environments.

Renewal: There will be two optional extension periods of up to 12 months each (1+1) for each lot.

Two (2) Quantum Cascade Laser (QCL) System Trace Gas Analysers, to monitor nitrous oxide (N2O)

Supply and Delivery of Two (2) Quantum Cascade Laser (QCL) System trace gas analysers to monitor nitrous oxide (N2O).

Renewal: There will be two optional extension periods of up to 12 months each (1+1) for each lot.

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-06061b
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/003268-2026
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

31 - Electrical machinery, apparatus, equipment and consumables; lighting

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

42 - Industrial machinery

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

31000000 - Electrical machinery, apparatus, equipment and consumables; lighting

38000000 - Laboratory, optical and precision equipments (excl. glasses)

38430000 - Detection and analysis apparatus

38432100 - Gas-analysis apparatus

38434000 - Analysers

42000000 - Industrial machinery

90731600 - Methane monitoring

Notice Value(s)

Tender Value
£1,012,000 £1M-£10M
Lots Value
£1,012,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
14 Jan 20265 days ago
Submission Deadline
4 Feb 20263 weeks to go
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
17 Feb 2026 - 31 Mar 2029 3-4 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
AGRI-FOOD AND BIOSCIENCES INSTITUTEPUBLIC PROCUREMENT ORGANISATION
Additional Buyers

CPD - SUPPLIES & SERVICES DIVISION

Contact Name
Not specified
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
Sydenham
Westminster Constituency
Belfast East

