← Back to opportunities

ID 5956194 DAERA - Agricultural Policy Division - The Carbon Footprinting Project

Department of Agriculture, Environment and Rural Affairs - DAERA

Buyer Contact Info

Buyer Name: Department of Agriculture, Environment and Rural Affairs - DAERA

Buyer Address: Clare House 303 Airport Road West, Belfast, UKN06, BT3 9ED, United Kingdom

Contact Email: SSDAdmin.CPD@finance-ni.gov.uk

Buyer Name: CPD - Supplies and Services Division

Status
active
Procedure
selective
Value
2500000.0 GBP
Gross: 3000000 GBP
Published
28 Nov 2025, 18:26
Deadline
19 Jan 2026, 23:59
Contract Start
n/a
Contract End
n/a
Category
services
CPV
72000000 - IT services: consulting, software development, Internet and support
Region
n/a
Awarded To
n/a
Official Source
Open Find a Tender

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.

Linked Documents

No linked documents found for this notice.

Opportunity Context

More Information Links

External Link: https://www.find-tender.service.gov.uk/Notice/078277-2025

Link Description: Tender notice on Find a Tender

Lots

Lot 1 Status: active

Lot 1 Value: GBP 2,500,000

Lot 1 Value (Gross): GBP 3,000,000

Lot 1 Contract Start: 2026-04-01T00:00:00+01:00

Lot 1 Contract End: 2028-03-31T23:59:59+01:00

Lot 1 Award Criterion (cost): AC6 Cost

Documents

Document Description: Not published

Document Description: Tender notice on Find a Tender

Raw Notice JSON

Expand raw payload
{
  "buyer": {
    "id": "GB-PPON-PLDR-5748-GBBJ",
    "name": "Department of Agriculture, Environment and Rural Affairs - DAERA"
  },
  "date": "2025-11-28T18:26:02Z",
  "id": "078277-2025",
  "initiationType": "tender",
  "language": "en",
  "ocid": "ocds-h6vhtk-05595d",
  "parties": [
    {
      "address": {
        "country": "GB",
        "countryName": "United Kingdom",
        "locality": "Belfast",
        "postalCode": "BT3 9ED",
        "region": "UKN06",
        "streetAddress": "Clare House 303 Airport Road West"
      },
      "contactPoint": {
        "email": "SSDAdmin.CPD@finance-ni.gov.uk"
      },
      "details": {
        "classifications": [
          {
            "description": "Public authority - central government",
            "id": "publicAuthorityCentralGovernment",
            "scheme": "UK_CA_TYPE"
          },
          {
            "description": "Northern Irish devolved regulations apply",
            "id": "GB-NIR",
            "scheme": "UK_CA_DEVOLVED_REGULATIONS"
          }
        ]
      },
      "id": "GB-PPON-PLDR-5748-GBBJ",
      "identifier": {
        "id": "PLDR-5748-GBBJ",
        "scheme": "GB-PPON"
      },
      "name": "Department of Agriculture, Environment and Rural Affairs - DAERA",
      "roles": [
        "buyer"
      ]
    },
    {
      "address": {
        "country": "GB",
        "countryName": "United Kingdom",
        "locality": "Belfast",
        "postalCode": "BT3 9ED",
        "region": "UKN06",
        "streetAddress": "Clare House 303 Airport Road West"
      },
      "contactPoint": {
        "email": "SSDAdmin.CPD@finance-ni.gov.uk"
      },
      "id": "GB-PPON-PVWG-8426-YWXV",
      "identifier": {
        "id": "PVWG-8426-YWXV",
        "scheme": "GB-PPON"
      },
      "name": "CPD - Supplies and Services Division",
      "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.",
      "roles": [
        "procuringEntity",
        "processContactPoint"
      ]
    }
  ],
  "tag": [
    "tender"
  ],
  "tender": {
    "aboveThreshold": true,
    "awardPeriod": {
      "endDate": "2026-03-19T23:59:59+00:00"
    },
    "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\nContract Value \nThe 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. "
    },
    "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 \u2013 2029/30.",
    "documents": [
      {
        "description": "Not published",
        "documentType": "conflictOfInterest",
        "id": "conflictOfInterest"
      },
      {
        "datePublished": "2025-11-28T18:26:02Z",
        "description": "Tender notice on Find a Tender",
        "documentType": "tenderNotice",
        "format": "text/html",
        "id": "078277-2025",
        "noticeType": "UK4",
        "url": "https://www.find-tender.service.gov.uk/Notice/078277-2025"
      }
    ],
    "enquiryPeriod": {
      "endDate": "2026-01-09T23:59:59+00:00"
    },
    "id": "ID 5956194",
    "items": [
      {
        "additionalClassifications": [
          {
            "description": "IT services: consulting, software development, Internet and support",
            "id": "72000000",
            "scheme": "CPV"
          },
          {
            "description": "Agricultural, farming, fishing, forestry and related products",
            "id": "03000000",
            "scheme": "CPV"
          },
          {
            "description": "Agricultural, forestry, horticultural, aquacultural and apicultural services",
            "id": "77000000",
            "scheme": "CPV"
          },
          {
            "description": "Data services",
            "id": "72300000",
            "scheme": "CPV"
          },
          {
            "description": "Research and development services and related consultancy services",
            "id": "73000000",
            "scheme": "CPV"
          },
          {
            "description": "Research and experimental development services",
            "id": "73100000",
            "scheme": "CPV"
          },
          {
            "description": "Research and development consultancy services",
            "id": "73200000",
            "scheme": "CPV"
          },
          {
            "description": "Design and execution of research and development",
            "id": "73300000",
            "scheme": "CPV"
          },
          {
            "description": "License management software package",
            "id": "48218000",
            "scheme": "CPV"
          },
          {
            "description": "Industry specific software package",
            "id": "48100000",
            "scheme": "CPV"
          },
          {
            "description": "Inventory management software package",
            "id": "48430000",
            "scheme": "CPV"
