Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

UK4

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

  • First published: 16 December 2025
  • Last modified: 16 December 2025
  • Version: N/A
  • Record interest

     

  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-05f60a
Published by:
Department of Agriculture, Environment and Rural Affairs
Authority ID:
AA80496
Publication date:
16 December 2025
Deadline date:
20 January 2026
Notice type:
UK4
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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 ofcharge, at: URL https://etendersni.gov.uk/epps

Full notice text

Scope

Procurement reference

ID 6002309

Procurement 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

Main category

Services

Delivery regions

  • UKN - Northern Ireland

Total value (estimated, excluding VAT)

800000 GBP to 800000GBP

Contract dates (estimated)

09 February 2026, 00:00AM to 08 February 2029, 23:59PM

Extension end date (if all the extensions are used): 08 February 2031

Contracting authority

Department of Agriculture, Environment and Rural Affairs

Identification register:

  • GB-PPON

Address 1: 45 Tirgracey Road

Town/City: Antrim

Postcode: BT41 4PS

Country: United Kingdom

Public Procurement Organisation Number: PLDR-5748-GBBJ

NUTS code: UKN0D

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

Organisation type: Public authority - central government

Devolved regulations that apply: Northern Ireland

Procedure

Procedure type

Open procedure

Is this procurement under a special regime?

Light touch

Is the total value above threshold?

Above threshold

Trade agreements

Government Procurement Agreement (GPA)

Lots

Divided into 1 lots

Lot number: 1

CPV classifications

  • 80420000 - E-learning services
  • 80000000 - Education and training 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
  • 48931000 - Training software package
  • 72000000 - IT services: consulting, software development, Internet and support
  • 72212190 - Educational software development services
  • 72212931 - Training software development services
  • 72212316 - Presentation software development services
  • 72212517 - IT software development services

Delivery regions

  • UKN - Northern Ireland

Lot value (estimated)

800000 GBP Excluding VAT

960000 GBP Including VAT

Contract start date (estimated)

09 February 2026, 00:00AM

Contract end date (estimated)

08 February 2029, 23:59PM

Extension end date (estimated)

08 February 2031, 23:59PM

Can the contract be extended?

Yes

Description of extensions

One optional extension of up to two years.

Does the lot include options?

Yes

Description of 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.

Participation

Conditions

Economic

Conditions of participation

As per tender documentation

Award criteria

Weighting description

70 percent quality and 30 percent cost

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

Contract terms and risks

Payment terms

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.

Description of risks to contract performance

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.

Submission

Tender submission deadline

20 January 2026, 15:00PM

Enquiry deadline

09 January 2026, 15:00PM

Date of award of contract

26 January 2026, 23:59PM

Submission address and any special instructions

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 theContracting Authority / Buyer.The tender documents are available with unrestricted and full direct access, free ofcharge, at: URL https://etendersni.gov.uk/epps

May tenders be submitted electronically?

Yes

Languages that may be used for submission

  • English

Documents

ID

conflictOfInterest

Document type

Conflict of interest

Description

Not published

Coding

Commodity categories

ID Title Parent category
80000000 Education and training services Education
72212190 Educational software development services Programming services of application software
80420000 E-learning services Adult and other education services
80540000 Environmental training services Training services
80531000 Industrial and technical training services Vocational training services
72000000 IT services: consulting, software development, Internet and support Computer and Related Services
72212517 IT software development services Programming services of application software
72212316 Presentation software development services Programming services of application software
80510000 Specialist training services Training services
80511000 Staff training services Specialist training services
80531200 Technical training services Industrial and technical training services
80521000 Training programme services Training facilities
80500000 Training services Education and training services
72212931 Training software development services Programming services of application software
48931000 Training software package Training and entertainment software package

Delivery locations

ID Description
There are no delivery locations for this notice.

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
N/a
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.