Notice Information
Notice Title
RDE 318 - Follow on study to Dual Purpose Cows - GHG Mitigation Rationale
Notice Description
At present we source about 50% of our Beef from dairy beef cross animals, and 50% from specialist suckler beef breeds. Precise statistics are not available, but information can be inferred from the Cattle Tracing System data. The Emissions Intensity of suckler beef is on average 70% higher than that of beef from the dairy herd due to longer maturation times and lower energy diets. Suckler Beef also requires around 2 to 6 times the land to produce than dairy beef, depending on the intensity of the finishing system. Efforts to increase the proportion of beef supplied from the dairy sector could therefore provide significant GHG reductions and alleviate land constraints for habitat creation, or greenhouse gas removal technologies such as afforestation. Two scenarios present themselves: 1. Replacing specialist dairy breeds such as Holstein with a dual-purpose breed like Norwegian Red that produce less milk and more beef. Although emissions from milk production would go up slightly, this would be more than offset by the reduced overheads of maintaining two herds 2. Improving the quality of dairy/beef cross animals through improved beef sire quality could improve beef yields e.g., switching from Angus/Hereford to Charolais, or potentially double muscled varieties such as Belgian Blue. This project was awarded by Defra.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-cfa04846-397a-43b6-a960-4733f4866556
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/c65d671d-ad8b-417b-9ae6-03f84db97c16
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Call-off from a framework agreement
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
73 - Research and development services and related consultancy services
-
- CPV Codes
73200000 - Research and development consultancy services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- £10,128 Under £100K
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 28 Nov 20232 years ago
- Submission Deadline
- 20 Nov 2023Expired
- Future Notice Date
- Not specified
- Award Date
- 22 Nov 20232 years ago
- Contract Period
- 11 Dec 2023 - 5 Feb 2024 1-6 months
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Not Specified
- Awards Status
- Active
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- DEFRA
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- LONDON
- Postcode
- SW1P 3JR
- Post Town
- South West London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI3 Inner London - West
- Small Region (ITL 3)
- TLI35 Westminster and City of London
- Delivery Location
- Not specified
-
- Local Authority
- Westminster
- Electoral Ward
- St James's
- Westminster Constituency
- Cities of London and Westminster
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/c65d671d-ad8b-417b-9ae6-03f84db97c16
28th November 2023 - Awarded contract notice on Contracts Finder
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-b5fd17-cfa04846-397a-43b6-a960-4733f4866556-2023-11-28T15:32:46Z",
"date": "2023-11-28T15:32:46Z",
"ocid": "ocds-b5fd17-cfa04846-397a-43b6-a960-4733f4866556",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "CF-0192800D8d000003VQwdEAG",
"title": "RDE 318 - Follow on study to Dual Purpose Cows - GHG Mitigation Rationale",
"description": "At present we source about 50% of our Beef from dairy beef cross animals, and 50% from specialist suckler beef breeds. Precise statistics are not available, but information can be inferred from the Cattle Tracing System data. The Emissions Intensity of suckler beef is on average 70% higher than that of beef from the dairy herd due to longer maturation times and lower energy diets. Suckler Beef also requires around 2 to 6 times the land to produce than dairy beef, depending on the intensity of the finishing system. Efforts to increase the proportion of beef supplied from the dairy sector could therefore provide significant GHG reductions and alleviate land constraints for habitat creation, or greenhouse gas removal technologies such as afforestation. Two scenarios present themselves: 1. Replacing specialist dairy breeds such as Holstein with a dual-purpose breed like Norwegian Red that produce less milk and more beef. Although emissions from milk production would go up slightly, this would be more than offset by the reduced overheads of maintaining two herds 2. Improving the quality of dairy/beef cross animals through improved beef sire quality could improve beef yields e.g., switching from Angus/Hereford to Charolais, or potentially double muscled varieties such as Belgian Blue. This project was awarded by Defra.",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "73200000",
"description": "Research and development consultancy services"
},
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"countryName": "British Oversea Territories"
},
{
"countryName": "Channel Islands"
},
{
"countryName": "Europe"
},
{
"countryName": "Isle of Man"
},
{
"countryName": "Rest of the World"
},
{
"countryName": "United Kingdom"
}
]
}
],
"procurementMethod": "selective",
"procurementMethodDetails": "Call-off from a framework agreement",
"tenderPeriod": {
"endDate": "2023-11-20T12:00:00Z"
},
"contractPeriod": {
"startDate": "2023-12-11T00:00:00Z",
"endDate": "2024-02-05T23:59:59Z"
},
"suitability": {
"sme": false,
"vcse": false
},
"mainProcurementCategory": "services"
},
"parties": [
{
"id": "GB-CFS-225022",
"name": "DEFRA",
"identifier": {
"legalName": "DEFRA"
},
"address": {
"streetAddress": "17 Smith Square",
"locality": "London",
"postalCode": "SW1P 3JR",
"countryName": "UK"
},
"contactPoint": {
"name": "Defra Group Commercial",
"email": "dgc.rdeframework@defra.gov.uk"
},
"roles": [
"buyer"
]
},
{
"id": "GB-CFS-240747",
"name": "Harper Adams University",
"identifier": {
"legalName": "Harper Adams University"
},
"address": {
"streetAddress": "Edgmond TF10 8NB"
},
"roles": [
"supplier"
]
}
],
"buyer": {
"id": "GB-CFS-225022",
"name": "DEFRA"
},
"awards": [
{
"id": "ocds-b5fd17-cfa04846-397a-43b6-a960-4733f4866556-1",
"status": "active",
"date": "2023-11-22T00:00:00Z",
"datePublished": "2023-11-28T15:32:45Z",
"value": {
"amount": 10128.58,
"currency": "GBP"
},
"suppliers": [
{
"id": "GB-CFS-240747",
"name": "Harper Adams University"
}
],
"contractPeriod": {
"startDate": "2023-12-11T00:00:00Z",
"endDate": "2024-02-05T23:59:59Z"
},
"documents": [
{
"id": "1",
"documentType": "awardNotice",
"description": "Awarded contract notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/c65d671d-ad8b-417b-9ae6-03f84db97c16",
"datePublished": "2023-11-28T15:32:45Z",
"format": "text/html",
"language": "en"
}
]
}
]
}