          },
          {
            "description": "System management software package",
            "id": "48781000",
            "scheme": "CPV"
          },
          {
            "description": "Agricultural services",
            "id": "77100000",
            "scheme": "CPV"
          },
          {
            "description": "Services incidental to agricultural production",
            "id": "77110000",
            "scheme": "CPV"
          },
          {
            "description": "Agricultural machinery",
            "id": "16000000",
            "scheme": "CPV"
          },
          {
            "description": "Transport equipment and auxiliary products to transportation",
            "id": "34000000",
            "scheme": "CPV"
          },
          {
            "description": "Software package and information systems",
            "id": "48000000",
            "scheme": "CPV"
          }
        ],
        "id": "1",
        "relatedLot": "1"
      }
    ],
    "legalBasis": {
      "id": "2023/54",
      "scheme": "UKPGA",
      "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
    },
    "lots": [
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "AC6 Price / Cost 30%",
              "name": "AC6 Cost",
              "type": "cost"
            }
          ],
          "weightingDescription": "AC1 Proposed Implementation Plan  21%\nAC2 Carbon Footprinting Expertise \u2013 Key Personnel 14%\nAC3 Contract Management/business continuity 14%\nAC4  Proposed Governance Structures 10.5%\nAC5 Social Value 10.5%"
        },
        "contractPeriod": {
          "endDate": "2028-03-31T23:59:59+01:00",
          "maxExtentDate": "2030-03-31T23:59:59+01:00",
          "startDate": "2026-04-01T00:00:00+01:00"
        },
        "hasRenewal": true,
        "id": "1",
        "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."
        },
        "selectionCriteria": {
          "criteria": [
            {
              "description": "As per tender documentation. ",
              "type": "economic"
            },
            {
              "description": "As per tender documentation. ",
              "type": "technical"
            }
          ]
        },
        "status": "active",
        "value": {
          "amount": 2500000,
          "amountGross": 3000000,
          "currency": "GBP"
        }
      }
    ],
    "mainProcurementCategory": "services",
    "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.  \nOnce 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.\nFull details are in the Instructions to Tenderers document. "
    },
    "procurementMethod": "selective",
    "procurementMethodDetails": "Competitive flexible procedure",
    "riskDetails": "Description of risks to contract performance\nThe Contracting Authority has identified the following risks as risks that satisfy the criteria\nof Schedule 8 sub-paragraph (6)(a) of the Procurement Act 2023 i.e. that the risk/s could\njeopardise the satisfactory performance of the contract but, because of its/their nature,\ncannot be addressed in the contract as awarded:\n1. This contract includes additional service days to provide for continuous improvement\nand also to cover for unknown risks that may arise throughout the contract period. The\nadditional services days may be used to cover the following as a minimum;\n\u2022 Enhancement to the functionality of the solution within the scope of this contract;\n\u2022 System configuration changes/upgrades;\n\u2022 Enhancement or additional interface requirements;\n\u2022 Technology changes - to support the introduction of new technologies;\n\u2022 Changes required to the solution due to changes to legislation;\n2. The Contracting Authority has concluded that there is a possibility that the contract may\nhave to be modified as a result of a materialisation of the known risk/s at a later date in\naccordance with Schedule 8 paragraph 5 of the Procurement Act 2023.\nExclusions\nIf at any time during the procurement, or post award, it comes to the attention of the\nContracting Authority (CA) or CPD, by whatever means, that a Supplier has become\n\u0027excluded\u0027 or \u0027excludable\u0027 as per Sec 57 of the PA 2023, the CA, after compliance with its\nobligations under the PA 23, reserves the right to exclude said Supplier from the\nprocurement procedure or terminate any contract they have been awarded.\nInsert appropriate reservations of rights and disclaimers of liability here consider - e.g.\nThe Contracting Authority expressly reserves the rights:\n(I). not to award any contract as a result of the procurement process commenced by\npublication of this notice;\n(II). to make whatever changes it may see fit to the content and structure of the tendering\nCompetition;\n(III). to award (a) contract(s) in respect of any part(s) of the [services] covered by this\nnotice; and\n(IV). to award contract(s) in stages.\nand in no circumstances will the Authority be liable for any costs incurred by candidates.\nThis tender competition includes a verification stage;\nBefore the intention to award phase, as part of the verification process, the tenderer with\nthe highest scoring compliant bid will be required to provide a working demonstration of\ntheir proposed solution to verify some technical requirements by way of a verification\nexercise",
    "status": "active",
    "submissionMethodDetails": "Tenders must be submitted electronically via the relevant Call for Tender (CfT)\nopportunity on eTendersNI, website details immediately below.\nPaper submissions will not be accepted or considered and will be rejected by the\nContracting Authority / Buyer.\nThe tender documents are available with unrestricted and full direct access, free of\ncharge, at: URL https://etendersni.gov.uk/epps",
    "submissionTerms": {
      "electronicSubmissionPolicy": "allowed",
      "languages": [
        "en"
      ]
    },
    "tenderPeriod": {
      "endDate": "2026-01-19T23:59:59+00:00"
    },
    "title": "ID 5956194 DAERA - Agricultural Policy Division - The Carbon Footprinting Project",
    "value": {
      "amount": 2500000,
      "amountGross": 3000000,
      "currency": "GBP"
    }
  }
}