Tender

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

  • Agri‑Food and Biosciences Institute

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2026/S 000-006992

Procurement identifier (OCID): ocds-h6vhtk-060f6c

Published 27 January 2026, 11:01am



Scope

Reference

ID 6323791

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 large-size 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.

Total value (estimated)

  • £155,000 excluding VAT
  • £186,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 16 March 2026 to 31 March 2030
  • Possible extension to 31 March 2031
  • 5 years, 16 days

Description of possible extension:

One optional extension of 1 year.

Main procurement category

Goods

CPV classifications

  • 38410000 - Metering instruments
  • 38430000 - Detection and analysis apparatus
  • 38540000 - Machines and apparatus for testing and measuring
  • 38434000 - Analysers
  • 38434500 - Biochemical analysers
  • 38300000 - Measuring instruments
  • 51430000 - Installation services of laboratory equipment
  • 38500000 - Checking and testing apparatus
  • 38900000 - Miscellaneous evaluation or testing instruments

Submission

Enquiry deadline

16 February 2026, 3:00pm

Tender submission deadline

23 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

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

16 March 2026


Award criteria

This table displays the award criteria of the lot
Name Description Type
AC1 - Compliance with the Specification Schedule

Pass/Fail

Quality
AC2 - Provision of a Technical Brochure and/or Supporting Technical Documentation

Pass/Fail

Quality
AC3 - Supply, Quality Control and Training

100 Percent

Price

Weighting description

10 percent quality and 90 percent cost


Other information

Payment terms

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.

Description of risks to contract performance

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.

Applicable trade agreements

  • Government Procurement Agreement (GPA)

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Open procedure


Contracting authority

Agri‑Food and Biosciences Institute

  • Public Procurement Organisation Number: PBLN-5294-NVHZ

AFBI Hillsborough, Large Park

Hillsborough

BT26 6DR

United Kingdom

Region: UKN0E - Lisburn and Castlereagh

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


Contact organisation

Contact CPD - Supplies & Services Division for any enquiries.