Tender

ID 6002309 - DAERA - CAFRE - Development of Self-Directed Learning Packages for Farmers

DEPARTMENT OF AGRICULTURE, ENVIRONMENT AND RURAL AFFAIRS

This public procurement record has 1 release in its history.

Tender

15 Dec 2025 at 16:06

Summary of the contracting process

The Department of Agriculture, Environment and Rural Affairs (DAERA) in Northern Ireland has issued a tender for developing self-directed learning packages for farmers, as part of its Farming for Sustainability Scheme. The procurement is managed by the CPD - Supplies & Services Division in Belfast. The process follows an open procedure with a focus on e-learning services, aiming to enhance agricultural knowledge transfer. Key dates include the tender closing on 20th January 2026, with the contract period running from February 2026 to February 2029, potentially extending to 2031. The initiative falls under Northern Irish devolved regulations and targets suppliers capable of bespoke training design and delivery within the specified timelines and budget, estimated gross value of £960,000.

Businesses specialising in education and e-learning services stand to gain substantial opportunities for growth through this tender. Organisations adept at developing modular SCORM-compliant learning packages, particularly those with experience in agricultural practices, will benefit most. The supplier is expected to provide innovative and flexible e-learning solutions, supporting lifelong learning and sustainable practices. This tender favours companies that can demonstrate expertise in both IT software and educational software development services. The split between quality and cost criteria highlights the importance of a strong project delivery methodology alongside cost efficiency, making it a compelling opportunity for technically proficient e-learning firms aiming to expand their offerings to the public sector in Northern Ireland.

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

ID 6002309 - DAERA - CAFRE - Development of Self-Directed Learning Packages for Farmers

Notice Description

CAFRE requires a Supplier to design, develop and deliver self-directed learning packages tailored for farmers across Northern Ireland as part of DAERA's Farming for Sustainability Scheme (Knowledge 2025-2030). The learning packages will be prioritised by DAERA as part of the Sustainable Agriculture Programme or wider policy programme, with CAFRE responsible for overall planning for each package. Each package will have its own specific Learning Outcomes, underpinning knowledge, assessment process (if required) and delivery schedule. The Supplier will produce modular SCORM-compliant learning packages to be hosted on CAFRE's Virtual Learning Environment (VLE). The overall aim is to support enhanced agricultural knowledge transfer development through innovative, user-friendly, accessible, engaging, and flexible e-learning packages that promote lifelong learning and sustainable practices. The contract will be for an initial period of three years, with one option to extend by up to 2 years. Suppliers should refer to the Specification Schedule for full detail on the deliverables of this contract. The tender documents are available with unrestricted and full direct access, free of charge, at: URL https://etendersni.gov.uk/epps

Lot Information

Lot 1

Options: The Contracting Authority reserves the right to request additional e-learning content and videos throughout the duration of the contract based on the Buyer's changing priorities. At the Buyer's request, the Supplier must also undertake post-production support and maintenance for all delivered Courses and Video Assets. Such work will be treated as Additional Services and may include, but not be limited to minor developments and content updates.

Renewal: One optional extension of up to two years.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05f60a
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/083030-2025
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

48 - Software package and information systems

72 - IT services: consulting, software development, Internet and support

80 - Education and training services


CPV Codes

48931000 - Training software package

72000000 - IT services: consulting, software development, Internet and support

72212190 - Educational software development services

72212316 - Presentation software development services

72212517 - IT software development services

72212931 - Training software development services

80000000 - Education and training services

80420000 - E-learning services

80500000 - Training services

80510000 - Specialist training services

80511000 - Staff training services

80521000 - Training programme services

80531000 - Industrial and technical training services

80531200 - Technical training services

80540000 - Environmental training services

Notice Value(s)

Tender Value
£800,000 £500K-£1M
Lots Value
£800,000 £500K-£1M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
15 Dec 20252 months ago
Submission Deadline
20 Jan 2026Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
9 Feb 2026 - 8 Feb 2029 3-4 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
DEPARTMENT OF AGRICULTURE, ENVIRONMENT AND RURAL AFFAIRS
Additional Buyers

CPD - SUPPLIES & SERVICES DIVISION

Contact Name
Not specified
Contact Email
ssdadmin.cpd@finance-ni.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
ANTRIM
Postcode
BT41 4PS
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

