Buyer Name: Agri-Food and Biosciences Institute (AFBI)
Buyer Address: 18a Newforge Lane, Belfast, UKN06, BT9 5PX, United Kingdom
Contact Email: Justice.CPD@finance-ni.gov.uk
Buyer Name: Agri-Food and Biosciences Institute (AFBI)
Buyer Address: 18a Newforge Lane, Belfast, UKN06, BT9 5PX, United Kingdom
Contact Email: Justice.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) (Client) has a requirement for the provision of Commercialisation of AFBI-bred Forage Grass Varieties (Contract). AFBI is Northern Ireland’s largest science and technology organisation and an internationally renowned multidisciplinary scientific organisation, based at seven locations across Northern Ireland. In line with their Vision of providing “Scientific excellence delivering impactful and sustainable outcomes for society, economy and the natural environment”, AFBI works with a range of partners to provide scientific solutions to the global challenges of climate change, food security and environmental protection. Their staff undertake scientific research, surveillance, and analytical and diagnostic testing for a wide range of customers in the fields of sustainable agricultural systems, animal health and welfare, plant science, food innovation and safety, environmental protection, fisheries and aquatic ecosystems and agricultural and rural economics. AFBI is a Non-Departmental Public Body (NDPB) established under the Agriculture (Northern Ireland) Order, 2004. The Institute undertakes an assigned work programme on behalf of the Department of Agriculture, Environment and Rural Affairs (DAERA) that comprises statutory, analytical, and diagnostic/surveillance testing, together with research & development (R&D) and the provision of specialist advice in the fields of agriculture, animal health and welfare, plant science, food safety and innovation, marine and fisheries, the natural environment and Agri-food and rural economics. The AFBI grass breeding programme, based in Loughgall, Northern Ireland, produces locally-adapted ryegrass varieties for a range of forage grass markets, but primarily for the UK/ROI markets. The programme, which has been in place since 1952, has a long history, and a strong reputation in the marketplace. The programme has been extremely successful. As of 2025/26, there were 22 different AFBI-bred ryegrass varieties on the Irish and UK recommended lists. There were also a number of varieties on recommended lists in other European countries. The average annual number of AFBI varieties that have been accepted onto Recommended Lists over the past 10 years is approximately 2.5, demonstrating the consistent performance of new AFBI varieties. The AFBI forage grass breeding programme is split into two programmes: the strategic programme and the commercialisation programme. The early stage strategic programme is funded by DAERA, and produces germplasm for incorporation into new synthetics. The commercialisation programme tests near-market stage synthetics prior to national list testing and subsequent commercialisation. AFBI requires a commercialisation partner in order for AFBI-bred varieties to be tested for market performance prior to national/recommended list testing, and ultimately for seed from AFBI-bred varieties to reach target markets. AFBI therefore intends to run a tender exercise for commercialisation rights to all future AFBI-bred varieties for the purposes of testing, production and marketing of these varieties. Suppliers should refer to the Specification Schedule for full details relating to the deliverables of this contract. Neither CPD nor the Client can provide any guarantee as to the level of business and/or expenditure under this Contract. Suppliers should note that they may be tendering at risk as this procurement could be withdrawn at any stage.
No linked documents found for this notice.
External Link: https://www.find-tender.service.gov.uk/Notice/023654-2026
Link Description: Tender notice on Find a Tender
Lot 1 Status: active
Lot 1 Value: GBP 100,000,000
Lot 1 Value (Gross): GBP 120,000,000
Lot 1 Contract Start: 2026-11-07T00:00:00+00:00
Lot 1 Contract End: 2036-11-06T23:59:59+00:00
Lot 1 Award Criterion (quality): AC1 Bring AFBI-bred forage grass seed to the market in Northern Ireland
Lot 1 Award Criterion (quality): AC2 Access to additional testing sites,disease testing
Lot 1 Award Criterion (quality): AC3 Social Value - Alignment with AFBI’s strategic direction
Lot 1 Award Criterion (quality): AC4 Support for national list and recommended list applications
Lot 1 Award Criterion (quality): AC5 Germplasm Provision
Lot 1 Award Criterion (cost): AC6 Fixed Payment Funding
Lot 1 Award Criterion (cost): AC7 Royalty Payments
Document Description: Not published
Document Description: Tender notice on Find a Tender
{
"buyer": {
"id": "GB-PPON-PBLN-5294-NVHZ",
"name": "Agri-Food and Biosciences Institute (AFBI)"
},
"date": "2026-03-16T15:33:41Z",
"id": "023654-2026",
"initiationType": "tender",
"language": "en",
"ocid": "ocds-h6vhtk-050436",
"parties": [
{
"address": {
"country": "GB",
"countryName": "United Kingdom",
"locality": "Belfast",
"postalCode": "BT9 5PX",
"region": "UKN06",
"streetAddress": "18a Newforge Lane"
},
"contactPoint": {
"email": "Justice.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 Institute (AFBI)",
"roles": [
"buyer"
]
},
{
"address": {
"country": "GB",
"countryName": "United Kingdom",
"locality": "Belfast",
"postalCode": "BT3 9ED",
