Buyer Name: Agri-Food and Biosciences InstitutePublic Procurement Organisation
Buyer Address: 18a Newforge Lane, Belfast, UKN06, BT9 5PX, United Kingdom
Contact Email: SSDAdmin.CPD@finance-ni.gov.uk
Agri-Food and Biosciences InstitutePublic Procurement Organisation
Buyer Name: Agri-Food and Biosciences InstitutePublic Procurement Organisation
Buyer Address: 18a Newforge Lane, Belfast, UKN06, BT9 5PX, United Kingdom
Contact Email: SSDAdmin.CPD@finance-ni.gov.uk
Buyer Name: CPD - Supplies & Services Division
Buyer Address: Clare House 303 Airport Road West, Belfast, UKN06, BT3 9ED, United Kingdom
The Agri-Food and Biosciences Institute (AFBI) require the provision of six Eddy Covariance (EC) flux towers equipped with CO2 and CH4 analysers to specifically address DAERA strategic objectives associated with the Green Growth Strategy and Net Zero Carbon initiative. In addition, AFBI require the provision of two compact single-laser trace gas analysers to facilitate the monitoring of N2O, an equally potent GHG, at two of the six towers. This Contract agreement will comprise of 3 Lots, details of which are set out below Lot 1 - Supply and Delivery of Six (6) Eddy Covariance (EC) Flux Tower systems, with each EC Flux Tower system consisting of the full Biomet and greenhouse gases (GHGs) sensor infrastructure (hardware and software) required for the correct measurement and calculation of terrestrial fluxes of the greenhouse gases (GHGs) carbon dioxide (CO2), using the EC method Lot 2 - Supply and Delivery of Six (6) methane (CH4) analysers designed specifically for EC flux systems for terrestrial environments Lot 3 - Supply and Delivery of Two (2) Quantum Cascade Laser (QCL) System trace gas analysers to monitor nitrous oxide (N2O). Each Lot will be evaluated and awarded independently of each other. There are no restrictions on the number of lots a Supplier can bid for or be awarded. Suppliers must ensure that if they are bidding for multiple Lots that they have the capacity to deliver in the event that they are successful in more than one Lot. Delivery of all lots must be completed by 31st March 2026.
No linked documents found for this notice.
External Link: https://www.find-tender.service.gov.uk/Notice/003268-2026
Link Description: Tender notice on Find a Tender
Lot Title: Six (6) Eddy Covariance (EC) Flux Tower systems
Lot Description: Supply and Delivery of Six (6) Eddy Covariance (EC) Flux Tower systems, with each EC Flux Tower system consisting of the full Biomet and greenhouse gases (GHGs) sensor infrastructure (hardware and software) required for the correct measurement and calculation of terrestrial fluxes of the greenhouse gases (GHGs) carbon dioxide (CO2) using the EC method.
Lot 1 Status: active
Lot 1 Value: GBP 700,000
Lot 1 Value (Gross): GBP 840,000
Lot 1 Contract Start: 2026-02-17T00:00:00+00:00
Lot 1 Contract End: 2029-03-31T23:59:59+01:00
Lot 1 Award Criterion (quality): AC1 - Compliance with the Specification Schedule (Lot 1)
Lot 1 Award Criterion (quality): AC2 - 6 (Six) x Eddy Covariance (EC) Flux Tower Systems as detailed in the Specification (Lot 1)
Lot 1 Award Criterion (quality): AC3 - 6 (Six) x 3-Dimensional Sonic Anemometer as detailed in the Specification (Lot 1)
Lot 1 Award Criterion (quality): AC4 - 6 (Six) x Photosynthetic Active Radiometer (PAR) Sensor as detailed in the Specification (Lot 1)
Lot 1 Award Criterion (quality): AC5 - 6 (Six) x Net Radiometer Sensor as detailed in the Specification (Lot 1)
Lot 1 Award Criterion (quality): AC6 - 6 (Six) x Air Temperature and Relative Humidity Sensors as detailed in the Specification (Lot 1)
Lot 1 Award Criterion (quality): AC7 - 6 (Six) x Precipitation Gauge as detailed in the Specification (Lot 1)
Lot 1 Award Criterion (quality): AC8 - Three (3) Self-Calibrating Heat Flux Plates as detailed in the Specification (Lot 1)
Lot 1 Award Criterion (quality): AC9 - Nine (9) Soil Temperature and Moisture Sensors as detailed in the Specification (Lot 1)
Lot 1 Award Criterion (quality): AC10 - Software System/Package (Lot 1)
Lot 1 Award Criterion (quality): AC11 - Supply, Delivery and Quality Control (Lot 1)
Lot 1 Award Criterion (quality): AC12 - Training (Lot 1)
Lot 1 Award Criterion (price): AC13 - Total Contract Price (Lot 1)
Lot Title: Six (6) - Open Path Atmospheric Methane (CH4) Analysers
Lot Description: Supply and Delivery of Six (6) methane (CH4) analysers designed specifically for EC flux systems for terrestrial environments.
