Planning

Carbon Offsetting of Relocation of European Centre for Medium-Range Weather Forecasts (ECMWF)

  • Department for Science, Innovation & Technology

UK2: Preliminary market engagement notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-077572

Procurement identifier (OCID): ocds-h6vhtk-05a6e6

Published 25 November 2025, 2:41pm

Last edited 27 November 2025, 10:44am

Show all versions Hide all versions


Changes to notice

This notice has been edited. The previous version is still available.

Scope

Description

Overview

This pre-market engagement notice follows from a previous notice that was released on 02 October 2025 (Procurement identifier (OCID): ocds-h6vhtk-05a6e6), and seeks to further define the requirement for carbon offsetting activities for the relocation of European Centre for Medium-Range Weather Forecasts.

The European Centre for Medium-Range Weather Forecasts (ECMWF) is an intergovernmental research institute with its headquarters in Shinfield (UK), and sites in Bonn (Germany) and Bologna (Italy), and contributes to major European programmes including Copernicus (the Earth observation component of the European Union's Space Programme) and Horizon Europe (EU's flagship research and innovation programme).

The ECMWF will be relocating to a net zero headquarters at the University of Reading's Whiteknights campus, with construction expected to complete between December 2026 and March 2027.

As part of its sustainability strategy, the building will need to meet the UK Net Zero Carbon Buildings Standard. To ensure this objective is met, the Department for Science, Innovation and Technology (DSIT) will soon be undertaking a procurement exercise to secure a supplier to support carbon offsetting objectives for the embodied carbon of the newly constructed headquarters.

Prior to advertising this opportunity, we are looking to undertake follow-up pre-market engagement with suitable and interested Suppliers, to understand the critical information required within the specification and elements that should be considered, prior to publication which will allow Suppliers to bid.

At present we believe we are looking for a UK-based high integrity removal-based credits scheme to support the project's net zero ambitions. Engineered solutions, nature-based solutions or a mixed portfolio approach will be considered if benefits and best practices are clearly set out. Suppliers should prioritise credits that align with the Integrity Council for the Voluntary Carbon Market's Core Carbon Principles (CCP Label), and/or Article 6.4 of the Paris Agreement, where applicable, and those that obtain favourable project level assurance from actors including carbon credit ratings agencies.

Key requirements for this procurement:

• We are looking to offset around approximately 5780 tonnes of carbon (or equivalent green house gasses), as a one-off procurement to balance out embodied emissions as a result of the construction.

• The allocated budget for this procurement is up to £2,500,000 inc VAT where applicable.

• Suppliers must be able to procure credits and any advisory services necessary to support this within the budgetary parameters

Suppliers should be able to set out how they adhere to the following principles for voluntary carbon and nature market integrity:

Key Principles

1. Use credits in addition to ambitious actions within value chains

o Credits should complement-not replace-efforts to reduce emissions and environmental impacts within a company's own operations.

o Align actions with science-based pathways to net zero.

2. Use high integrity credits

o Credits must meet recognised standards, be independently validated and verified, and avoid double counting.

o Address risks like leakage, reversals, and social/environmental harms.

o Respect rights of local communities and Indigenous Peoples, where relevant.

3. Measure and disclose planned use of credits

o Report how credits are used in sustainability disclosures.

o Transparency supports accountability and compliance with integrity criteria.

4. Plan ahead

o Set and disclose long-term and interim targets aligned with net zero by 2050.

o Use best practice transition planning guidance.

5. Make accurate green claims using appropriate terminology

o Avoid misleading claims like "carbon neutral" unless fully substantiated.

o Ensure claims reflect overall environmental impact.

6. Co-operate with others to support high integrity markets

o Collaborate to improve transparency, interoperability, and equitable access.

o Support initiatives that reduce fragmentation and enhance market integrity.

Purpose of the Engagement:

The purpose of this Pre-Market Engagement is to provide mutual benefits for both the Buyer and Supplier - If the Suppliers are able to be involved early, they can help DSIT to ensure it represents an appealing prospect to Suppliers while giving DSIT support in understanding the full scope of what is / may be required.