"region": "UKN06",
"streetAddress": "Clare House, 303 Airport Road West"
},
"contactPoint": {
"email": "justice.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": "2026-06-26T23:59:59+01:00"
},
"contractTerms": {
"financialTerms": "For further details on invoicing procedures please see: \nhttps://www.finance-ni.gov.uk/articles/account-ni-good-invoicing-practice\nhttps://www.afbini.gov.uk/contact/finance-procurement\nThe commercial nature of this requirement is such that it will operate with, and will incur, no direct costs to AFBI. The estimated value stated in the Scope section is a nominal figure, which does not take into account the Contractor\u0027s marketing, production costs, and payments that will be made to AFBI. The figure stated must not be assumed as accurate or an indicator as to potential revenue for the Contractor. This value reflects the potential scale of the contract and takes into account the potential optional extension period and the uptake of potential optional services as detailed in the tender documents. \nNeither 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. \nSuppliers 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) (Client) has a requirement for the provision of Commercialisation of AFBI-bred Forage Grass Varieties (Contract). \nAFBI is Northern Ireland\u2019s largest science and technology organisation and an internationally renowned multidisciplinary scientific organisation, based at seven locations across Northern Ireland. In line with their Vision of providing \u201cScientific excellence delivering impactful and sustainable outcomes for society, economy and the natural environment\u201d, AFBI works with a range of partners to provide scientific solutions to the global challenges of climate change, food security and environmental protection. Their staff undertake scientific research, surveillance, and analytical and diagnostic testing for a wide range of customers in the fields of sustainable agricultural systems, animal health and welfare, plant science, food innovation and safety, environmental protection, fisheries and aquatic ecosystems and agricultural and rural economics.\nAFBI is a Non-Departmental Public Body (NDPB) established under the Agriculture (Northern Ireland) Order, 2004. The Institute undertakes an assigned work programme on behalf of the Department of Agriculture, Environment and Rural Affairs (DAERA) that comprises statutory, analytical, and diagnostic/surveillance testing, together with research \u0026 development (R\u0026D) and the provision of specialist advice in the fields of agriculture, animal health and welfare, plant science, food safety and innovation, marine and fisheries, the natural environment and Agri-food and rural economics.\nThe AFBI grass breeding programme, based in Loughgall, Northern Ireland, produces locally-adapted ryegrass varieties for a range of forage grass markets, but primarily for the UK/ROI markets. The programme, which has been in place since 1952, has a long history, and a strong reputation in the marketplace. The programme has been extremely successful. As of 2025/26, there were 22 different AFBI-bred ryegrass varieties on the Irish and UK recommended lists. There were also a number of varieties on recommended lists in other European countries. The average annual number of AFBI varieties that have been accepted onto Recommended Lists over the past 10 years is approximately 2.5, demonstrating the consistent performance of new AFBI varieties.\nThe AFBI forage grass breeding programme is split into two programmes: the strategic programme and the commercialisation programme. The early stage strategic programme is funded by DAERA, and produces germplasm for incorporation into new synthetics. The commercialisation programme tests near-market stage synthetics prior to national list testing and subsequent commercialisation. AFBI requires a commercialisation partner in order for AFBI-bred varieties to be tested for market performance prior to national/recommended list testing, and ultimately for seed from AFBI-bred varieties to reach target markets. AFBI therefore intends to run a tender exercise for commercialisation rights to all future AFBI-bred varieties for the purposes of testing, production and marketing of these varieties. \nSuppliers should refer to the Specification Schedule for full details relating to the deliverables of this contract.\nNeither CPD nor the Client can provide any guarantee as to the level of business and/or expenditure under this Contract. Suppliers should note that they may be tendering at risk as this procurement could be withdrawn at any stage.",
"documents": [
{
"description": "Not published",
"documentType": "conflictOfInterest",
"id": "conflictOfInterest"
},
{
"datePublished": "2026-03-16T15:33:41Z",
"description": "Tender notice on Find a Tender",
"documentType": "tenderNotice",
"format": "text/html",
"id": "023654-2026",
"noticeType": "UK4",
"url": "https://www.find-tender.service.gov.uk/Notice/023654-2026"
}
],
"enquiryPeriod": {
"endDate": "2026-04-03T23:59:59+01:00"
},
"id": "ID 6164967",
"items": [
{
"additionalClassifications": [
{
"description": "Financial market operational services",
"id": "66151000",
"scheme": "CPV"
},
{
"description": "Agricultural services",
"id": "77100000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKN"
},
{
"country": "IE",
"countryName": "Ireland",
"region": "IE0"
}
],
"id": "1",
