Open Closing in a 26 days
Carbon Offsetting of Relocation of European Centre for Medium-Range Weather Forecasts (ECMWF)
Descriptions
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. 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
Timeline
Published Date :
Deadline :
Contract Start :
Contract End :
Tender Regions
CPV Codes
71314300 - Energy-efficiency consultancy services
71315200 - Building consultancy services
71300000 - Engineering services
Keywords
engineering consultancy
specialist engineering services
technical engineering solutions
engineering expertise
professional engineering
engineering advisory
engineering project support
technical engineering provision
multidisciplinary engineering
expert engineering services
energy efficiency consulting
building efficiency audits
energy-saving advice
efficiency retrofit consulting
HVAC optimization
green building consultancy
energy efficiency planning
lifecycle energy analysis
efficiency strategy advisory
retrofit energy guidance
building consultancy
facility planning consultancy
construction advisory
project support services
building optimization consultancy
technical advisory
building performance assessment
structural advice services
building design advising
facility consultancy
Tender Lot Details
2 Tender Lots
Workflows
Status :
Procedure :
Suitable for SME :
Nationwide :
Assign to :
Tender Progress :
Details
Notice Type :
Tender Identifier :
Tenderbase ID :
Low Value :
High Value :
Buyer Information
Procurement contact
Name :
Phone :
Email :
Possible Competitors
1 Possible Competitors