Notice Information
Notice Title
Biodiversity Net Gain Units Procurement
Notice Description
Defra intends to purchase Biodiversity Net Gain (BNG) units of an indicative total value of PS500,000. The units must be one or more of the following types of Very High (VH) or High (H) Distinctiveness units, (as defined in The Statutory Biodiversity Metric user guide*): Blanket bog (VH) Fens (upland and lowland) (VH) Grassland - Lowland meadows (VH) Grassland - Upland Hay Meadows (VH) Woodland and forest - Wood pasture and parkland (VH) Grassland - Floodplain wetland mosaic (H) Grassland - Lowland calcareous (H) Grassland - Traditional Orchard (H) Lowland heathland (H) Ponds (Priority) (H) Woodland and forest - Lowland mixed deciduous (H) Woodland and forest - Wet woodland (H) Upland heath (H) Other BNG unit types are not eligible. Units must be supplied from a single registered gain site in England as defined by government guidance at: https://www.gov.uk/guidance/sell-biodiversity-units-as-a-land-manager The following unit types have been excluded: medium or low distinctiveness units because of their lower priority; linear units for reasons of comparability; and unit types with lower availability on the register, in order to avoid causing market scarcity for particular unit types. By requiring units to come from a registered gain site Defra will ensure that the habitat enhancement provided is high quality and legally secured for at least 30 years - meeting the same standards as those required of BNG units purchased by developers. At the tendering stage we will require: - the biodiversity gain site registration number associated with the site from which you propose to provide units - details of the number and type of units you propose to sell - the physical address of the gain site - the signatory to the legal agreement securing the gain site. The preferred bid will be that which offers the greatest number of BNG units for the contract value. Note that the BNG metric already incorporates multipliers for the distinctiveness and strategic significance of habitat (for example, sites identified in Local Nature Recovery Strategies) allowing bids to be evaluated based on a comparison of the number of units offered. In the event that bids are received offering equal numbers of units, Defra will consider the current availability of registered units of the specific habitat type offered, with a preference for purchasing those which are more widely available. The register is strictly to be used to record allocation of gain site land for the purpose of mandatory biodiversity net gain. The chosen supplier must ensure the gain site register record is amended to reflect the removal of habitat used to generate the units. Proof of application to amend must be submitted within one week of a completed sale. The habitat used to supply the units must not be removed from the securing legal agreement to manage the site for the agreed conservation purposes (s106 or Conservation Covenant) and should remain subject to the maintenance and monitoring obligations outlined in that agreement. Defra will carry out periodic checks via the Local Planning Authority / Responsible Body to ensure that these agreements remain in place and that the results of monitoring are satisfactory. This procurement forms Defra's first investment of income from the sale of statutory BNG credits into habitat enhancement. Details will be published in the next annual report on BNG statutory credits in spring 2026. This procurement does not set any precedent for how BNG credit income will be invested in future years. Future strategy will depend on the volume of credit sales and market conditions. *https://assets.publishing.service.gov.uk/media/689c5ee17b2e384441636196/The_Statutory_Biodiversity_Metric_-_User_Guide_-_July_2025.pdf
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-05f034
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/080370-2025
- Current Stage
- Planning
- All Stages
- Planning
Procurement Classification
- Notice Type
- UK3 - Planned Procurement Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- SME, VCSE
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
90700000 - Environmental services
Notice Value(s)
- Tender Value
- £416,666 £100K-£500K
- Lots Value
- £416,666 £100K-£500K
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 5 Dec 20252 days ago
- Submission Deadline
- 30 Jan 20262 months to go
- Future Notice Date
- 5 Jan 20264 weeks to go
- Award Date
- Not specified
- Contract Period
- 1 Mar 2026 - 31 Mar 2026 30 days
- Recurrence
- Not specified
Notice Status
- Tender Status
- Planned
- Lots Status
- Planned
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- DEPARTMENT OF ENVIRONMENT, FOOD AND RURAL AFFAIRS
- Contact Name
- Angus Fairney-Broomfield
- Contact Email
- angus.fairney-broomfield@defra.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- LONDON
- Postcode
- SW1P 4DF
- 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.find-tender.service.gov.uk/Notice/080370-2025
5th December 2025 - Planned procurement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/080369-2025
5th December 2025 - Planned procurement notice on Find a Tender
Notice URLs
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-05f034-2025-12-05T17:54:54Z",
"date": "2025-12-05T17:54:54Z",
"ocid": "ocds-h6vhtk-05f034",
"initiationType": "tender",
"planning": {
"documents": [
{
"id": "080369-2025",
"documentType": "plannedProcurementNotice",
"noticeType": "UK3",
"description": "Planned procurement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/080369-2025",
"datePublished": "2025-12-05T17:46:03Z",
"format": "text/html"
},
{
"id": "080370-2025",
"documentType": "plannedProcurementNotice",
"noticeType": "UK3",
"description": "Planned procurement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/080370-2025",
