Tender

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

  • Department of Agriculture, Environment and Rural Affairs

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-083030

Procurement identifier (OCID): ocds-h6vhtk-05f60a

Published 15 December 2025, 4:06pm



Scope

Reference

ID 6002309

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

Total value (estimated)

  • £800,000 excluding VAT
  • £960,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 9 February 2026 to 8 February 2029
  • Possible extension to 8 February 2031
  • 5 years

Description of possible extension:

One optional extension of up to two years.

Options

The right to additional purchases while the contract is valid.

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.

Main procurement category

Services

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

Contract locations

  • UKN - Northern Ireland

Participation

Technical ability conditions of participation

As per tender documentation


Submission

Enquiry deadline

9 January 2026, 3:00pm

Tender submission deadline

20 January 2026, 3:00pm

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 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

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

26 January 2026


Award criteria

This table displays the award criteria of the lot
Name Description Type
AC1 - Project Delivery Methodology

Project Delivery Methodology - 28.7 percent

Quality
AC2 - Capacity for the Concurrent Development of Self-Directed Learning Packages

Capacity for the Concurrent Development of Self-Directed Learning Packages - 15.4 percent

Quality
AC3 - Contract Management

Contract Management - 15.4 percent

Quality
AC4 - Social Value

Social Value - 10.5 percent

Quality
AC5 - Total Cost

Total Cost - 30 percent

Cost

Weighting description

70 percent quality and 30 percent cost


Other information

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.

Applicable trade agreements

  • Government Procurement Agreement (GPA)

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Open procedure

Special regime

Light touch

Justification for not publishing a preliminary market engagement notice

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.


Contracting authority

Department of Agriculture, Environment and Rural Affairs

  • Public Procurement Organisation Number: PLDR-5748-GBBJ

45 Tirgracey Road

Antrim

BT41 4PS

United Kingdom

Region: UKN0D - Antrim and Newtownabbey

Organisation type: Public authority - central government

Devolved regulations that apply: Northern Ireland


Other organisation

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

CPD - Supplies & Services Division

Summary of their role in this procurement: 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

  • Public Procurement Organisation Number: PVWG-8426-YWXV

303 Airport Road West

Belfast

BT3 9ED

United Kingdom

Region: UKN06 - Belfast


Contact organisation

Contact CPD - Supplies & Services Division for any enquiries.