Tender

SBRI - AGRI-FOOD TECHNOLOGY CHALLENGE FUND

  • SBRI Centre of Excellence

F02: Contract notice

Notice identifier: 2024/S 000-035673

Procurement identifier (OCID): ocds-h6vhtk-04b3c7

Published 4 November 2024, 3:23pm



Section one: Contracting authority

one.1) Name and addresses

SBRI Centre of Excellence

,IMT Building,Wrexham Maelor Hospital,

Wrexham

LL13 7TD

Email

SBRI.COE@wales.nhs.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

http://nwssp.nhs.wales/ourservices/procurement-services/

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0221

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://sdi.click/sbriagrifood

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://sdi.click/sbriagrifood

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://sdi.click/sbriagrifood

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

SBRI - AGRI-FOOD TECHNOLOGY CHALLENGE FUND

Reference number

SBRI

two.1.2) Main CPV code

  • 77100000 - Agricultural services

two.1.3) Type of contract

Services

two.1.4) Short description

In 2023, the Welsh Government published an Innovation Strategy for Wales. Innovation in food and Agri-Tech was seen as a key part of Wales’ future economic development within this document. In late 2023, the Welsh Government published an Agri-tech action plan for Wales. The development and adoption of Agri-Tech and Precision Agri-Tech is a strategic area of growth for the Welsh economy and one that the Welsh Government deems requiring of focussed attention and a road map for development. The action plan has four priorities:

1. Accelerate Home Grown Welsh Agri-Tech Capabilities.

2. Drive on-farm adoption to achieve productivity and efficiencies (incl. Environmental) gains ‘more for less’.

3. Deliver environmental benefits and help transition to Net Zero.

4. Support educational and skills development to equip future and existing agricultural professionals to exploit Agri-Tech to its fullest.

The Vision for the Food and Drink Industry from 2021 outlines a broad Vision and Mission for the future development of the Food and Drink Industry, and include economic growth and productivity improvement, benefitting people and society with emphasis on fair work and environmental sustainability, and raising the reputation of the Food and Drink industry. Technology and Innovation are identified as a key lever in delivering sustainable growth to the food and drink industry in Wales, and so providing a key market for agricultural produce in Wales.

Food is a key part of the Foundational Economy, and the Foundational Economy objectives are embedded in the Vision, as well as in the policies and strategies from across Welsh Government that will support its delivery such as public health, communities, sustainability, the circular economy, decarbonisation, trade, skills, and tourism. In addition, the activities detailed below support other Welsh Government initiatives such as the Economic Action Plan. The Food Foundation Sector has been defined to cover all parts of the food and drink supply chain.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 77100000 - Agricultural services

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

This challenge seeks innovations that lead to increased efficiency, productivity and sustainability in Welsh agriculture and agri-food supply chains, delivering environmental benefits and accelerating the transition to Net Zero.

two.2.5) Award criteria

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

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

Duration in months

3

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: No

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

By submitting an application, you agree to the terms of the draft contract which is available within the supporting information of the challenge (‘Helpful Links and Docs). The terms of the contract are non-negotiable and are included in the draft contract.

The final contract will include any milestones you have agreed with the funding authority and will be sent to you if your application is successful. The contract is binding once it is returned by you and signed by both parties.

As the applicant you are responsible for:

- collecting the information for your application

- representing your organisation in leading the project if your application is successful


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

29 November 2024

Local time

12:00pm

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: 29 November 2024

four.2.7) Conditions for opening of tenders

Date

29 November 2024

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

To register for the virtual Briefing Event, to be held on Tuesday 12th November, at 10:00am, please follow the link provided in attachments.

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=145763.

(WA Ref:145763)

The buyer considers that this contract is suitable for consortia.

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom