Tender

CEFAS24-92 RFQ for marine benthic macroinvertebrate analysis of samples from the Inner Gabbard East (IGE) dredged material disposal site, 2024.

CEFAS

This public procurement record has 1 release in its history.

Tender

10 Jul 2024 at 13:58

Summary of the contracting process

The procurement process initiated by Cefas involves a tender titled "CEFAS24-92 RFQ for marine benthic macroinvertebrate analysis of samples from the Inner Gabbard East (IGE) dredged material disposal site, 2024." This procurement falls under the Analysis services category and has a value of £20,000. The tender period ends on 31st July 2024, with a contract period from 27th August 2024 to 31st January 2025. Cefas, located in Lowestoft, UK, is the buying organisation. The procurement method is an Open procedure (below threshold).

This tender by Cefas presents an opportunity for small and medium-sized enterprises (SMEs) within the services sector. Businesses capable of conducting marine benthic macroinvertebrate analysis will find this tender suitable for competing. The contract value of £20,000 and the specified task requirements make it ideal for companies seeking growth opportunities in the analysis services domain. The procurement process is at an active stage, allowing interested businesses to engage and submit bids before the deadline.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

CEFAS24-92 RFQ for marine benthic macroinvertebrate analysis of samples from the Inner Gabbard East (IGE) dredged material disposal site, 2024.

Notice Description

Cefas require a Supplier to process the 36 sediment samples (12 stations with triplicate samples), to extract and identify all biota retained following sieving on a 1.0 mm capture mesh, as per the NMBAQC guidelines detailing extraction and identification protocols. In addition to this, there is a requirement to ensure these data are audited as per the NMBAQC Own Samples protocol prior to submission to Cefas (Hall, 2019). http://www.nmbaqcs.org/media/1764/os686970_summary-report.pdf. Enumeration, identification and biomassing to the lowest possible taxonomic level should be carried out following the NMBAQC Processing Requirement Protocol and Taxonomic Discrimination Protocol. Biomass (wet weight in grams to at least 4 d.p.) is required for all enumerable taxa. Balances must be serviced annually and a valid service certificate must be supplied. A single reference collection of all species/taxa identified is required to be returned to the Cefas laboratories in Lowestoft in an appropriate preservation liquid (i.e. 100% IDA or 70% IMS, 20% water and 10% glycerol). The reference collection should contain, as a minimum, the species name, name of identifier/ supervisor, station code, cruise code, date of collection and name of species identification verifier. A list of all taxa in the reference collection is also requested, in electronic form, with these details included. Notable taxa should be highlighted here such as non-native species and new or unusual records. Non-native species should be added to the Non-native Species Information Portal (NNSIP) (hosted on the Non-native Species Secretariat website, http://www.nonnativespecies.org/index.cfm?sectionid=81). The abundance and biomass data matrices should be in completed with, at minimum, the detail in the exemplar provided and then sent via email following completion (full details to be provided at kick off meeting). All species names must be run through the WoRMS 'Match Taxa' tool so that all naming is current (http://www.marinespecies.org/aphia.php?p=match). Samples are available for collection, by the successful Supplier, as soon as possible following Contract Award, from the storage facility in Lowestoft. Please include a cost to acknowledge this requirement within the RFQ Part 2 (Pricing). Samples must be transported safely and securely. Full details of the sample collection are to be confirmed at kick off meeting. Download the Bidder Pack at https://defra-family.force.com/s/Welcome and search for CEFAS24-92 under opportunities.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-63c0ad8a-5d94-4683-b07f-14841d89dadd
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/bb8079e1-5f04-49b8-84bc-a0a76fa11b0a
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure (below threshold)
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services


CPV Codes

71620000 - Analysis services

Notice Value(s)

Tender Value
£20,000 Under £100K
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
10 Jul 20241 years ago
Submission Deadline
31 Jul 2024Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
26 Aug 2024 - 31 Jan 2025 1-6 months
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
CEFAS
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
LOWESTOFT
Postcode
NR33 0HT
Post Town
Norwich
Country
England