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-06061b-2026-01-14T17:23:03Z",
    "date": "2026-01-14T17:23:03Z",
    "ocid": "ocds-h6vhtk-06061b",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PBLN-5294-NVHZ",
            "name": "Agri-Food and Biosciences InstitutePublic Procurement Organisation",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PBLN-5294-NVHZ"
            },
            "address": {
                "streetAddress": "18a Newforge Lane",
                "locality": "Belfast",
                "postalCode": "BT9 5PX",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKN06"
            },
            "contactPoint": {
                "email": "SSDAdmin.CPD@finance-ni.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "publicAuthorityCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - central government"
                    },
                    {
                        "id": "GB-NIR",
                        "scheme": "UK_CA_DEVOLVED_REGULATIONS",
                        "description": "Northern Irish devolved regulations apply"
                    }
                ]
            }
        },
        {
            "id": "GB-PPON-PVWG-8426-YWXV",
            "name": "CPD - Supplies & Services Division",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PVWG-8426-YWXV"
            },
            "address": {
                "streetAddress": "Clare House 303 Airport Road West",
                "locality": "Belfast",
                "postalCode": "BT3 9ED",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKN06"
            },
            "contactPoint": {
                "email": "SSDAdmin.CPD@finance-ni.gov.uk"
            },
            "roles": [
                "procuringEntity",
                "processContactPoint"
            ],
            "roleDetails": "Construction and Procurement Delivery - Supplies and Services Division, is a Centre of Procurement Expertise and provides a central procurement function for central government in Northern Ireland",
            "details": {
                "url": "https://www.finance-ni.gov.uk/topics/procurement"
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PBLN-5294-NVHZ",
        "name": "Agri-Food and Biosciences InstitutePublic Procurement Organisation"
    },
    "tender": {
        "id": "ID 6121070",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "AFBI - SAFSD Supply and Delivery of Flux Towers and N2O Equipment",
        "description": "The Agri-Food and Biosciences Institute (AFBI) require the provision of six Eddy Covariance (EC) flux towers equipped with CO2 and CH4 analysers to specifically address DAERA strategic objectives associated with the Green Growth Strategy and Net Zero Carbon initiative. In addition, AFBI require the provision of two compact single-laser trace gas analysers to facilitate the monitoring of N2O, an equally potent GHG, at two of the six towers. This Contract agreement will comprise of 3 Lots, details of which are set out below Lot 1 - Supply and Delivery of Six (6) Eddy Covariance (EC) Flux Tower systems, with each EC Flux Tower system consisting of the full Biomet and greenhouse gases (GHGs) sensor infrastructure (hardware and software) required for the correct measurement and calculation of terrestrial fluxes of the greenhouse gases (GHGs) carbon dioxide (CO2), using the EC method Lot 2 - Supply and Delivery of Six (6) methane (CH4) analysers designed specifically for EC flux systems for terrestrial environments Lot 3 - Supply and Delivery of Two (2) Quantum Cascade Laser (QCL) System trace gas analysers to monitor nitrous oxide (N2O). Each Lot will be evaluated and awarded independently of each other. There are no restrictions on the number of lots a Supplier can bid for or be awarded. Suppliers must ensure that if they are bidding for multiple Lots that they have the capacity to deliver in the event that they are successful in more than one Lot. Delivery of all lots must be completed by 31st March 2026.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "31000000",
                        "description": "Electrical machinery, apparatus, equipment and consumables; lighting"
                    },
                    {
                        "scheme": "CPV",
                        "id": "42000000",
                        "description": "Industrial machinery"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38000000",
                        "description": "Laboratory, optical and precision equipments (excl. glasses)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38432100",
                        "description": "Gas-analysis apparatus"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38434000",
                        "description": "Analysers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38430000",
                        "description": "Detection and analysis apparatus"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90731600",
                        "description": "Methane monitoring"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "31000000",
                        "description": "Electrical machinery, apparatus, equipment and consumables; lighting"
                    },
                    {
                        "scheme": "CPV",
                        "id": "42000000",
                        "description": "Industrial machinery"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38000000",
                        "description": "Laboratory, optical and precision equipments (excl. glasses)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38432100",
                        "description": "Gas-analysis apparatus"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38434000",
                        "description": "Analysers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38430000",
                        "description": "Detection and analysis apparatus"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90731600",
                        "description": "Methane monitoring"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "31000000",
                        "description": "Electrical machinery, apparatus, equipment and consumables; lighting"
                    },
                    {
                        "scheme": "CPV",
                        "id": "42000000",
                        "description": "Industrial machinery"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38000000",
                        "description": "Laboratory, optical and precision equipments (excl. glasses)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38432100",
                        "description": "Gas-analysis apparatus"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38434000",
                        "description": "Analysers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38430000",