Lot 2 Status: active
Lot 2 Value: GBP 60,000
Lot 2 Value (Gross): GBP 72,000
Lot 2 Contract Start: 2026-02-17T00:00:00+00:00
Lot 2 Contract End: 2029-03-31T23:59:59+01:00
Lot 2 Award Criterion (quality): AC1 - Compliance with the Specification Schedule (Lot 2)
Lot 2 Award Criterion (quality): AC2 - Provision of a Technical Brochure and/or Supporting Technical Documentation (Lot 2)
Lot 2 Award Criterion (price): AC3 - Total Contract Price (Lot 2)
Lot Title: Two (2) Quantum Cascade Laser (QCL) System Trace Gas Analysers, to monitor nitrous oxide (N2O)
Lot Description: Supply and Delivery of Two (2) Quantum Cascade Laser (QCL) System trace gas analysers to monitor nitrous oxide (N2O).
Lot 3 Status: active
Lot 3 Value: GBP 252,000
Lot 3 Value (Gross): GBP 302,400
Lot 3 Contract Start: 2026-02-17T00:00:00+00:00
Lot 3 Contract End: 2029-03-31T23:59:59+01:00
Lot 3 Award Criterion (quality): AC1 - Compliance with the Specification Schedule (Lot 3)
Lot 3 Award Criterion (quality): AC2 - 2 (Two) x Quantum Cascade Laser (QCL) System Gas Analysers for the measurement of N2O as detailed in the Specification. (Lot 3)
Lot 3 Award Criterion (quality): AC3 - Software System/Package (Lot 3)
Lot 3 Award Criterion (quality): AC4 - Supply, Delivery and Quality Control (Lot 3)
Lot 3 Award Criterion (quality): AC5 - Training (Lot 3)
Lot 3 Award Criterion (price): AC6 - Total Contract Price (Lot 3)
Document Description: Not published
Document Description: Tender notice on Find a Tender
{
"buyer": {
"id": "GB-PPON-PBLN-5294-NVHZ",
"name": "Agri-Food and Biosciences InstitutePublic Procurement Organisation"
},
"date": "2026-01-14T17:23:03Z",
"id": "003268-2026",
"initiationType": "tender",
"language": "en",
"ocid": "ocds-h6vhtk-06061b",
"parties": [
{
"address": {
"country": "GB",
"countryName": "United Kingdom",
"locality": "Belfast",
"postalCode": "BT9 5PX",
"region": "UKN06",
"streetAddress": "18a Newforge Lane"
},
"contactPoint": {
"email": "SSDAdmin.CPD@finance-ni.gov.uk"
},
"details": {
"classifications": [
{
"description": "Public authority - central government",
"id": "publicAuthorityCentralGovernment",
"scheme": "UK_CA_TYPE"
},
{
"description": "Northern Irish devolved regulations apply",
"id": "GB-NIR",
"scheme": "UK_CA_DEVOLVED_REGULATIONS"
}
]
},
"id": "GB-PPON-PBLN-5294-NVHZ",
"identifier": {
"id": "PBLN-5294-NVHZ",
"scheme": "GB-PPON"
},
"name": "Agri-Food and Biosciences InstitutePublic Procurement Organisation",
"roles": [
"buyer"
]
},
{
"address": {
"country": "GB",
"countryName": "United Kingdom",
"locality": "Belfast",
"postalCode": "BT3 9ED",
"region": "UKN06",
"streetAddress": "Clare House 303 Airport Road West"
},
"contactPoint": {
"email": "SSDAdmin.CPD@finance-ni.gov.uk"
},
"details": {
"url": "https://www.finance-ni.gov.uk/topics/procurement"
},
"id": "GB-PPON-PVWG-8426-YWXV",
"identifier": {
"id": "PVWG-8426-YWXV",
"scheme": "GB-PPON"
},
"name": "CPD - Supplies \u0026 Services Division",
"roleDetails": "Construction and Procurement Delivery \u2013 Supplies and Services Division, is a Centre of Procurement Expertise and provides a central procurement function for central government in Northern Ireland",
"roles": [
"procuringEntity",
