Planning

Carbon Offsetting of Relocation of European Centre for Medium-Range Weather Forecasts (ECMWF)

DEPARTMENT FOR SCIENCE, INNOVATION & TECHNOLOGY

This public procurement record has 3 releases in its history.

PlanningUpdate

27 Nov 2025 at 10:44

Planning

25 Nov 2025 at 14:41

Planning

02 Oct 2025 at 13:19

Summary of the contracting process

The Department for Science, Innovation & Technology (DSIT) has initiated a procurement process to support carbon offsetting activities related to the relocation of the European Centre for Medium-Range Weather Forecasts (ECMWF) to a new net zero headquarters at the University of Reading's Whiteknights campus. This project, primarily in the services sector under the energy-efficiency and building consultancy category, seeks to offset approximately 5,780 tonnes of carbon emissions from the construction’s embodied emissions. The procurement is valued at up to £2,500,000 including VAT and will require a UK-based high integrity removal-based carbon credits scheme. Key dates include a deadline for pre-market engagement responses by 22nd December 2025, with procurement stages in planning as of now, and contract expectations from June 2026 to March 2027. The DSIT, located in London, with support from UK Shared Business Services Ltd in Swindon, manages the procurement process.

This tender presents significant opportunities for businesses specializing in carbon offsetting, particularly those offering innovative solutions such as engineered or nature-based approaches. Companies equipped to provide high integrity credits that align with international standards and principles, such as the Integrity Council for the Voluntary Carbon Market's Core Carbon Principles, will find this procurement appealing. The project encourages partnership formations and collaborations, making it suitable for SMEs and VCSEs looking to grow their market presence in sustainable developments. Those with capabilities to deliver within the specified budget and timescales are well-positioned to take part in shaping a significant sustainability project, contributing to a long-term environmental impact while leveraging the potential to expand their service offerings in the public sector.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Carbon Offsetting of Relocation of European Centre for Medium-Range Weather Forecasts (ECMWF)