                        "description": "Detection and analysis apparatus"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90731600",
                        "description": "Methane monitoring"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "3"
            }
        ],
        "value": {
            "amountGross": 1214400,
            "amount": 1012000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "procedure": {
            "isAccelerated": true,
            "acceleratedRationale": "State of urgency"
        },
        "mainProcurementCategory": "goods",
        "aboveThreshold": true,
        "coveredBy": [
            "GPA"
        ],
        "submissionMethodDetails": "Tenders must be submitted electronically via the relevant Call for Tender (CfT) opportunity on eTendersNI, website details immediately below. Paper submissions will not be accepted or considered and will be rejected by the Contracting Authority / Buyer. The tender documents are available with unrestricted and full direct access, free of charge, at: URL https://etendersni.gov.uk/epps For this requirement, Procurement Act 2023, Section 54 (3) is being utilised given the state of urgency that exists in relation to these goods that means that a 25 day participation period is impractical. In this instance the tendering period is being reduced to 21 days as an exception.",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-02-04T15:00:00+00:00"
        },
        "enquiryPeriod": {
            "endDate": "2026-01-30T15:00:00+00:00"
        },
        "awardPeriod": {
            "endDate": "2026-02-17T23:59:59+00:00"
        },
        "lots": [
            {
                "id": "1",
                "title": "Six (6) Eddy Covariance (EC) Flux Tower systems",
                "description": "Supply and Delivery of Six (6) Eddy Covariance (EC) Flux Tower systems, with each EC Flux Tower system consisting of the full Biomet and greenhouse gases (GHGs) sensor infrastructure (hardware and software) required for the correct measurement and calculation of terrestrial fluxes of the greenhouse gases (GHGs) carbon dioxide (CO2) using the EC method.",
                "status": "active",
                "value": {
                    "amountGross": 840000,
                    "amount": 700000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "50 percent quality and 50 percent cost. This competition also includes a number of Mandatory Requirements which will be scored on a Pass/Fail basis. Please refer to the Instructions to Tender document for further information on all criteria.",
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "AC1 - Compliance with the Specification Schedule (Lot 1)",
                            "description": "Pass/Fail"
                        },
                        {
                            "type": "quality",
                            "name": "AC2 - 6 (Six) x Eddy Covariance (EC) Flux Tower Systems as detailed in the Specification (Lot 1)",
                            "description": "Pass/Fail"
                        },
                        {
                            "type": "quality",
                            "name": "AC3 - 6 (Six) x 3-Dimensional Sonic Anemometer as detailed in the Specification (Lot 1)",
                            "description": "Pass/Fail"
                        },
                        {
                            "type": "quality",
                            "name": "AC4 - 6 (Six) x Photosynthetic Active Radiometer (PAR) Sensor as detailed in the Specification (Lot 1)",
                            "description": "Pass/Fail"
                        },
                        {
                            "type": "quality",
                            "name": "AC5 - 6 (Six) x Net Radiometer Sensor as detailed in the Specification (Lot 1)",
                            "description": "Pass/Fail"
                        },
                        {
                            "type": "quality",
                            "name": "AC6 - 6 (Six) x Air Temperature and Relative Humidity Sensors as detailed in the Specification (Lot 1)",
                            "description": "Pass/Fail"
                        },
                        {
                            "type": "quality",
                            "name": "AC7 - 6 (Six) x Precipitation Gauge as detailed in the Specification (Lot 1)",
                            "description": "Pass/Fail"
                        },
                        {
                            "type": "quality",
                            "name": "AC8 - Three (3) Self-Calibrating Heat Flux Plates as detailed in the Specification (Lot 1)",
                            "description": "Pass/Fail"
                        },
                        {
                            "type": "quality",
                            "name": "AC9 - Nine (9) Soil Temperature and Moisture Sensors as detailed in the Specification (Lot 1)",
                            "description": "Pass/Fail"
                        },
                        {
                            "type": "quality",
                            "name": "AC10 - Software System/Package (Lot 1)",
                            "description": "25 Percent"
                        },
                        {
                            "type": "quality",
                            "name": "AC11 - Supply, Delivery and Quality Control (Lot 1)",
                            "description": "15 Percent"
                        },
                        {
                            "type": "quality",
                            "name": "AC12 - Training (Lot 1)",
                            "description": "10 Percent"
                        },
                        {
                            "type": "price",
                            "name": "AC13 - Total Contract Price (Lot 1)",
                            "description": "50 Percent"
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "technical",
                            "description": "As per tender documentation."
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2026-02-17T00:00:00+00:00",
                    "endDate": "2029-03-31T23:59:59+01:00",
                    "maxExtentDate": "2031-03-31T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "There will be two optional extension periods of up to 12 months each (1+1) for each lot."
                }
            },
            {
                "id": "2",
                "title": "Six (6) - Open Path Atmospheric Methane (CH4) Analysers",
                "description": "Supply and Delivery of Six (6) methane (CH4) analysers designed specifically for EC flux systems for terrestrial environments.",
                "status": "active",
                "value": {
                    "amountGross": 72000,