"datePublished": "2025-12-05T17:54:54Z",
"format": "text/html"
}
]
},
"parties": [
{
"id": "GB-PPON-PNBD-3289-CDGX",
"name": "DEPARTMENT OF ENVIRONMENT, FOOD AND RURAL AFFAIRS",
"identifier": {
"scheme": "GB-PPON",
"id": "PNBD-3289-CDGX"
},
"address": {
"streetAddress": "Seacole Building, 2 Marsham Street",
"locality": "London",
"postalCode": "SW1P 4DF",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI32"
},
"contactPoint": {
"name": "Angus Fairney-Broomfield",
"email": "angus.fairney-broomfield@defra.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://defra-family.force.com/s/Welcome",
"classifications": [
{
"id": "publicAuthorityCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - central government"
}
]
}
}
],
"buyer": {
"id": "GB-PPON-PNBD-3289-CDGX",
"name": "DEPARTMENT OF ENVIRONMENT, FOOD AND RURAL AFFAIRS"
},
"tender": {
"id": "ocds-h6vhtk-05f034",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Biodiversity Net Gain Units Procurement",
"description": "Defra intends to purchase Biodiversity Net Gain (BNG) units of an indicative total value of PS500,000. The units must be one or more of the following types of Very High (VH) or High (H) Distinctiveness units, (as defined in The Statutory Biodiversity Metric user guide*): Blanket bog (VH) Fens (upland and lowland) (VH) Grassland - Lowland meadows (VH) Grassland - Upland Hay Meadows (VH) Woodland and forest - Wood pasture and parkland (VH) Grassland - Floodplain wetland mosaic (H) Grassland - Lowland calcareous (H) Grassland - Traditional Orchard (H) Lowland heathland (H) Ponds (Priority) (H) Woodland and forest - Lowland mixed deciduous (H) Woodland and forest - Wet woodland (H) Upland heath (H) Other BNG unit types are not eligible. Units must be supplied from a single registered gain site in England as defined by government guidance at: https://www.gov.uk/guidance/sell-biodiversity-units-as-a-land-manager The following unit types have been excluded: medium or low distinctiveness units because of their lower priority; linear units for reasons of comparability; and unit types with lower availability on the register, in order to avoid causing market scarcity for particular unit types. By requiring units to come from a registered gain site Defra will ensure that the habitat enhancement provided is high quality and legally secured for at least 30 years - meeting the same standards as those required of BNG units purchased by developers. At the tendering stage we will require: - the biodiversity gain site registration number associated with the site from which you propose to provide units - details of the number and type of units you propose to sell - the physical address of the gain site - the signatory to the legal agreement securing the gain site. The preferred bid will be that which offers the greatest number of BNG units for the contract value. Note that the BNG metric already incorporates multipliers for the distinctiveness and strategic significance of habitat (for example, sites identified in Local Nature Recovery Strategies) allowing bids to be evaluated based on a comparison of the number of units offered. In the event that bids are received offering equal numbers of units, Defra will consider the current availability of registered units of the specific habitat type offered, with a preference for purchasing those which are more widely available. The register is strictly to be used to record allocation of gain site land for the purpose of mandatory biodiversity net gain. The chosen supplier must ensure the gain site register record is amended to reflect the removal of habitat used to generate the units. Proof of application to amend must be submitted within one week of a completed sale. The habitat used to supply the units must not be removed from the securing legal agreement to manage the site for the agreed conservation purposes (s106 or Conservation Covenant) and should remain subject to the maintenance and monitoring obligations outlined in that agreement. Defra will carry out periodic checks via the Local Planning Authority / Responsible Body to ensure that these agreements remain in place and that the results of monitoring are satisfactory. This procurement forms Defra's first investment of income from the sale of statutory BNG credits into habitat enhancement. Details will be published in the next annual report on BNG statutory credits in spring 2026. This procurement does not set any precedent for how BNG credit income will be invested in future years. Future strategy will depend on the volume of credit sales and market conditions. *https://assets.publishing.service.gov.uk/media/689c5ee17b2e384441636196/The_Statutory_Biodiversity_Metric_-_User_Guide_-_July_2025.pdf",
"status": "planned",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "90700000",
"description": "Environmental services"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 500000,
"amount": 416666.67,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"aboveThreshold": true,
"submissionMethodDetails": "https://atamis-9529.my.site.com/s/Welcome",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2026-01-30T12:00:00Z"
},
"enquiryPeriod": {
"endDate": "2026-01-19T12:00:00Z"
},
"awardPeriod": {
"endDate": "2026-02-20T23:59:59Z"
},
"lots": [
{
"id": "1",
"status": "planned",
"value": {
"amountGross": 500000,
"amount": 416666.67,
"currency": "GBP"
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2026-03-01T00:00:00Z",
"endDate": "2026-03-31T23:59:59+01:00"
}
}
],
"communication": {
"futureNoticeDate": "2026-01-05T23:59:59Z"
},
"contractTerms": {
"financialTerms": "Standard governement 30-days payment terms will be used."
},
"amendments": [
{
"id": "080370-2025",
"description": "Updated estimated value."
}
]
},
"language": "en"
}