Award

AFBI - Sustainable Livestock Systems - Supply and delivery of Multi-Gas Analysers

AGRI-FOOD AND BIOSCIENCES INSTITUTE

This public procurement record has 2 releases in its history.

Award

04 Mar 2026 at 15:56

Tender

27 Jan 2026 at 11:01

Summary of the contracting process

The Agri-Food and Biosciences Institute (AFBI), a central government authority located in Hillsborough, United Kingdom, is advancing its Sustainable Livestock Systems initiative through the procurement of 3 Multi-Gas Analysers. This open procedure, facilitated by the CPD - Supplies & Services Division, aims to enhance AFBI's research capabilities in livestock science. Delivery of the equipment is scheduled to be completed by 31st March 2026, with the procurement process currently in the award stage. The contract involves supply, delivery, installation, commissioning, and technical support, providing businesses an opportunity to contribute to scientific solutions aiding government policy and improving competitiveness in farming methods.

This tender provides significant opportunities for growth, particularly for businesses specialising in metering instruments, detection and analysis apparatus, and laboratory equipment installation. Large-scale enterprises with expertise in biochemical analyses and quality control will find this contract conducive to expanding their influence in environmental and livestock welfare solutions. Given the contract's value exceeding the threshold, participation in this procurement could enhance a firm's credibility in delivering complex research support systems within the devolved Northern Irish regulations framework. The business landscape favours organisations equipped to handle intricate technical documentation and product quality requirements as per the evaluation criteria outlined in the tender notice.

Find more tenders on our Open Data Platform.
How relevant is this notice?

Notice Title

AFBI - Sustainable Livestock Systems - Supply and delivery of Multi-Gas Analysers

Notice Description

The Sustainable Livestock Systems (SLS) Branch of Agri-Food and Biosciences Institute (AFBI) require the provision of 3 Multi-Gas Analysers for use in their medium and largesize respiration calorimeter chambers which include supply, delivery, installation, commissioning and technical support. The Sustainable Livestock Systems (SLS) Branch of AFBI is a key player in advancing livestock science. Their research focuses on improving livestock farming through independent, internationally published solutions. The institute's research informs government policy and delivers solutions to businesses across the supply chain to enhance local and international competitiveness, lower environmental impacts, and improve animal health and welfare. Delivery of all equipment must be completed by 31st March 2026. Suppliers should refer to the Specification Schedule for full detail on the deliverables/requirements of this contract.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-060f6c
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/019631-2026
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
UK6 - Contract Award Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

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

51 - Installation services (except software)


CPV Codes

38300000 - Measuring instruments

38410000 - Metering instruments

38430000 - Detection and analysis apparatus

38434000 - Analysers

38434500 - Biochemical analysers

38500000 - Checking and testing apparatus

38540000 - Machines and apparatus for testing and measuring

38900000 - Miscellaneous evaluation or testing instruments

51430000 - Installation services of laboratory equipment

Notice Value(s)

Tender Value
£155,000 £100K-£500K
Lots Value
£155,000 £100K-£500K
Awards Value
£109,675 £100K-£500K
Contracts Value
Not specified

Notice Dates

Publication Date
4 Mar 20261 weeks ago
Submission Deadline
23 Feb 2026Expired
Future Notice Date
Not specified
Award Date
4 Mar 20261 weeks ago
Contract Period
19 Mar 2026 - 31 Mar 2030 4-5 years
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Pending
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
AGRI-FOOD AND BIOSCIENCES INSTITUTE
Additional Buyers

AGRI‑FOOD AND BIOSCIENCES INSTITUTE

CPD - SUPPLIES & SERVICES DIVISION

Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
HILLSBOROUGH
Postcode
BT26 6DR
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
Not specified

Local Authority
Belfast
Electoral Ward
Sydenham
Westminster Constituency
Belfast East

