Scope
Reference
ID 6121070
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.
Total value (estimated)
- £1,012,000 excluding VAT
- £1,214,400 including VAT
Above the relevant threshold
Contract dates (estimated)
- 17 February 2026 to 31 March 2029
- Possible extension to 31 March 2031
- 5 years, 1 month, 12 days
Description of possible extension:
There will be two optional extension periods of up to 12 months each (1+1) for each lot.
Main procurement category
Goods
CPV classifications
- 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
- 42000000 - Industrial machinery
- 38000000 - Laboratory, optical and precision equipments (excl. glasses)
- 38432100 - Gas-analysis apparatus
- 38434000 - Analysers
- 38430000 - Detection and analysis apparatus
- 90731600 - Methane monitoring
Contract locations
- UKN - Northern Ireland
Lot constraints
Description of how multiple lots may be awarded:
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.
Lot 1. 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.
Lot value (estimated)
- £700,000 excluding VAT
- £840,000 including VAT
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 2. 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.
Lot value (estimated)
- £60,000 excluding VAT
- £72,000 including VAT
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 3. 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).
Lot value (estimated)
- £252,000 excluding VAT
- £302,400 including VAT
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Participation
Technical ability conditions of participation
Lot 1. Six (6) Eddy Covariance (EC) Flux Tower systems
Lot 2. Six (6) - Open Path Atmospheric Methane (CH4) Analysers
Lot 3. Two (2) Quantum Cascade Laser (QCL) System Trace Gas Analysers, to monitor nitrous oxide (N2O)
As per tender documentation.
Submission
Enquiry deadline
30 January 2026, 3:00pm
Tender submission deadline
4 February 2026, 3:00pm
Submission address and any special instructions
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.
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
17 February 2026
Award criteria
Lot 1. Six (6) Eddy Covariance (EC) Flux Tower systems
| Name | Description | Type |
|---|---|---|
| AC1 - Compliance with the Specification Schedule (Lot 1) | Pass/Fail |
Quality |
| AC2 - 6 (Six) x Eddy Covariance (EC) Flux Tower Systems as detailed in the Specification (Lot 1) | Pass/Fail |
Quality |
| AC3 - 6 (Six) x 3-Dimensional Sonic Anemometer as detailed in the Specification (Lot 1) | Pass/Fail |
Quality |
| AC4 - 6 (Six) x Photosynthetic Active Radiometer (PAR) Sensor as detailed in the Specification (Lot 1) | Pass/Fail |
Quality |
| AC5 - 6 (Six) x Net Radiometer Sensor as detailed in the Specification (Lot 1) | Pass/Fail |
Quality |
| AC6 - 6 (Six) x Air Temperature and Relative Humidity Sensors as detailed in the Specification (Lot 1) | Pass/Fail |
Quality |
| AC7 - 6 (Six) x Precipitation Gauge as detailed in the Specification (Lot 1) | Pass/Fail |
Quality |
| AC8 - Three (3) Self-Calibrating Heat Flux Plates as detailed in the Specification (Lot 1) | Pass/Fail |
Quality |
| AC9 - Nine (9) Soil Temperature and Moisture Sensors as detailed in the Specification (Lot 1) | Pass/Fail |
Quality |
| AC10 - Software System/Package (Lot 1) | 25 Percent |
Quality |
| AC11 - Supply, Delivery and Quality Control (Lot 1) | 15 Percent |
Quality |
| AC12 - Training (Lot 1) | 10 Percent |
Quality |
| AC13 - Total Contract Price (Lot 1) | 50 Percent |
Price |
Weighting description
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.
Lot 2. Six (6) - Open Path Atmospheric Methane (CH4) Analysers
| Name | Description | Type |
|---|---|---|
| AC1 - Compliance with the Specification Schedule (Lot 2) | Pass/Fail |
Quality |
| AC2 - Provision of a Technical Brochure and/or Supporting Technical Documentation (Lot 2) | Pass/Fail |
Quality |
| AC3 - Total Contract Price (Lot 2) | 100 Percent |
Price |
Weighting description
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.
Lot 3. Two (2) Quantum Cascade Laser (QCL) System Trace Gas Analysers, to monitor nitrous oxide (N2O)
| Name | Description | Type |
|---|---|---|
| AC1 - Compliance with the Specification Schedule (Lot 3) | Pass/Fail |
Quality |
| AC2 - 2 (Two) x Quantum Cascade Laser (QCL) System Gas Analysers for the measurement of N2O as detailed in the Specification. (Lot 3) | Pass/Fail |
Quality |
| AC3 - Software System/Package (Lot 3) | 25 Percent |
Quality |
| AC4 - Supply, Delivery and Quality Control (Lot 3) | 15 Percent |
Quality |
| AC5 - Training (Lot 3) | 10 Percent |
Quality |
| AC6 - Total Contract Price (Lot 3) | 50 Percent |
Price |
Weighting description
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.
Other information
Payment terms
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.
Description of risks to contract performance
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.
Applicable trade agreements
- Government Procurement Agreement (GPA)
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Open procedure
Reduced tendering period
Yes
State of urgency - minimum 10 days
Contracting authority
Agri-Food and Biosciences InstitutePublic Procurement Organisation
- Public Procurement Organisation Number: PBLN-5294-NVHZ
18a Newforge Lane
Belfast
BT9 5PX
United Kingdom
Region: UKN06 - Belfast
Organisation type: Public authority - central government
Devolved regulations that apply: Northern Ireland
Other organisation
These organisations are carrying out the procurement, or part of it, on behalf of the contracting authorities.
CPD - Supplies & Services Division
Summary of their role in this procurement: 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
- Public Procurement Organisation Number: PVWG-8426-YWXV
Clare House 303 Airport Road West
Belfast
BT3 9ED
United Kingdom
Region: UKN06 - Belfast