"processContactPoint"
]
}
],
"tag": [
"tender"
],
"tender": {
"aboveThreshold": true,
"awardPeriod": {
"endDate": "2026-02-17T23:59:59+00:00"
},
"contractTerms": {
"financialTerms": "For further details on invoicing procedures please see : https://www.finance-ni.gov.uk/articles/account-ni-good-invoicing-practice\nContract Value \nThe estimated value figure indicated in the Scope Section represents an overall estimated contract value. This value reflects the potential scale of the contract and takes into account potential optional extension periods and the uptake of potential optional services as detailed in the tender documents. This figure does not however take into account the application of indexation or increases to charges due to increases in the Real Living Wage. Neither CPD nor the contracting Authority can provide any guarantee as to the level of business under this contract. The Contracting Authority does not bind itself to accept the lowest or any tender. Suppliers remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Supplier in connection with taking part in this procurement process regardless of whether such costs arise as a consequence, directly or indirectly of any amendments made to the procurement documents by the Contracting Authority at any time. No legally binding contract shall arise (and a Supplier shall have no legitimate expectation that a contract will be entered into) until such time as entry into the Contract has been confirmed by the Contracting Authority. "
},
"coveredBy": [
"GPA"
],
"description": "The Agri-Food and Biosciences Institute (AFBI) require the provision of six Eddy Covariance (EC) flux towers equipped with CO2 and CH4 analysers to specifically address DAERA strategic objectives associated with the Green Growth Strategy and Net Zero Carbon initiative. In addition, AFBI require the provision of two compact single-laser trace gas analysers to facilitate the monitoring of N2O, an equally potent GHG, at two of the six towers.\nThis Contract agreement will comprise of 3 Lots, details of which are set out below\nLot 1 - Supply and Delivery of Six (6) Eddy Covariance (EC) Flux Tower systems, with each EC Flux Tower system consisting of the full Biomet and greenhouse gases (GHGs) sensor infrastructure (hardware and software) required for the correct measurement and calculation of terrestrial fluxes of the greenhouse gases (GHGs) carbon dioxide (CO2), using the EC method\nLot 2 - Supply and Delivery of Six (6) methane (CH4) analysers designed specifically for EC flux systems for terrestrial environments\nLot 3 - Supply and Delivery of Two (2) Quantum Cascade Laser (QCL) System trace gas analysers to monitor nitrous oxide (N2O).\nEach Lot will be evaluated and awarded independently of each other. There are no restrictions on the number of lots a Supplier can bid for or be awarded. Suppliers must ensure that if they are bidding for multiple Lots that they have the capacity to deliver in the event that they are successful in more than one Lot. Delivery of all lots must be completed by 31st March 2026.",
"documents": [
{
"description": "Not published",
"documentType": "conflictOfInterest",
