Tender

AFBI - Provision of Field Surveyors

  • Agri-Food and Biosciences Institute NI

F02: Contract notice

Notice identifier: 2023/S 000-007370

Procurement identifier (OCID): ocds-h6vhtk-03b29d

Published 14 March 2023, 11:47am



Section one: Contracting authority

one.1) Name and addresses

Agri-Food and Biosciences Institute NI

Newforge Lane

BELFAST

BT9 5PX

Email

SSDAdmin.CPD@finance-ni.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.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 electronically via

https://etendersni.gov.uk/epps

Tenders or requests to participate must be submitted to the above-mentioned address

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://etendersni.gov.uk/epps

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

AFBI - Provision of Field Surveyors

Reference number

4625366

two.1.2) Main CPV code

  • 77000000 - Agricultural, forestry, horticultural, aquacultural and apicultural services

two.1.3) Type of contract

Services

two.1.4) Short description

DAERA (Department for Agriculture, Environment and Rural Affairs) have commissioned a repeat of the NI Countryside Survey. Standard protocols will be followed, in line with the GB Countryside Survey, across a sample set of quarter kilometre (25ha) grid squares located throughout NI. The Centre for Ecology and Hydrology (CEH) in GB are leading the study, partnered by AFBI and QUB. The NI Countryside Survey provides a consistent long-term dataset for analysis of the effects of countryside, agricultural and other policies and pressures as drivers of change. The survey will be a repeat of the previous survey, commissioned in 2007, and will include a large soils component. AFBI wishes to establish a framework to engage a number of surveyors to complete vegetation and accompanying soil sampling for the DAERA NI Countryside Survey field surveys in 2023. Companies / consultants can provide more than one surveyor, or sole traders can apply independently. Please note that all proposed surveyors will be assessed independently.

two.1.5) Estimated total value

Value excluding VAT: £200,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 77000000 - Agricultural, forestry, horticultural, aquacultural and apicultural services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland
Main site or place of performance

Various sites in Northern Ireland

two.2.4) Description of the procurement

DAERA (Department for Agriculture, Environment and Rural Affairs) have commissioned a repeat of the NI Countryside Survey. Standard protocols will be followed, in line with the GB Countryside Survey, across a sample set of quarter kilometre (25ha) grid squares located throughout NI. The Centre for Ecology and Hydrology (CEH) in GB are leading the study, partnered by AFBI and QUB. The NI Countryside Survey provides a consistent long-term dataset for analysis of the effects of countryside, agricultural and other policies and pressures as drivers of change. The survey will be a repeat of the previous survey, commissioned in 2007, and will include a large soils component. AFBI wishes to establish a framework to engage a number of surveyors to complete vegetation and accompanying soil sampling for the DAERA NI Countryside Survey field surveys in 2023. Companies / consultants can provide more than one surveyor, or sole traders can apply independently. Please note that all proposed surveyors will be assessed independently.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £200,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

6

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Authority may extend the framework for a further period of up to 12 months.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 12

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

17 April 2023

Local time

3:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 16 July 2023

four.2.7) Conditions for opening of tenders

Date

17 April 2023

Local time

3:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

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 CPD for. further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, it may be. regarded as an act of grave professional misconduct and they may be issued with a Notice of Unsatisfactory Performance and their place. on the contract may be terminated. The issue of a Notice of unsatisfactory Performance will result in the contractor being excluded from. all procurement competitions being undertaken by Centres of Procurement Expertise on behalf of bodies covered by the Northern Ireland Procurement Policy for a period of twelve months from the date of issue of the Notice..

six.4) Procedures for review

six.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

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

CPD will comply with the Public Contracts Regulations 2015 (as amended) 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.