Opportunity

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

  • The Agri-Food and Biosciences Institute AFBI

F02: Contract notice

Notice reference: 2021/S 000-029140

Published 23 November 2021, 12:34pm



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.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

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.1.5) Estimated total value

Value excluding VAT: £25,280,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
2

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

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: £17,600,000

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

Duration in months

26

This contract is subject to renewal

Yes

Description of renewals

The Contract period shall commence on award (expected to be January 2022) and 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.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Contract period shall commence on award (expected to be January 2022) and 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 figure in II.2,6 is the maximum estimated Contract value for the entire contract period. No. Guarantee of work is given.

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

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: £7,680,000

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

Duration in months

26

This contract is subject to renewal

Yes

Description of renewals

The Contract period shall commence on award (expected to be January 2022) and 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 periods of up to 12 months each.

Lot 2 will incorporate a further 6 months of samples storage.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Contract period shall commence on award (expected to be January 2022) and 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 periods of up to 12 months each.

Lot 2 will incorporate a further 6 months of samples storage.

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 figure in II.2,6 is the maximum estimated Contract value for the entire contract period. No. Guarantee of work is given.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

List and brief description of selection criteria

As per tender documents

three.1.3) Technical and professional ability

List and brief description of selection criteria

As per tender documents


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

Date

11 January 2022

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: 11 April 2022

four.2.7) Conditions for opening of tenders

Date

11 January 2022

Local time

3:30pm

Information about authorised persons and opening procedure

Only CPD Procurement Staff with access to the project on eTendersNI.


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

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 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. The issue of a Certificate 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 certificate.” . . "The 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

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.