Notice Information
Notice Title
ID 5956194 DAERA - Agricultural Policy Division - The Carbon Footprinting Project
Notice Description
DAERA requires a Supplier to provide the administration, delivery, licencing, support and maintenance of a Carbon Calculator which will provide farm businesses in Northern Ireland with their Whole Farm-level Carbon Footprint, Enterprise-level Carbon Footprint and Product-level Carbon Footprint. Training will be provided to assist farmers to use the information received to take appropriate action to reduce net GHG emissions on their farm. The Carbon Calculator procured for this project will be used on all Northern Ireland farms, and requires 28,400 farm carbon footprints to be completed over the next four financial years 2026/27 - 2029/30.
Lot Information
Lot 1
Renewal: Following the initial contract period, there are [2] potential extension periods of up to [12] months each. Optional extension periods will be subject to review and satisfactory performance assessment by the Contracting Authority.
Planning Information
If you wish to participate in the Contracting Authority's Preliminary Market Engagement for this requirement, a questionnaire for completion is available via eTendersNI under ID 5967399. The questionnaire must be completed and submitted via eTendersNI by the engagement deadline date and time detailed above. Details of additional participating bodies can be found detailed within the questionnaire document. See below URL https://etendersni.gov.uk/epps
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-05595d
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/078959-2025
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Competitive flexible procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
03 - Agricultural, farming, fishing, forestry and related products
16 - Agricultural machinery
34 - Transport equipment and auxiliary products to transportation
48 - Software package and information systems
72 - IT services: consulting, software development, Internet and support
73 - Research and development services and related consultancy services
77 - Agricultural, forestry, horticultural, aquacultural and apicultural services
-
- CPV Codes
03000000 - Agricultural, farming, fishing, forestry and related products
16000000 - Agricultural machinery
34000000 - Transport equipment and auxiliary products to transportation
48000000 - Software package and information systems
48100000 - Industry specific software package
48218000 - License management software package
48430000 - Inventory management software package
48781000 - System management software package
72000000 - IT services: consulting, software development, Internet and support
72300000 - Data services
73000000 - Research and development services and related consultancy services
73100000 - Research and experimental development services
73200000 - Research and development consultancy services
73300000 - Design and execution of research and development
77000000 - Agricultural, forestry, horticultural, aquacultural and apicultural services
77100000 - Agricultural services
77110000 - Services incidental to agricultural production
Notice Value(s)
- Tender Value
- £2,500,000 £1M-£10M
- Lots Value
- £2,500,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 2 Dec 20252 days ago
- Submission Deadline
- 19 Jan 20262 months to go
- Future Notice Date
- 1 Sep 2025Expired
- Award Date
- Not specified
- Contract Period
- 31 Mar 2026 - 31 Mar 2028 2-3 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- DEPARTMENT OF AGRICULTURE, ENVIRONMENT AND RURAL AFFAIRS - DAERA
- Additional Buyers
CPD - SUPPLIES AND SERVICES DIVISION
DEPARTMENT OF AGRICULTURE, ENVIRONMENT AND RURAL AFFAIRS DAERA
- Contact Name
- Not specified
- Contact Email
- ssdadmin.cpd@finance-ni.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- BELFAST
- Postcode
- BT3 9ED
- Post Town
- Northern Ireland
- Country
- Northern Ireland
-
- Major Region (ITL 1)
- TLN Northern Ireland
- Basic Region (ITL 2)
- TLN0 Northern Ireland
- Small Region (ITL 3)
- TLN06 Belfast
- Delivery Location
- TLN Northern Ireland
-
- Local Authority
- Belfast
- Electoral Ward
- Sydenham
- Westminster Constituency
- Belfast East
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/078959-2025
2nd December 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/078277-2025
28th November 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/037522-2025
4th July 2025 - Preliminary market engagement notice on Find a Tender
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-h6vhtk-05595d-2025-12-02T14:13:26Z",
"date": "2025-12-02T14:13:26Z",
"ocid": "ocds-h6vhtk-05595d",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PLDR-5748-GBBJ",
"name": "Department of Agriculture, Environment and Rural Affairs - DAERA",
"identifier": {
"scheme": "GB-PPON",
"id": "PLDR-5748-GBBJ"
},
"address": {
"streetAddress": "Clare House 303 Airport Road West",
"locality": "Belfast",
"postalCode": "BT3 9ED",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKN06"
},
"contactPoint": {
"email": "SSDAdmin.CPD@finance-ni.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "publicAuthorityCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - central government"
},
{
"id": "GB-NIR",
"scheme": "UK_CA_DEVOLVED_REGULATIONS",
"description": "Northern Irish devolved regulations apply"
}
]
}
},
{
"id": "GB-PPON-PVWG-8426-YWXV",
"name": "CPD - Supplies and Services Division",
"identifier": {
"scheme": "GB-PPON",
"id": "PVWG-8426-YWXV"
},
"address": {
"streetAddress": "Clare House 303 Airport Road West",
"locality": "Belfast",
"postalCode": "BT3 9ED",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKN06"
},
"contactPoint": {
"email": "SSDAdmin.CPD@finance-ni.gov.uk"
},
"roles": [
"procuringEntity",
"processContactPoint"
],
"roleDetails": "Construction and Procurement Delivery - Supplies and Services Division, is a Centre of Procurement Expertise and provides a central procurement function for central government in Northern Ireland."