Notice Description

Overview This pre-market engagement notice follows from a previous notice that was released on 02 October 2025 (Procurement identifier (OCID): ocds-h6vhtk-05a6e6), and seeks to further define the requirement for carbon offsetting activities for the relocation of European Centre for Medium-Range Weather Forecasts. The European Centre for Medium-Range Weather Forecasts (ECMWF) is an intergovernmental research institute with its headquarters in Shinfield (UK), and sites in Bonn (Germany) and Bologna (Italy), and contributes to major European programmes including Copernicus (the Earth observation component of the European Union's Space Programme) and Horizon Europe (EU's flagship research and innovation programme). The ECMWF will be relocating to a net zero headquarters at the University of Reading's Whiteknights campus, with construction expected to complete between December 2026 and March 2027. As part of its sustainability strategy, the building will need to meet the UK Net Zero Carbon Buildings Standard. To ensure this objective is met, the Department for Science, Innovation and Technology (DSIT) will soon be undertaking a procurement exercise to secure a supplier to support carbon offsetting objectives for the embodied carbon of the newly constructed headquarters. Prior to advertising this opportunity, we are looking to undertake follow-up pre-market engagement with suitable and interested Suppliers, to understand the critical information required within the specification and elements that should be considered, prior to publication which will allow Suppliers to bid. At present we believe we are looking for a UK-based high integrity removal-based credits scheme to support the project's net zero ambitions. Engineered solutions, nature-based solutions or a mixed portfolio approach will be considered if benefits and best practices are clearly set out. Suppliers should prioritise credits that align with the Integrity Council for the Voluntary Carbon Market's Core Carbon Principles (CCP Label), and/or Article 6.4 of the Paris Agreement, where applicable, and those that obtain favourable project level assurance from actors including carbon credit ratings agencies. Key requirements for this procurement: * We are looking to offset around approximately 5780 tonnes of carbon (or equivalent green house gasses), as a one-off procurement to balance out embodied emissions as a result of the construction. * The allocated budget for this procurement is up to PS2,500,000 inc VAT where applicable. * Suppliers must be able to procure credits and any advisory services necessary to support this within the budgetary parameters Suppliers should be able to set out how they adhere to the following principles for voluntary carbon and nature market integrity: Key Principles 1. Use credits in addition to ambitious actions within value chains o Credits should complement--not replace--efforts to reduce emissions and environmental impacts within a company's own operations. o Align actions with science-based pathways to net zero. 2. Use high integrity credits o Credits must meet recognised standards, be independently validated and verified, and avoid double counting. o Address risks like leakage, reversals, and social/environmental harms. o Respect rights of local communities and Indigenous Peoples, where relevant. 3. Measure and disclose planned use of credits o Report how credits are used in sustainability disclosures. o Transparency supports accountability and compliance with integrity criteria. 4. Plan ahead o Set and disclose long-term and interim targets aligned with net zero by 2050. o Use best practice transition planning guidance. 5. Make accurate green claims using appropriate terminology o Avoid misleading claims like "carbon neutral" unless fully substantiated. o Ensure claims reflect overall environmental impact. 6. Co-operate with others to support high integrity markets o Collaborate to improve transparency, interoperability, and equitable access. o Support initiatives that reduce fragmentation and enhance market integrity. Purpose of the Engagement: The purpose of this Pre-Market Engagement is to provide mutual benefits for both the Buyer and Supplier - If the Suppliers are able to be involved early, they can help DSIT to ensure it represents an appealing prospect to Suppliers while giving DSIT support in understanding the full scope of what is / may be required. As part of this Pre-Market engagement, we are looking to: * Share our objectives and requirements for carbon offsetting in the context of ECMWF's relocation and operational strategy. * Explore market capabilities and innovative delivery models. * Stimulate Supplier collaboration and consortia formation. * Gather feedback to shape our procurement strategy and ensure a fair, transparent, and competitive process. Next Steps: To allow us to start crafting our specifications with all the relevant elements, for those interested Suppliers that are happy to support and engage in these early stages, we would be grateful if you could provide a response to the following questions: 1. Project Scope - Please advise the critical elements that you would need to know / understand, to allow you to bid. 2. Procurement Timescales - Please can you confirm if there would be any concerns with a 6-week PQQ period from Mid-January, ahead of an ITT period? Are there any industry shutdowns that we need to take into consideration? 3. Project Budget - Please can you advise if there are any budgetary considerations that should be defined prior to the tender being launched? 4. Delivery Timescales - Please can you confirm the timescales in which you feel that you would be able to deliver at least 25%, 50%, 75% and 100% of credits by under the criteria as set out above. 5. Delivery End-date - Please outline what, if any constraints would enable or prevent you delivering carbon credits ahead of a planned handover of the new HQ in March 2027. 6. Direct Supplier Engagement - Following completion of this stage of Pre-Market engagement, please advise if you would be interested in being contacted further to discuss your responses. 7. Supplier Engagement Event - Prior to launching this procurement, do you feel that it would be beneficial for DSIT to hold a Supplier Engagement Event, where we can present a more finalised version of our Scope of Services, to allow for further clarification, questions and answers in an open forum? To provide responses to the questions above, please click the link below or copy into your internet search bar: https://forms.office.com/Pages/ResponsePage.aspx?id=FtDPLd_5jEixa2g0W1mvt7F9fP3l9ydBolC6y00YFrNURENNWklCNlVPMVJURVZCUTdaRFFQVTJNMC4u Where available, we would be grateful for responses to the above questions by Sunday 22 December2025. Procurement Plan / Dates and Budget Project budget - PS2,500,000 including VAT total budget, to cover credit procurement and any associated advisory and monitoring services. Indicative advertising timescales for a further competition: * Indicative PQQ Live and evaluation period - 9-week period from Mid-January * ITT period and evaluation 12 week period to circa 01 June 2026 * Contract award Early June 2026

Planning Information

Further to the scope defined above, to provide responses to the questions above, please click the link below: https://forms.office.com/Pages/ResponsePage.aspx?id=FtDPLd_5jEixa2g0W1mvt7F9fP3l9ydBolC6y00YFrNURENNWklCNlVPMVJURVZCUTdaRFFQVTJNMC4u

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05a6e6
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/077572-2025
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
UK2 - Preliminary Market Engagement Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Not Specified
Procurement Method Details
Not specified
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services


CPV Codes

71300000 - Engineering services

71314300 - Energy-efficiency consultancy services

71315200 - Building consultancy services

Notice Value(s)

Tender Value
£2,083,333 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
27 Nov 20252 months ago
Submission Deadline
Not specified
Future Notice Date
15 Jan 2026Expired
Award Date
Not specified
Contract Period
7 Jun 2026 - 31 Mar 2027 6-12 months
Recurrence
Not specified

Notice Status

Tender Status
Planning
Lots Status
Planning
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
DEPARTMENT FOR SCIENCE, INNOVATION & TECHNOLOGY
Additional Buyers

UK SHARED BUSINESS SERVICES LTD

Contact Name
Not specified
Contact Email
ot.bonsu@dsit.gov.uk, professionalservices@uksbs.co.uk
Contact Phone
Not specified

