Awarded contract

ID 3624546 DAERA - AFBI - Northern Ireland Soil Nutrient Health Scheme (SNHS)

  • The Agri-Food and Biosciences Institute AFBI

F03: Contract award notice

Notice reference: 2022/S 000-008054

Published 24 March 2022, 4:34pm



Section one: Contracting authority

one.1) Name and addresses

The Agri-Food and Biosciences Institute AFBI

18a Newforge Lane

BELFAST

BT9 5PX

Email

SSDAdmin.CPD@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

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

ID 3624546 DAERA - AFBI - Northern Ireland Soil Nutrient Health Scheme (SNHS)

Reference number

ID 3624546

two.1.2) Main CPV code

  • 71600000 - Technical testing, analysis and consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

AFBI now seeks to establish Contracts for 2 separate service provisions for soil sampling and soil analysis. Acknowledging that the 2 services are of a different nature to each other, the Contracts will be separated into 2 lots; Lot 1 will be for the provision of Soil Sampling and Lot 2 will be for the provision of Soil Nutrient Analysis. Tenderers can bid for either or both Lots.

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £34,000,000

two.2) Description

two.2.1) Title

LOT 1 Soil Sampling

Lot No

1

two.2.2) Additional CPV code(s)

  • 71610000 - Composition and purity testing and analysis services
  • 71620000 - Analysis services
  • 71621000 - Technical analysis or consultancy services
  • 71900000 - Laboratory services
  • 14212400 - Soil

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

AFBI now seeks to establish Contracts for 2 separate service provisions for soil sampling and soil analysis. Acknowledging that the 2 services are of a different nature to each other, the Contracts will be separated into 2 lots; Lot 1 will be for the provision of Soil Sampling and Lot 2 will be for the provision of Soil Nutrient Analysis. Tenderers can bid for either or both Lots.

two.2.5) Award criteria

Quality criterion - Name: AC1 Methodology – Overall approach / Weighting: 12

Quality criterion - Name: AC2 Methodology – Technical aspects / Weighting: 12

Quality criterion - Name: AC3 Contract Manager Experience / Weighting: 9

Quality criterion - Name: AC4 Key Delivery Personnel Experience / Weighting: 9

Quality criterion - Name: AC5 Methodology – Off-Season Sampling / Weighting: 6

Quality criterion - Name: AC6 Contingency Arrangements / Weighting: 6

Quality criterion - Name: AC7 Data Protection / Weighting: 6

Cost criterion - Name: AC8 Total Contract Price Model 1 / Weighting: 24

Cost criterion - Name: AC9 Total Contract Price Model 2 / Weighting: 8

Cost criterion - Name: AC10 Total Contract Price Model 3 / Weighting: 8

two.2.11) Information about options

Options: Yes

Description of options

The Contract period commenced on award March 2022 and will run until 31 March 2026. The contract will have an initial period up to 31 March 2024 and will contain the options to extend for two further periods of up to 12 months each.

two.2.13) Information about European Union Funds

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

two.2.14) Additional information

The value in II.1.7 is a maximum estimated contract value for both Lots. These are demand driven contracts with no guarantee of uptake and spend

two.2) Description

two.2.1) Title

LOT 2 Soil Analysis

Lot No

2

two.2.2) Additional CPV code(s)

  • 71610000 - Composition and purity testing and analysis services
  • 71620000 - Analysis services
  • 71621000 - Technical analysis or consultancy services
  • 71900000 - Laboratory services
  • 14212400 - Soil

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

AFBI now seeks to establish Contracts for 2 separate service provisions for soil sampling and soil analysis. Acknowledging that the 2 services are of a different nature to each other, the Contracts will be separated into 2 lots; Lot 1 will be for the provision of Soil Sampling and Lot 2 will be for the provision of Soil Nutrient Analysis. Tenderers can bid for either or both Lots.

two.2.5) Award criteria

Quality criterion - Name: AC1 Methodology – Overall approach / Weighting: 12

Quality criterion - Name: AC2 Methodology – Technical Aspects / Weighting: 12

Quality criterion - Name: AC3 Contingency Arrangements / Weighting: 12

Quality criterion - Name: AC4 Contract Manager Experience / Weighting: 9

Quality criterion - Name: AC5 Key Delivery Personnel Experience / Weighting: 9

Quality criterion - Name: AC6 Data Protection / Weighting: 6

Cost criterion - Name: AC7 Total Contract Price Model 1 / Weighting: 24

Cost criterion - Name: AC8 Total Contract Price Model 2 / Weighting: 8

Cost criterion - Name: AC9 Total Contract Price Model 3 / Weighting: 8

two.2.11) Information about options

Options: Yes

Description of options

The Contract period commenced on award March 2022 and will run until 31 March 2026. The contract will have an initial period up to 31 March 2024 and will contain the options to extend for two further periods of up to 12 months each.

two.2.13) Information about European Union Funds

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

two.2.14) Additional information

The value in II.1.7 is a maximum estimated contract value for both Lots. These are demand driven contracts with no guarantee of uptake and spend


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-029140


Section five. Award of contract

Contract No

1

Lot No

1

Title

LOT 1 Soil Sampling

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

24 March 2022

five.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 1

Number of tenders received by electronic means: 2

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

RPS Ireland Ltd

Elmwood House, 74 Boucher Road

Belfast

BT12 6RZ

Email

letitia.stewart@rpsgroup.com

Telephone

+44 2890667914

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £17,600,000

Total value of the contract/lot: £19,000,000


Section five. Award of contract

Contract No

2

Lot No

2

Title

LOT 2 Soil Analysis

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

24 March 2022

five.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 1

Number of tenders received by electronic means: 2

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Cawood Scientific Ltd

Coopers Bridge Braziers Lane, Winkfield Row

BRACKNELL

RG42 6NS

Email

enquiries@cawood.co.uk

Telephone

+44 1344886338

Fax

+44 1344898467

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £7,680,000

Total value of the contract/lot: £15,000,000


Section six. Complementary information

six.3) Additional information

Contract Monitoring. The successful contractor’s performance on the contract will be regularly monitored in line with PGN 01/12.. 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 your performance does not improve to satisfactory levels within the specified period, this can 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.

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 complied with the Public Contracts Regulations 2015 (as amended)