"relatedLot": "1"
}
],
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"lots": [
{
"awardCriteria": {
"criteria": [
{
"description": "17.5 percent",
"name": "AC1 Bring AFBI-bred forage grass seed to the market in Northern Ireland",
"type": "quality"
},
{
"description": "12.5 percent",
"name": "AC2 Access to additional testing sites,disease testing",
"type": "quality"
},
{
"description": "10 percent",
"name": "AC3 Social Value - Alignment with AFBI\u2019s strategic direction",
"type": "quality"
},
{
"description": "5 percent",
"name": "AC4 Support for national list and recommended list applications",
"type": "quality"
},
{
"description": "5 percent",
"name": "AC5 Germplasm Provision",
"type": "quality"
},
{
"description": "35 percent",
"name": "AC6 Fixed Payment Funding",
"type": "cost"
},
{
"description": "15 percent",
"name": "AC7 Royalty Payments",
"type": "cost"
}
],
"weightingDescription": "50 percent Quality and 50 percent Financial\nThe Contracting Authority may during the process refine an award criterion in line with section 24 of the PA 2023. Where this is the case revised tender documentation will be provided to all suppliers clearly indicating any refinements made. "
},
"contractPeriod": {
"endDate": "2036-11-06T23:59:59+00:00",
"maxExtentDate": "2041-11-06T23:59:59+00:00",
"startDate": "2026-11-07T00:00:00+00:00"
},
"hasRenewal": true,
"id": "1",
"renewal": {
"description": "Following the initial contract period, there is one (1) potential extension period of up to five (5) years. The optional extension period will be subject to review and satisfactory performance assessment by the Contracting Authority."
},
"selectionCriteria": {
"criteria": [
{
"description": "Included as part of the Conditions of Participation as per Tender documentation. ",
"type": "economic"
},
{
"description": "Included as part of the Conditions of Participation as per Tender documentation. ",
"type": "technical"
}
]
},
"status": "active",
"value": {
"amount": 100000000,
"amountGross": 120000000,
"currency": "GBP"
}
}
],
"mainProcurementCategory": "services",
"procedure": {
"features": "- Submission of Initial Tenders including Condition of Participation response \n- Assessment of Initial Tender Responses (with the option to award prior to negotiation)\nDialogue Sessions (if required)\n\u2022 one round of up to two meetings with each tenderer with each meeting not exceeding 2 hrs each\n- Final Tender Response submission and assessment (if required) \n- Identification of preferred Tenderer\n- Issue contract award notice and standstill letters\n- Contract Commencement"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive flexible procedure",
"riskDetails": "The Contracting Authority has identified the following as a risk that satisfies the criteria of Schedule 8 sub-paragraph (6)(a) of the Procurement Act 2023 i.e. that the risk/s could jeopardise the satisfactory performance of the contract but, because of its/their nature, cannot be addressed in the contract as awarded:\n1. This will be a Concessions Contract, where the consideration will be the Contractor\u0027s right to financially exploit the subject matter of the contract. The Contractor will be exposed to an operational financial risk, involving the possibility of not recouping investments, and with no guarantees of breaking even or making profits; AND\n2.Has concluded that there is a possibility that the contract may have to be modified as a result of a materialisation of the known risk/ at a later date in accordance with Schedule 8 paragraph 5 of the Procurement Act 2023. \nExclusions\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. \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.\nThe Contracting Authority reserves the right to hold additional rounds of negotiation / dialogue with tenderers; to require the submission of any further or additional information or tender submissions; to award the Contract following the submission of initial tenders and/or to down-select tenderers at specified points in the process. For the avoidance of doubt, final tenders will not be subject to any negotiation with the Contracting Authority (however, they may be subject to clarification, if required, at the Contracting Authority\u2019s absolute discretion). The Contracting Authority reserves the right: to reject any or all tender responses and to cancel or withdraw the procurement process at any stage; to award a contract without prior notice; to change the basis of, the procedure and the timescales set out or referred to in the procurement documents; to require a tenderer to clarify its tender response in writing and/or provide additional information; to terminate the procurement process; and/or to amend the terms and conditions of the tender evaluation process or negotiation process in line with section 31 of the Procurement Act 2023.\nSuppliers should note that all dates, time periods and figures in relation to values and volumes specified in this notice and the procurement documents are approximate only and the Contracting Authority reserves the right to change any or all of them. ",
"specialRegime": [
"concession"
],
"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",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2026-04-13T23:59:59+01:00"
},
"title": "AFBI Commercialisation of AFBI-bred Forage Grass Varieties",
"value": {
"amount": 100000000,
"amountGross": 120000000,
"currency": "GBP"
}
}
}