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-05f60a-2025-12-15T16:06:23Z",
    "date": "2025-12-15T16:06:23Z",
    "ocid": "ocds-h6vhtk-05f60a",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PLDR-5748-GBBJ",
            "name": "Department of Agriculture, Environment and Rural Affairs",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PLDR-5748-GBBJ"
            },
            "address": {
                "streetAddress": "45 Tirgracey Road",
                "locality": "Antrim",
                "postalCode": "BT41 4PS",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKN0D"
            },
            "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 & Services Division",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PVWG-8426-YWXV"
            },
            "address": {
                "streetAddress": "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"
    },
    "planning": {
        "noEngagementNoticeRationale": "A Preliminary Market Engagement (PME) exercise was published 14th January 2025 with a closing date for Supplier submissions of 3rd February 2025. Further meetings were held virtually and in person at CAFRE premises between 17th February 2025 and Friday 28th February 2025. The PME process has provided valuable insights into supplier capabilities and preferences to deliver bespoke training to NI farmers."
    },
    "tender": {
        "id": "ID 6002309",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "ID 6002309 - DAERA - CAFRE - Development of Self-Directed Learning Packages for Farmers",
        "description": "CAFRE requires a Supplier to design, develop and deliver self-directed learning packages tailored for farmers across Northern Ireland as part of DAERA's Farming for Sustainability Scheme (Knowledge 2025-2030). The learning packages will be prioritised by DAERA as part of the Sustainable Agriculture Programme or wider policy programme, with CAFRE responsible for overall planning for each package. Each package will have its own specific Learning Outcomes, underpinning knowledge, assessment process (if required) and delivery schedule. The Supplier will produce modular SCORM-compliant learning packages to be hosted on CAFRE's Virtual Learning Environment (VLE). The overall aim is to support enhanced agricultural knowledge transfer development through innovative, user-friendly, accessible, engaging, and flexible e-learning packages that promote lifelong learning and sustainable practices. The contract will be for an initial period of three years, with one option to extend by up to 2 years. Suppliers should refer to the Specification Schedule for full detail on the deliverables of this contract. The tender documents are available with unrestricted and full direct access, free of charge, at: URL https://etendersni.gov.uk/epps",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "80420000",
                        "description": "E-learning services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80000000",
                        "description": "Education and training services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80500000",
                        "description": "Training services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80510000",
                        "description": "Specialist training services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80511000",
                        "description": "Staff training services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80521000",
                        "description": "Training programme services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80531000",
                        "description": "Industrial and technical training services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80531200",
                        "description": "Technical training services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80540000",
                        "description": "Environmental training services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48931000",
                        "description": "Training software package"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72212190",
                        "description": "Educational software development services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72212931",
                        "description": "Training software development services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72212316",
                        "description": "Presentation software development services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72212517",
                        "description": "IT software development services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 960000,
            "amount": 800000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "specialRegime": [
            "lightTouch"
        ],
        "aboveThreshold": true,
        "coveredBy": [
            "GPA"
        ],
        "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": "2026-01-20T15:00:00+00:00"
        },
        "enquiryPeriod": {
            "endDate": "2026-01-09T15:00:00+00:00"
        },
        "awardPeriod": {
            "endDate": "2026-01-26T23:59:59+00:00"
        },
        "lots": [
            {
                "id": "1",
                "status": "active",
                "value": {
                    "amountGross": 960000,
                    "amount": 800000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "70 percent quality and 30 percent cost",
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "AC1 - Project Delivery Methodology",
                            "description": "Project Delivery Methodology - 28.7 percent"
                        },
                        {
                            "type": "quality",
                            "name": "AC2 - Capacity for the Concurrent Development of Self-Directed Learning Packages",
                            "description": "Capacity for the Concurrent Development of Self-Directed Learning Packages - 15.4 percent"
                        },
                        {
                            "type": "quality",
                            "name": "AC3 - Contract Management",
                            "description": "Contract Management - 15.4 percent"
                        },
                        {
                            "type": "quality",
                            "name": "AC4 - Social Value",
                            "description": "Social Value - 10.5 percent"
                        },
                        {
                            "type": "cost",
                            "name": "AC5 - Total Cost",
                            "description": "Total Cost - 30 percent"
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "technical",
                            "description": "As per tender documentation"
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2026-02-09T00:00:00+00:00",
                    "endDate": "2029-02-08T23:59:59+00:00",
                    "maxExtentDate": "2031-02-08T23:59:59+00:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "One optional extension of up to two years."
                },
                "hasOptions": true,
                "options": {
                    "description": "The Contracting Authority reserves the right to request additional e-learning content and videos throughout the duration of the contract based on the Buyer's changing priorities. At the Buyer's request, the Supplier must also undertake post-production support and maintenance for all delivered Courses and Video Assets. Such work will be treated as Additional Services and may include, but not be limited to minor developments and content updates."
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "083030-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/083030-2025",
                "datePublished": "2025-12-15T16:06:23Z",
                "format": "text/html"
            }
        ],
        "contractTerms": {
            "financialTerms": "For further details on invoicing procedures please see : https://www.finance-ni.gov.uk/ar ticles/account-ni-good-invoicing-practice. 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": "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. Defining future learning requirements in line with changing priorities of the Contracting Authority 2. Delays to the delivery of services due to complexity, stakeholder and Subject Matter Expertise 3. Technical compatibility with the Contracting Authority's Virtual Learning Environment which is outside of the scope of this contract and currently being procured in a separate exercise 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; Minor developments and Minor content updates. The Pricing Schedule includes an area for Suppliers to insert their daily rate for the provision of additional services throughout the contract period. 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. 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 project will be used to progress the Government's wider social, economic and environmental objectives."
    },
    "language": "en"
}