Buyer Location

Locality
LONDON
Postcode
SW1A 2EG
Post Town
South West London
Country
England

Major Region (ITL 1)
TLK South West (England)
Basic Region (ITL 2)
TLK7 Gloucestershire and Wiltshire
Small Region (ITL 3)
TLK71 Swindon
Delivery Location
Not specified

Local Authority
Swindon
Electoral Ward
Rodbourne Cheney
Westminster Constituency
Swindon North

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-05a6e6-2025-11-27T10:44:46Z",
    "date": "2025-11-27T10:44:46Z",
    "ocid": "ocds-h6vhtk-05a6e6",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PVWZ-3216-PVQL",
            "name": "Department for Science, Innovation & Technology",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PVWZ-3216-PVQL"
            },
            "address": {
                "streetAddress": "22 Whitehall",
                "locality": "London",
                "postalCode": "SW1A 2EG",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI32"
            },
            "contactPoint": {
                "email": "ot.bonsu@dsit.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthorityCentralGovernment",
                        "description": "Public authority - central government"
                    }
                ]
            }
        },
        {
            "id": "GB-PPON-PMPN-7535-GNTG",
            "name": "UK Shared Business Services Ltd",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PMPN-7535-GNTG"
            },
            "address": {
                "streetAddress": "Polaris House",
                "locality": "Swindon",
                "postalCode": "SN2 1FF",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKK14"
            },
            "contactPoint": {
                "email": "professionalservices@uksbs.co.uk"
            },
            "roles": [
                "procuringEntity"
            ],
            "roleDetails": "Procurement Partner"
        }
    ],
    "buyer": {
        "id": "GB-PPON-PVWZ-3216-PVQL",
        "name": "Department for Science, Innovation & Technology"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "Further to the scope defined above, to provide responses to the questions above, please click the link below: https://forms.office.com/Pages/ResponsePage.aspx?id=FtDPLd_5jEixa2g0W1mvt7F9fP3l9ydBolC6y00YFrNURENNWklCNlVPMVJURVZCUTdaRFFQVTJNMC4u",
                "dueDate": "2025-12-22T23:59:59+00:00",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "061753-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/061753-2025",
                "datePublished": "2025-10-02T14:19:21+01:00",
                "format": "text/html"
            },
            {
                "id": "076913-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/076913-2025",
                "datePublished": "2025-11-25T14:41:59Z",
                "format": "text/html"
            },
            {
                "id": "077572-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/077572-2025",
                "datePublished": "2025-11-27T10:44:46Z",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "ocds-h6vhtk-05a6e6",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Carbon Offsetting of Relocation of European Centre for Medium-Range Weather Forecasts (ECMWF)",
        "description": "Overview This pre-market engagement notice follows from a previous notice that was released on 02 October 2025 (Procurement identifier (OCID): ocds-h6vhtk-05a6e6), and seeks to further define the requirement for carbon offsetting activities for the relocation of European Centre for Medium-Range Weather Forecasts. The European Centre for Medium-Range Weather Forecasts (ECMWF) is an intergovernmental research institute with its headquarters in Shinfield (UK), and sites in Bonn (Germany) and Bologna (Italy), and contributes to major European programmes including Copernicus (the Earth observation component of the European Union's Space Programme) and Horizon Europe (EU's flagship research and innovation programme). The ECMWF will be relocating to a net zero headquarters at the University of Reading's Whiteknights campus, with construction expected to complete between December 2026 and March 2027. As part of its sustainability strategy, the building will need to meet the UK Net Zero Carbon Buildings Standard. To ensure this objective is met, the Department for Science, Innovation and Technology (DSIT) will soon be undertaking a procurement exercise to secure a supplier to support carbon offsetting objectives for the embodied carbon of the newly constructed headquarters. Prior to advertising this opportunity, we are looking to undertake follow-up pre-market engagement with suitable and interested Suppliers, to understand the critical information required within the specification and elements that should be considered, prior to publication which will allow Suppliers to bid. At present we believe we are looking for a UK-based high integrity removal-based credits scheme to support the project's net zero ambitions. Engineered solutions, nature-based solutions or a mixed portfolio approach will be considered if benefits and best practices are clearly set out. Suppliers should prioritise credits that align with the Integrity Council for the Voluntary Carbon Market's Core Carbon Principles (CCP Label), and/or Article 6.4 of the Paris Agreement, where applicable, and those that obtain favourable project level assurance from actors including carbon credit ratings agencies. Key requirements for this procurement: * We are looking to offset around approximately 5780 tonnes of carbon (or equivalent green house gasses), as a one-off procurement to balance out embodied emissions as a