"id": "conflictOfInterest"
},
{
"datePublished": "2026-01-14T17:23:03Z",
"description": "Tender notice on Find a Tender",
"documentType": "tenderNotice",
"format": "text/html",
"id": "003268-2026",
"noticeType": "UK4",
"url": "https://www.find-tender.service.gov.uk/Notice/003268-2026"
}
],
"enquiryPeriod": {
"endDate": "2026-01-30T15:00:00+00:00"
},
"id": "ID 6121070",
"items": [
{
"additionalClassifications": [
{
"description": "Electrical machinery, apparatus, equipment and consumables; lighting",
"id": "31000000",
"scheme": "CPV"
},
{
"description": "Industrial machinery",
"id": "42000000",
"scheme": "CPV"
},
{
"description": "Laboratory, optical and precision equipments (excl. glasses)",
"id": "38000000",
"scheme": "CPV"
},
{
"description": "Gas-analysis apparatus",
"id": "38432100",
"scheme": "CPV"
},
{
"description": "Analysers",
"id": "38434000",
"scheme": "CPV"
},
{
"description": "Detection and analysis apparatus",
"id": "38430000",
"scheme": "CPV"
},
{
"description": "Methane monitoring",
"id": "90731600",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKN"
}
],
"id": "1",
"relatedLot": "1"
},
{
"additionalClassifications": [
{
"description": "Electrical machinery, apparatus, equipment and consumables; lighting",
"id": "31000000",
"scheme": "CPV"
},
{
"description": "Industrial machinery",
"id": "42000000",
"scheme": "CPV"
},
{
"description": "Laboratory, optical and precision equipments (excl. glasses)",
"id": "38000000",
"scheme": "CPV"
},
{
"description": "Gas-analysis apparatus",
"id": "38432100",
"scheme": "CPV"
},
{
"description": "Analysers",
"id": "38434000",
"scheme": "CPV"
},
{
"description": "Detection and analysis apparatus",
"id": "38430000",
"scheme": "CPV"
},
{
"description": "Methane monitoring",
"id": "90731600",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKN"
}
],
"id": "2",
"relatedLot": "2"
},
{
"additionalClassifications": [
{
"description": "Electrical machinery, apparatus, equipment and consumables; lighting",
"id": "31000000",
"scheme": "CPV"
},
{
"description": "Industrial machinery",
"id": "42000000",
"scheme": "CPV"
},
{
"description": "Laboratory, optical and precision equipments (excl. glasses)",
"id": "38000000",
"scheme": "CPV"
},
{
"description": "Gas-analysis apparatus",
"id": "38432100",
"scheme": "CPV"
},
{
"description": "Analysers",
"id": "38434000",
"scheme": "CPV"
},
{
"description": "Detection and analysis apparatus",
"id": "38430000",
"scheme": "CPV"
},
{
"description": "Methane monitoring",
"id": "90731600",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKN"
}
],
"id": "3",
"relatedLot": "3"
}
],
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"lotDetails": {
"awardCriteria": {
"description": "Each Lot will be evaluated and awarded independently of each other. There are no restrictions on the number of lots a Supplier can bid for or be awarded. Suppliers must ensure that if they are bidding for multiple Lots that they have the capacity to deliver the services in the event that they are successful in more than one Lot.\nEach Lot under this Contract will be awarded on the basis of the Most Advantageous Tender (MAT) with a single supplier awarded each Lot."