Supplier Information

Number of Suppliers
1
Supplier Name

GAS ANALYSIS SERVICES

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-060f6c-2026-03-04T15:56:04Z",
    "date": "2026-03-04T15:56:04Z",
    "ocid": "ocds-h6vhtk-060f6c",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PBLN-5294-NVHZ",
            "name": "Agri-Food and Biosciences Institute",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PBLN-5294-NVHZ"
            },
            "address": {
                "streetAddress": "AFBI Hillsborough, Large Park",
                "locality": "Hillsborough",
                "postalCode": "BT26 6DR",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKN0E"
            },
            "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"
            }
        },
        {
            "id": "GB-PPON-PVHW-6452-XDJM",
            "name": "GAS ANALYSIS SERVICES LIMITED",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PVHW-6452-XDJM"
            },
            "address": {
                "streetAddress": "Unit 1C N11 South Point Business Park, Charvey Lane, Rathnew",
                "locality": "Wicklow",
                "postalCode": "A67 P275",
                "country": "IE",
                "countryName": "Ireland",
                "region": "IE"
            },
            "contactPoint": {
                "email": "paul.mccarthy@sgs.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "vcse": true,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PBLN-5294-NVHZ",
        "name": "Agri-Food and Biosciences Institute"
    },
    "tender": {
        "id": "ID 6323791",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "AFBI - Sustainable Livestock Systems - Supply and delivery of Multi-Gas Analysers",
        "description": "The Sustainable Livestock Systems (SLS) Branch of Agri-Food and Biosciences Institute (AFBI) require the provision of 3 Multi-Gas Analysers for use in their medium and largesize respiration calorimeter chambers which include supply, delivery, installation, commissioning and technical support. The Sustainable Livestock Systems (SLS) Branch of AFBI is a key player in advancing livestock science. Their research focuses on improving livestock farming through independent, internationally published solutions. The institute's research informs government policy and delivers solutions to businesses across the supply chain to enhance local and international competitiveness, lower environmental impacts, and improve animal health and welfare. Delivery of all equipment must be completed by 31st March 2026. Suppliers should refer to the Specification Schedule for full detail on the deliverables/requirements of this contract.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "38410000",
                        "description": "Metering instruments"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38430000",
                        "description": "Detection and analysis apparatus"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38540000",
                        "description": "Machines and apparatus for testing and measuring"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38434000",
                        "description": "Analysers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38434500",
                        "description": "Biochemical analysers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38300000",
                        "description": "Measuring instruments"
                    },
                    {
                        "scheme": "CPV",
                        "id": "51430000",
                        "description": "Installation services of laboratory equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38500000",
                        "description": "Checking and testing apparatus"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38900000",
                        "description": "Miscellaneous evaluation or testing instruments"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 186000,
            "amount": 155000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "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",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-02-23T15:00:00+00:00"
        },
        "enquiryPeriod": {
            "endDate": "2026-02-16T15:00:00+00:00"
        },
        "awardPeriod": {
            "endDate": "2026-03-16T23:59:59+00:00"
        },
        "lots": [
            {
                "id": "1",
                "status": "complete",
                "value": {
                    "amountGross": 186000,
                    "amount": 155000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "10 percent quality and 90 percent cost",
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "AC1 - Compliance with the Specification Schedule",
                            "description": "Pass/Fail"
                        },
                        {
                            "type": "quality",
                            "name": "AC2 - Provision of a Technical Brochure and/or Supporting Technical Documentation",
                            "description": "Pass/Fail"
                        },
                        {
                            "type": "price",
                            "name": "AC3 - Supply, Quality Control and Training",
                            "description": "100 Percent"
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2026-03-16T00:00:00+00:00",
                    "endDate": "2030-03-31T23:59:59+01:00",
                    "maxExtentDate": "2031-03-31T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "One optional extension of 1 year."
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "006992-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/006992-2026",
                "datePublished": "2026-01-27T11:01:44Z",
                "format": "text/html"
            }
        ],
        "contractTerms": {
            "financialTerms": "For further details on invoicing procedures please see : https://www.finance-ni.gov.uk/ar ticles/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": "The Contracting Authority has identified the following risks as risks that satisfy the criteria of Schedule 8 sub-paragraph (6)(a) of the Procurement Act 2023 i.e. that the risk/s could jeopardise the satisfactory performance of the contract but, because of its/their nature, cannot be addressed in the contract as awarded: 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",
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "value": 3,
                "relatedLot": "1"
            },
            {
                "id": "2",
                "measure": "finalStageBids",
                "value": 3,
                "relatedLot": "1"
            },
            {
                "id": "3",
                "measure": "smeFinalStageBids",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "4",
                "measure": "vcseFinalStageBids",
                "value": 1,
                "relatedLot": "1"
            }
        ]
    },
    "awards": [
        {
            "id": "1",
            "title": "AFBI - Sustainable Livestock Systems - Supply and delivery of Multi-Gas Analysers",
            "status": "pending",
            "date": "2026-03-04T00:00:00+00:00",
            "value": {
                "amountGross": 131610,
                "amount": 109675,
                "currency": "GBP"
            },
            "mainProcurementCategory": "goods",
            "aboveThreshold": true,
            "suppliers": [
                {
                    "id": "GB-PPON-PVHW-6452-XDJM",
                    "name": "GAS ANALYSIS SERVICES LIMITED"
                }
            ],
            "items": [
                {
                    "id": "1",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "38410000",
                            "description": "Metering instruments"
                        },
                        {
                            "scheme": "CPV",
                            "id": "38430000",
                            "description": "Detection and analysis apparatus"
                        },
                        {
                            "scheme": "CPV",
                            "id": "38540000",
                            "description": "Machines and apparatus for testing and measuring"
                        },
                        {
                            "scheme": "CPV",
                            "id": "38434000",
                            "description": "Analysers"
                        },
                        {
                            "scheme": "CPV",
                            "id": "38434500",
                            "description": "Biochemical analysers"
                        },
                        {
                            "scheme": "CPV",
                            "id": "38300000",
                            "description": "Measuring instruments"
                        },
                        {
                            "scheme": "CPV",
                            "id": "51430000",
                            "description": "Installation services of laboratory equipment"
                        },
                        {
                            "scheme": "CPV",
                            "id": "38500000",
                            "description": "Checking and testing apparatus"
                        },
                        {
                            "scheme": "CPV",
                            "id": "38900000",
                            "description": "Miscellaneous evaluation or testing instruments"
                        }
                    ],
                    "deliveryAddresses": [
                        {
                            "region": "UKN",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        }
                    ],
                    "relatedLot": "1"
                }
            ],
            "standstillPeriod": {
                "endDate": "2026-03-13T23:59:59+00:00"
            },
            "contractPeriod": {
                "startDate": "2026-03-19T00:00:00+00:00",
                "endDate": "2030-03-31T23:59:59+01:00",
                "maxExtentDate": "2031-03-31T23:59:59+01:00"
            },
            "hasRenewal": true,
            "renewal": {
                "description": "One optional extension of 1 year."
            },
            "relatedLots": [
                "1"
            ],
            "documents": [
                {
                    "id": "019631-2026",
                    "documentType": "awardNotice",
                    "noticeType": "UK6",
                    "description": "Contract award notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/019631-2026",
                    "datePublished": "2026-03-04T15:56:04Z",
                    "format": "text/html"
                }
            ],
            "assessmentSummariesDateSent": "2026-03-04T00:00:00+00:00",
            "milestones": [
                {
                    "id": "1",
                    "type": "futureSignatureDate",
                    "dueDate": "2026-03-18T23:59:59+00:00",
                    "status": "scheduled"
                }
            ]
        }
    ]
}