result of the construction. * The allocated budget for this procurement is up to PS2,500,000 inc VAT where applicable. * Suppliers must be able to procure credits and any advisory services necessary to support this within the budgetary parameters Suppliers should be able to set out how they adhere to the following principles for voluntary carbon and nature market integrity: Key Principles 1. Use credits in addition to ambitious actions within value chains o Credits should complement--not replace--efforts to reduce emissions and environmental impacts within a company's own operations. o Align actions with science-based pathways to net zero. 2. Use high integrity credits o Credits must meet recognised standards, be independently validated and verified, and avoid double counting. o Address risks like leakage, reversals, and social/environmental harms. o Respect rights of local communities and Indigenous Peoples, where relevant. 3. Measure and disclose planned use of credits o Report how credits are used in sustainability disclosures. o Transparency supports accountability and compliance with integrity criteria. 4. Plan ahead o Set and disclose long-term and interim targets aligned with net zero by 2050. o Use best practice transition planning guidance. 5. Make accurate green claims using appropriate terminology o Avoid misleading claims like \"carbon neutral\" unless fully substantiated. o Ensure claims reflect overall environmental impact. 6. Co-operate with others to support high integrity markets o Collaborate to improve transparency, interoperability, and equitable access. o Support initiatives that reduce fragmentation and enhance market integrity. Purpose of the Engagement: The purpose of this Pre-Market Engagement is to provide mutual benefits for both the Buyer and Supplier - If the Suppliers are able to be involved early, they can help DSIT to ensure it represents an appealing prospect to Suppliers while giving DSIT support in understanding the full scope of what is / may be required. As part of this Pre-Market engagement, we are looking to: * Share our objectives and requirements for carbon offsetting in the context of ECMWF's relocation and operational strategy. * Explore market capabilities and innovative delivery models. * Stimulate Supplier collaboration and consortia formation. * Gather feedback to shape our procurement strategy and ensure a fair, transparent, and competitive process. Next Steps: To allow us to start crafting our specifications with all the relevant elements, for those interested Suppliers that are happy to support and engage in these early stages, we would be grateful if you could provide a response to the following questions: 1. Project Scope - Please advise the critical elements that you would need to know / understand, to allow you to bid. 2. Procurement Timescales - Please can you confirm if there would be any concerns with a 6-week PQQ period from Mid-January, ahead of an ITT period? Are there any industry shutdowns that we need to take into consideration? 3. Project Budget - Please can you advise if there are any budgetary considerations that should be defined prior to the tender being launched? 4. Delivery Timescales - Please can you confirm the timescales in which you feel that you would be able to deliver at least 25%, 50%, 75% and 100% of credits by under the criteria as set out above. 5. Delivery End-date - Please outline what, if any constraints would enable or prevent you delivering carbon credits ahead of a planned handover of the new HQ in March 2027. 6. Direct Supplier Engagement - Following completion of this stage of Pre-Market engagement, please advise if you would be interested in being contacted further to discuss your responses. 7. Supplier Engagement Event - Prior to launching this procurement, do you feel that it would be beneficial for DSIT to hold a Supplier Engagement Event, where we can present a more finalised version of our Scope of Services, to allow for further clarification, questions and answers in an open forum? To provide responses to the questions above, please click the link below or copy into your internet search bar: https://forms.office.com/Pages/ResponsePage.aspx?id=FtDPLd_5jEixa2g0W1mvt7F9fP3l9ydBolC6y00YFrNURENNWklCNlVPMVJURVZCUTdaRFFQVTJNMC4u Where available, we would be grateful for responses to the above questions by Sunday 22 December2025. Procurement Plan / Dates and Budget Project budget - PS2,500,000 including VAT total budget, to cover credit procurement and any associated advisory and monitoring services. Indicative advertising timescales for a further competition: * Indicative PQQ Live and evaluation period - 9-week period from Mid-January * ITT period and evaluation 12 week period to circa 01 June 2026 * Contract award Early June 2026",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71314300",
                        "description": "Energy-efficiency consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71300000",
                        "description": "Engineering services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71315200",
                        "description": "Building consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 2500000,
            "amount": 2083333.33,
            "currency": "GBP"
        },
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-06-08T00:00:00+01:00",
                    "endDate": "2027-03-31T23:59:59+01:00"
                },
                "status": "planning"
            }
        ],
        "communication": {
            "futureNoticeDate": "2026-01-15T23:59:59+00:00"
        },
        "status": "planning"
    },
    "language": "en"
}