}
},
"lots": [
{
"awardCriteria": {
"criteria": [
{
"description": "Pass/Fail",
"name": "AC1 - Compliance with the Specification Schedule (Lot 1)",
"type": "quality"
},
{
"description": "Pass/Fail",
"name": "AC2 - 6 (Six) x Eddy Covariance (EC) Flux Tower Systems as detailed in the Specification (Lot 1)",
"type": "quality"
},
{
"description": "Pass/Fail ",
"name": "AC3 - 6 (Six) x 3-Dimensional Sonic Anemometer as detailed in the Specification (Lot 1)",
"type": "quality"
},
{
"description": "Pass/Fail",
"name": "AC4 - 6 (Six) x Photosynthetic Active Radiometer (PAR) Sensor as detailed in the Specification (Lot 1)",
"type": "quality"
},
{
"description": "Pass/Fail",
"name": "AC5 - 6 (Six) x Net Radiometer Sensor as detailed in the Specification (Lot 1)",
"type": "quality"
},
{
"description": "Pass/Fail",
"name": "AC6 - 6 (Six) x Air Temperature and Relative Humidity Sensors as detailed in the Specification (Lot 1)",
"type": "quality"
},
{
"description": "Pass/Fail",
"name": "AC7 - 6 (Six) x Precipitation Gauge as detailed in the Specification (Lot 1)",
"type": "quality"
},
{
"description": "Pass/Fail",
"name": "AC8 - Three (3) Self-Calibrating Heat Flux Plates as detailed in the Specification (Lot 1)",
"type": "quality"
},
{
"description": "Pass/Fail ",
"name": "AC9 - Nine (9) Soil Temperature and Moisture Sensors as detailed in the Specification (Lot 1)",
"type": "quality"
},
{
"description": "25 Percent ",
"name": "AC10 - Software System/Package (Lot 1)",
"type": "quality"
},
{
"description": "15 Percent ",
"name": "AC11 - Supply, Delivery and Quality Control (Lot 1)",
"type": "quality"
},
{
"description": "10 Percent ",
"name": "AC12 - Training (Lot 1)",
"type": "quality"
},
{
"description": "50 Percent ",
"name": "AC13 - Total Contract Price (Lot 1)",
"type": "price"
}
],
"weightingDescription": "50 percent quality and 50 percent cost.\nThis competition also includes a number of Mandatory Requirements which will be scored on a Pass/Fail basis. Please refer to the Instructions to Tender document for further information on all criteria."
},
"contractPeriod": {
"endDate": "2029-03-31T23:59:59+01:00",
"maxExtentDate": "2031-03-31T23:59:59+01:00",
"startDate": "2026-02-17T00:00:00+00:00"
},
"description": "Supply and Delivery of Six (6) Eddy Covariance (EC) Flux Tower systems, with each EC Flux Tower system consisting of the full Biomet and greenhouse gases (GHGs) sensor infrastructure (hardware and software) required for the correct measurement and calculation of terrestrial fluxes of the greenhouse gases (GHGs) carbon dioxide (CO2) using the EC method. ",
"hasRenewal": true,
"id": "1",
"renewal": {
"description": "There will be two optional extension periods of up to 12 months each (1+1) for each lot."
},
"selectionCriteria": {
"criteria": [
{
"description": "As per tender documentation. ",
"type": "technical"
}
]
},
"status": "active",
"title": "Six (6) Eddy Covariance (EC) Flux Tower systems",
"value": {
"amount": 700000,
"amountGross": 840000,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "Pass/Fail",
"name": "AC1 - Compliance with the Specification Schedule (Lot 2)",
"type": "quality"
},
{
"description": "Pass/Fail",
"name": "AC2 - Provision of a Technical Brochure and/or Supporting Technical Documentation (Lot 2)",
"type": "quality"
},
{
"description": "100 Percent ",
"name": "AC3 - Total Contract Price (Lot 2)",
"type": "price"
}
],
"weightingDescription": "50 percent quality and 50 percent cost.\nThis competition also includes a number of Mandatory Requirements which will be scored on a Pass/Fail basis. Please refer to the Instructions to Tender document for further information on all criteria."
},
"contractPeriod": {
"endDate": "2029-03-31T23:59:59+01:00",
"maxExtentDate": "2031-03-31T23:59:59+01:00",
"startDate": "2026-02-17T00:00:00+00:00"
},
"description": "Supply and Delivery of Six (6) methane (CH4) analysers designed specifically for EC flux systems for terrestrial environments.",
"hasRenewal": true,
"id": "2",
"renewal": {
"description": "There will be two optional extension periods of up to 12 months each (1+1) for each lot."