}
],
"buyer": {
"id": "GB-PPON-PLDR-5748-GBBJ",
"name": "Department of Agriculture, Environment and Rural Affairs - DAERA"
},
"planning": {
"milestones": [
{
"id": "engagement",
"type": "engagement",
"description": "If you wish to participate in the Contracting Authority's Preliminary Market Engagement for this requirement, a questionnaire for completion is available via eTendersNI under ID 5967399. The questionnaire must be completed and submitted via eTendersNI by the engagement deadline date and time detailed above. Details of additional participating bodies can be found detailed within the questionnaire document. See below URL https://etendersni.gov.uk/epps",
"dueDate": "2025-07-28T23:59:59+01:00",
"status": "scheduled"
}
],
"documents": [
{
"id": "037522-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/037522-2025",
"datePublished": "2025-07-04T15:30:15+01:00",
"format": "text/html"
}
]
},
"tender": {
"id": "ID 5956194",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "ID 5956194 DAERA - Agricultural Policy Division - The Carbon Footprinting Project",
"description": "DAERA requires a Supplier to provide the administration, delivery, licencing, support and maintenance of a Carbon Calculator which will provide farm businesses in Northern Ireland with their Whole Farm-level Carbon Footprint, Enterprise-level Carbon Footprint and Product-level Carbon Footprint. Training will be provided to assist farmers to use the information received to take appropriate action to reduce net GHG emissions on their farm. The Carbon Calculator procured for this project will be used on all Northern Ireland farms, and requires 28,400 farm carbon footprints to be completed over the next four financial years 2026/27 - 2029/30.",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
},
{
"scheme": "CPV",
"id": "03000000",
"description": "Agricultural, farming, fishing, forestry and related products"
},
{
"scheme": "CPV",
"id": "77000000",
"description": "Agricultural, forestry, horticultural, aquacultural and apicultural services"
},
{
"scheme": "CPV",
"id": "72300000",
"description": "Data services"
},
{
"scheme": "CPV",
"id": "73000000",
"description": "Research and development services and related consultancy services"
},
{
"scheme": "CPV",
"id": "73100000",
"description": "Research and experimental development services"
},
{
"scheme": "CPV",
"id": "73200000",
"description": "Research and development consultancy services"
},
{
"scheme": "CPV",
"id": "73300000",
"description": "Design and execution of research and development"
},
{
"scheme": "CPV",
"id": "48218000",
"description": "License management software package"
},
{
"scheme": "CPV",
"id": "48100000",
"description": "Industry specific software package"
},
{
"scheme": "CPV",
"id": "48430000",
"description": "Inventory management software package"
},
{
"scheme": "CPV",
"id": "48781000",
"description": "System management software package"
},
{
"scheme": "CPV",
"id": "77100000",
"description": "Agricultural services"
},
{
"scheme": "CPV",
"id": "77110000",
"description": "Services incidental to agricultural production"
},
{
"scheme": "CPV",
"id": "16000000",
"description": "Agricultural machinery"
},
{
"scheme": "CPV",
"id": "34000000",
"description": "Transport equipment and auxiliary products to transportation"
},
{
"scheme": "CPV",
"id": "48000000",
"description": "Software package and information systems"
}
],
"deliveryAddresses": [
{
"region": "UKN",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"mainProcurementCategory": "services",
"aboveThreshold": true,
"lots": [
{
"id": "1",
"contractPeriod": {
"startDate": "2026-04-01T00:00:00+01:00",
"endDate": "2028-03-31T23:59:59+01:00",
"maxExtentDate": "2030-03-31T23:59:59+01:00"
},
"hasRenewal": true,
"status": "active",
"value": {
"amountGross": 3000000,
"amount": 2500000,
"currency": "GBP"
},
"awardCriteria": {
"weightingDescription": "AC1 Proposed Implementation Plan 21% AC2 Carbon Footprinting Expertise - Key Personnel 14% AC3 Contract Management/business continuity 14% AC4 Proposed Governance Structures 10.5% AC5 Social Value 10.5%",
"criteria": [
{
"type": "cost",
"name": "AC6 Cost",
"description": "AC6 Price / Cost 30%"
},
{
"type": "cost",
"name": "AC6 Cost",
"description": "AC6 Price / Cost 30%"
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "As per tender documentation."