                    "amount": 60000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "50 percent quality and 50 percent cost. This competition also includes a number of Mandatory Requirements which will be scored on a Pass/Fail basis. Please refer to the Instructions to Tender document for further information on all criteria.",
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "AC1 - Compliance with the Specification Schedule (Lot 2)",
                            "description": "Pass/Fail"
                        },
                        {
                            "type": "quality",
                            "name": "AC2 - Provision of a Technical Brochure and/or Supporting Technical Documentation (Lot 2)",
                            "description": "Pass/Fail"
                        },
                        {
                            "type": "price",
                            "name": "AC3 - Total Contract Price (Lot 2)",
                            "description": "100 Percent"
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "technical",
                            "description": "As per tender documentation."
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2026-02-17T00:00:00+00:00",
                    "endDate": "2029-03-31T23:59:59+01:00",
                    "maxExtentDate": "2031-03-31T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "There will be two optional extension periods of up to 12 months each (1+1) for each lot."
                }
            },
            {
                "id": "3",
                "title": "Two (2) Quantum Cascade Laser (QCL) System Trace Gas Analysers, to monitor nitrous oxide (N2O)",
                "description": "Supply and Delivery of Two (2) Quantum Cascade Laser (QCL) System trace gas analysers to monitor nitrous oxide (N2O).",
                "status": "active",
                "value": {
                    "amountGross": 302400,
                    "amount": 252000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "50 percent quality and 50 percent cost. This competition also includes a number of Mandatory Requirements which will be scored on a Pass/Fail basis. Please refer to the Instructions to Tender document for further information on all criteria.",
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "AC1 - Compliance with the Specification Schedule (Lot 3)",
                            "description": "Pass/Fail"
                        },
                        {
                            "type": "quality",
                            "name": "AC2 - 2 (Two) x Quantum Cascade Laser (QCL) System Gas Analysers for the measurement of N2O as detailed in the Specification. (Lot 3)",
                            "description": "Pass/Fail"
                        },
                        {
                            "type": "quality",
                            "name": "AC3 - Software System/Package (Lot 3)",
                            "description": "25 Percent"
                        },
                        {
                            "type": "quality",
                            "name": "AC4 - Supply, Delivery and Quality Control (Lot 3)",
                            "description": "15 Percent"
                        },
                        {
                            "type": "quality",
                            "name": "AC5 - Training (Lot 3)",
                            "description": "10 Percent"
                        },
                        {
                            "type": "price",
                            "name": "AC6 - Total Contract Price (Lot 3)",
                            "description": "50 Percent"
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "technical",
                            "description": "As per tender documentation."
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2026-02-17T00:00:00+00:00",
                    "endDate": "2029-03-31T23:59:59+01:00",
                    "maxExtentDate": "2031-03-31T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "There will be two optional extension periods of up to 12 months each (1+1) for each lot."
                }
            }
        ],
        "lotDetails": {
            "awardCriteria": {
                "description": "Each Lot will be evaluated and awarded independently of each other. There are no restrictions on the number of lots a Supplier can bid for or be awarded. Suppliers must ensure that if they are bidding for multiple Lots that they have the capacity to deliver the services in the event that they are successful in more than one Lot. Each Lot under this Contract will be awarded on the basis of the Most Advantageous Tender (MAT) with a single supplier awarded each Lot."
            }
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "003268-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/003268-2026",
                "datePublished": "2026-01-14T17:23:03Z",
                "format": "text/html"
            }
        ],
        "contractTerms": {
            "financialTerms": "For further details on invoicing procedures please see : https://www.finance-ni.gov.uk/articles/account-ni-good-invoicing-practice Contract Value The estimated value figure indicated in the Scope Section represents an overall estimated contract value. This value reflects the potential scale of the contract and takes into account potential optional extension periods and the uptake of potential optional services as detailed in the tender documents. 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 contracting 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. Suppliers remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Supplier 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 a Supplier 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."
        },
        "riskDetails": "Exclusions If at any time during the procurement, or post award, it comes to the attention of the Contracting Authority (CA) or CPD, by whatever means, that a Supplier has become 'excluded' or 'excludable' as per Sec 57 of the PA 2023, the CA, after compliance with its obligations under the PA 23, reserves the right to exclude said Supplier from the procurement procedure or terminate any contract they have been awarded. Insert appropriate reservations of rights and disclaimers of liability here consider - e.g. The Contracting Authority expressly reserves the rights: (I). not to award any contract as a result of the procurement process commenced by publication of this notice; (II). to make whatever changes it may see fit to the content and structure of the tendering Competition; (III). to award (a) contract(s) in respect of any part(s) of the [services] covered by this notice; and (IV). to award contract(s) in stages. and in no circumstances will the Authority be liable for any costs incurred by candidates. This project will be used to progress the Government's wider social, economic and environmental objectives."
    },
    "language": "en"
}