As part of this Pre-Market engagement, we are looking to:

• Share our objectives and requirements for carbon offsetting in the context of ECMWF's relocation and operational strategy.

• Explore market capabilities and innovative delivery models.

• Stimulate Supplier collaboration and consortia formation.

• Gather feedback to shape our procurement strategy and ensure a fair, transparent, and competitive process.

Next Steps:

To allow us to start crafting our specifications with all the relevant elements, for those interested Suppliers that are happy to support and engage in these early stages, we would be grateful if you could provide a response to the following questions:

1. Project Scope - Please advise the critical elements that you would need to know / understand, to allow you to bid.

2. Procurement Timescales - Please can you confirm if there would be any concerns with a 6-week PQQ period from Mid-January, ahead of an ITT period? Are there any industry shutdowns that we need to take into consideration?

3. Project Budget - Please can you advise if there are any budgetary considerations that should be defined prior to the tender being launched?

4. Delivery Timescales - Please can you confirm the timescales in which you feel that you would be able to deliver at least 25%, 50%, 75% and 100% of credits by under the criteria as set out above.

5. Delivery End-date - Please outline what, if any constraints would enable or prevent you delivering carbon credits ahead of a planned handover of the new HQ in March 2027.

6. Direct Supplier Engagement - Following completion of this stage of Pre-Market engagement, please advise if you would be interested in being contacted further to discuss your responses.

7. Supplier Engagement Event - Prior to launching this procurement, do you feel that it would be beneficial for DSIT to hold a Supplier Engagement Event, where we can present a more finalised version of our Scope of Services, to allow for further clarification, questions and answers in an open forum?

To provide responses to the questions above, please click the link below or copy into your internet search bar:

https://forms.office.com/Pages/ResponsePage.aspx?id=FtDPLd_5jEixa2g0W1mvt7F9fP3l9ydBolC6y00YFrNURENNWklCNlVPMVJURVZCUTdaRFFQVTJNMC4u

Where available, we would be grateful for responses to the above questions by Sunday 22 December2025.

Procurement Plan / Dates and Budget

Project budget - £2,500,000 including VAT total budget, to cover credit procurement and any associated advisory and monitoring services.

Indicative advertising timescales for a further competition:

• Indicative PQQ Live and evaluation period - 9-week period from Mid-January

• ITT period and evaluation 12 week period to circa 01 June 2026

• Contract award Early June 2026

Total value (estimated)

  • £2,083,333.33 excluding VAT
  • £2,500,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 8 June 2026 to 31 March 2027
  • 9 months, 23 days

Main procurement category

Services

CPV classifications

  • 71314300 - Energy-efficiency consultancy services
  • 71300000 - Engineering services
  • 71315200 - Building consultancy services

Contract locations

  • UK - United Kingdom

Engagement

Engagement deadline

22 December 2025

Engagement process description

Further to the scope defined above, to provide responses to the questions above, please click the link below:

https://forms.office.com/Pages/ResponsePage.aspx?id=FtDPLd_5jEixa2g0W1mvt7F9fP3l9ydBolC6y00YFrNURENNWklCNlVPMVJURVZCUTdaRFFQVTJNMC4u


Participation

Particular suitability

  • Small and medium-sized enterprises (SME)
  • Voluntary, community and social enterprises (VCSE)

Submission

Publication date of tender notice (estimated)

15 January 2026


Contracting authority

Department for Science, Innovation & Technology

  • Public Procurement Organisation Number: PVWZ-3216-PVQL

22 Whitehall

London

SW1A 2EG

United Kingdom

Region: UKI32 - Westminster

Organisation type: Public authority - central government


Other organisation

These organisations are carrying out the procurement, or part of it, on behalf of the contracting authorities.

UK Shared Business Services Ltd

Summary of their role in this procurement: Procurement Partner

  • Public Procurement Organisation Number: PMPN-7535-GNTG

Polaris House

Swindon

SN2 1FF

United Kingdom

Region: UKK14 - Swindon


Contact organisation

Contact Department for Science, Innovation & Technology for any enquiries.