},
"selectionCriteria": {
"criteria": [
{
"description": "As per tender documentation. ",
"type": "technical"
}
]
},
"status": "active",
"title": "Six (6) - Open Path Atmospheric Methane (CH4) Analysers",
"value": {
"amount": 60000,
"amountGross": 72000,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "Pass/Fail",
"name": "AC1 - Compliance with the Specification Schedule (Lot 3)",
"type": "quality"
},
{
"description": "Pass/Fail",
"name": "AC2 - 2 (Two) x Quantum Cascade Laser (QCL) System Gas Analysers for the measurement of N2O as detailed in the Specification. (Lot 3)",
"type": "quality"
},
{
"description": "25 Percent ",
"name": "AC3 - Software System/Package (Lot 3)",
"type": "quality"
},
{
"description": "15 Percent ",
"name": "AC4 - Supply, Delivery and Quality Control (Lot 3)",
"type": "quality"
},
{
"description": "10 Percent ",
"name": "AC5 - Training (Lot 3)",
"type": "quality"
},
{
"description": "50 Percent ",
"name": "AC6 - Total Contract Price (Lot 3)",
"type": "price"
}
],
"weightingDescription": "50 percent quality and 50 percent cost.\nThis competition also includes a number of Mandatory Requirements which will be scored on a Pass/Fail basis. Please refer to the Instructions to Tender document for further information on all criteria."
},
"contractPeriod": {
"endDate": "2029-03-31T23:59:59+01:00",
"maxExtentDate": "2031-03-31T23:59:59+01:00",
"startDate": "2026-02-17T00:00:00+00:00"
},
"description": "Supply and Delivery of Two (2) Quantum Cascade Laser (QCL) System trace gas analysers to monitor nitrous oxide (N2O).",
"hasRenewal": true,
"id": "3",
"renewal": {
"description": "There will be two optional extension periods of up to 12 months each (1+1) for each lot."
},
"selectionCriteria": {
"criteria": [
{
"description": "As per tender documentation. ",
"type": "technical"
}
]
},
"status": "active",
"title": "Two (2) Quantum Cascade Laser (QCL) System Trace Gas Analysers, to monitor nitrous oxide (N2O)",
"value": {
"amount": 252000,
"amountGross": 302400,
"currency": "GBP"
}
}
],
"mainProcurementCategory": "goods",
"procedure": {
"acceleratedRationale": "State of urgency",
"isAccelerated": true
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"riskDetails": "Exclusions\nIf at any time during the procurement, or post award, it comes to the attention of the Contracting Authority (CA) or CPD, by whatever means, that a Supplier has become \u2018excluded\u2019 or \u2018excludable\u2019 as per Sec 57 of the PA 2023, the CA, after compliance with its obligations under the PA 23, reserves the right to exclude said Supplier from the procurement procedure or terminate any contract they have been awarded. \nInsert appropriate reservations of rights and disclaimers of liability here consider - e.g.\nThe Contracting Authority expressly reserves the rights:\n(I).\tnot to award any contract as a result of the procurement process commenced by publication of this notice;\n(II).\tto make whatever changes it may see fit to the content and structure of the tendering Competition;\n(III).\tto award (a) contract(s) in respect of any part(s) of the [services] covered by this notice; and\n(IV).\tto award contract(s) in stages.\nand in no circumstances will the Authority be liable for any costs incurred by candidates.\nThis project will be used to progress the Government\u2019s wider social, economic and environmental objectives.",
"status": "active",
"submissionMethodDetails": "Tenders must be submitted electronically via the relevant Call for Tender (CfT) opportunity on eTendersNI, website details immediately below.\nPaper submissions will not be accepted or considered and will be rejected by the Contracting Authority / Buyer.\nThe tender documents are available with unrestricted and full direct access, free of charge, at: URL https://etendersni.gov.uk/epps\nFor this requirement, Procurement Act 2023, Section 54 (3) is being utilised given the state of urgency that exists in relation to these goods that means that a 25 day participation period is impractical. In this instance the tendering period is being reduced to 21 days as an exception.",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2026-02-04T15:00:00+00:00"
},
"title": "AFBI - SAFSD Supply and Delivery of Flux Towers and N2O Equipment",
"value": {
"amount": 1012000,
"amountGross": 1214400,
"currency": "GBP"
}
}
}