Notice Information
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.
Notice Details
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
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- DEPARTMENT OF AGRICULTURE, ENVIRONMENT AND RURAL AFFAIRS
- Additional Buyers
- 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
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/083030-2025
15th December 2025 - Tender 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-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"
}