Construction Contract Leads
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 14th Nov 2024
Reference | ocds-h6vhtk-04b676 |
Common Procurement Vocabulary | Sewage, refuse, cleaning and environmental services |
Procurement Method | Open procedure |
Value | £140,000 |
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 14th Nov 2024
Reference | ocds-h6vhtk-04b676 |
Common Procurement Vocabulary | Sewage, refuse, cleaning and environmental services |
Procurement Method | Open procedure |
Value | £140,000 |
Section I: Contracting authority
I.1) Name and addresses
Agri-Food and Biosciences Institute
18A Newforge Lane,
BELFAST
BT9 5PX
Contact
SSDAdmin.CPDfinance-ni.gov.uk
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
5433227
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
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.
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
II.2.4) Description of the procurement
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.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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
There will be an option to extend the contract for 2 further months if required and subject to budget approval.
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: Yes
Description of options
There will be an option to extend the contract for 2 further months if required and subject to budget approval.
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.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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
16 December 2024
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: 16 March 2025
IV.2.7) Conditions for opening of tenders
Date
16 December 2024
Local time
3:30pm
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
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.
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.