Contract

DAERA - AFBI - Deep Carbon Stock Assessment - Soil Nutrient Health Scheme

  • Agri-Food and Biosciences Institute

F03: Contract award notice

Notice identifier: 2025/S 000-011901

Procurement identifier (OCID): ocds-h6vhtk-04d718 (view related notices)

Published 31 March 2025, 7:49am



Section one: Contracting authority

one.1) Name and addresses

Agri-Food and Biosciences Institute

18a Newforge Lane, Belfast, Co Antrim Northern Ireland UK BT9 5PX

BELFAST

BT9 5PX

Contact

SSDAdmin.CPDfinance-ni.gov.uk

Email

SSDadmin.CPD@finance-ni.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.afbini.gov.uk/

Buyer's address

https://www.finance-ni.gov.uk/topics/procurement

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

DAERA - AFBI - Deep Carbon Stock Assessment - Soil Nutrient Health Scheme

Reference number

ID 5734985

two.1.2) Main CPV code

  • 90000000 - Sewage, refuse, cleaning and environmental services

two.1.3) Type of contract

Services

two.1.4) Short description

DAERA - AFBI - Deep Carbon Stock Assessment - Soil Nutrient Health Scheme

two.1.6) Information about lots

This contract is divided into lots: No

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

Value excluding VAT: £140,000

two.2) Description

two.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

two.2.3) Place of performance

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

UKN

two.2.4) Description of the procurement

DAERA - AFBI - Deep Carbon Stock Assessment - Soil Nutrient Health Scheme

two.2.5) Award criteria

Quality criterion - Name: Qualitative Criteria / Weighting: 60

Cost criterion - Name: Quantitative Criteria / Weighting: 40

two.2.11) Information about options

Options: Yes

Description of options

This contract is for 4 months with an option for a further 2 months extension

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

This contract is for 4 months with an option for a further 2 months extension.


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: 2025/S 000-002996


Section five. Award of contract

Contract No

1

Title

Contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

27 March 2025

five.2.2) Information about tenders

Number of tenders received: 1

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: 1

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

five.2.3) Name and address of the contractor

AGRICARBON UK LIMITED

Star Inn Farm Invergowrie

DUNDEE

DD2 5EJ

Email

info@agricarbon.co.uk

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: £140,000

Total value of the contract/lot: £140,000


Section six. Complementary information

six.3) Additional information

The pricing schedule applied and the setting of cost/profit margins is a commercial decision for economic operators when submitting.a bid. Neither CPD or the authority can provide any guarantee of the level of business under this contract. 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 levelsof 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 certificate of unsatisfactory performance and the contract may be terminated.

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.

uk

Country

United Kingdom