},
{
"type": "technical",
"description": "As per tender documentation."
},
{
"type": "economic",
"description": "As per tender documentation."
},
{
"type": "technical",
"description": "As per tender documentation."
}
]
},
"renewal": {
"description": "Following the initial contract period, there are [2] potential extension periods of up to [12] months each. Optional extension periods will be subject to review and satisfactory performance assessment by the Contracting Authority."
}
}
],
"communication": {
"futureNoticeDate": "2025-09-01T23:59:59+01:00"
},
"status": "active",
"value": {
"amountGross": 3000000,
"amount": 2500000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive flexible procedure",
"procedure": {
"features": "This competition is being conducted in accordance with the Procurement Act 2023 (PA 2023) and the Procurement Regulations 2024 (PR 2024) using a Competitive Flexible Procedure. Once the tender assessment process as set out in the Instructions to Tenderers has been completed, the marks for the Award Criteria and for Price will be combined to identify a provisional Most Advantageous Tender (pMAT). This pMAT will be required to submit the data used by it to produce the full carbon footprint assessment at the Whole Farm-Level, Farm Enterprise-Level, and Farm Product-Level (along with the footprint) for the example/s given at the Conditions of Participation stage to a recommended Third-Party Organisation listed. Full details are in the Instructions to Tenderers document."
},
"submissionMethodDetails": "Tenders must be submitted electronically via the relevant Call for Tender (CfT) opportunity on eTendersNI, website details immediately below. Paper submissions will not be accepted or considered and will be rejected by the Contracting Authority / Buyer. The 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": "2026-01-19T15:00:00+00:00"
},
"enquiryPeriod": {
"endDate": "2026-01-09T15:00:00+00:00"
},
"awardPeriod": {
"endDate": "2026-03-19T23:59:59+00:00"
},
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "078277-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/078277-2025",
"datePublished": "2025-11-28T18:26:02Z",
"format": "text/html"
},
{
"id": "078959-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/078959-2025",
"datePublished": "2025-12-02T14:13:26Z",
"format": "text/html"
}
],
"contractTerms": {
"financialTerms": "Please refer to tender documentation and for further details on invoicing procedures please see : https://www.finance-ni.gov.uk/ar ticles/account-ni-good-invoicing-practice Contract Value The 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."
},
"riskDetails": "Description of risks to contract performance The Contracting Authority has identified the following risks as risks that satisfy 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: 1. This contract includes additional service days to provide for continuous improvement and also to cover for unknown risks that may arise throughout the contract period. The additional services days may be used to cover the following as a minimum; * Enhancement to the functionality of the solution within the scope of this contract; * System configuration changes/upgrades; * Enhancement or additional interface requirements; * Technology changes - to support the introduction of new technologies; * Changes required to the solution due to changes to legislation; 2. The Contracting Authority 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/s at a later date in accordance with Schedule 8 paragraph 5 of the Procurement Act 2023. Exclusions If 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 'excluded' or 'excludable' 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. Insert appropriate reservations of rights and disclaimers of liability here consider - e.g. The Contracting 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. This tender competition includes a verification stage; Before the intention to award phase, as part of the verification process, the tenderer with the highest scoring compliant bid will be required to provide a working demonstration of their proposed solution to verify some technical requirements by way of a verification exercise"
},
"language": "en"
}