Major Region (ITL 1)
TLH East (England)
Basic Region (ITL 2)
TLH6 Suffolk
Small Region (ITL 3)
TLH63 East Suffolk
Delivery Location
Not specified

Local Authority
East Suffolk
Electoral Ward
Kirkley & Pakefield
Westminster Constituency
Lowestoft

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-63c0ad8a-5d94-4683-b07f-14841d89dadd-2024-07-10T14:58:47+01:00",
    "date": "2024-07-10T14:58:47+01:00",
    "ocid": "ocds-b5fd17-63c0ad8a-5d94-4683-b07f-14841d89dadd",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "CF-0324900D8d000003VQwdEAG",
        "title": "CEFAS24-92 RFQ for marine benthic macroinvertebrate analysis of samples from the Inner Gabbard East (IGE) dredged material disposal site, 2024.",
        "description": "Cefas require a Supplier to process the 36 sediment samples (12 stations with triplicate samples), to extract and identify all biota retained following sieving on a 1.0 mm capture mesh, as per the NMBAQC guidelines detailing extraction and identification protocols. In addition to this, there is a requirement to ensure these data are audited as per the NMBAQC Own Samples protocol prior to submission to Cefas (Hall, 2019). http://www.nmbaqcs.org/media/1764/os686970_summary-report.pdf. Enumeration, identification and biomassing to the lowest possible taxonomic level should be carried out following the NMBAQC Processing Requirement Protocol and Taxonomic Discrimination Protocol. Biomass (wet weight in grams to at least 4 d.p.) is required for all enumerable taxa. Balances must be serviced annually and a valid service certificate must be supplied. A single reference collection of all species/taxa identified is required to be returned to the Cefas laboratories in Lowestoft in an appropriate preservation liquid (i.e. 100% IDA or 70% IMS, 20% water and 10% glycerol). The reference collection should contain, as a minimum, the species name, name of identifier/ supervisor, station code, cruise code, date of collection and name of species identification verifier. A list of all taxa in the reference collection is also requested, in electronic form, with these details included. Notable taxa should be highlighted here such as non-native species and new or unusual records. Non-native species should be added to the Non-native Species Information Portal (NNSIP) (hosted on the Non-native Species Secretariat website, http://www.nonnativespecies.org/index.cfm?sectionid=81). The abundance and biomass data matrices should be in completed with, at minimum, the detail in the exemplar provided and then sent via email following completion (full details to be provided at kick off meeting). All species names must be run through the WoRMS 'Match Taxa' tool so that all naming is current (http://www.marinespecies.org/aphia.php?p=match). Samples are available for collection, by the successful Supplier, as soon as possible following Contract Award, from the storage facility in Lowestoft. Please include a cost to acknowledge this requirement within the RFQ Part 2 (Pricing). Samples must be transported safely and securely. Full details of the sample collection are to be confirmed at kick off meeting. Download the Bidder Pack at https://defra-family.force.com/s/Welcome and search for CEFAS24-92 under opportunities.",
        "datePublished": "2024-07-10T14:58:47+01:00",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "71620000",
            "description": "Analysis services"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "minValue": {
            "amount": 15000,
            "currency": "GBP"
        },
        "value": {
            "amount": 20000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure (below threshold)",
        "tenderPeriod": {
            "endDate": "2024-07-31T12:00:00+01:00"
        },
        "contractPeriod": {
            "startDate": "2024-08-27T00:00:00+01:00",
            "endDate": "2025-01-31T23:59:59Z"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/bb8079e1-5f04-49b8-84bc-a0a76fa11b0a",
                "datePublished": "2024-07-10T14:58:47+01:00",
                "format": "text/html",
                "language": "en"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-228030",
            "name": "Cefas",
            "identifier": {
                "legalName": "Cefas"
            },
            "address": {
                "streetAddress": "Pakefield Road",
                "locality": "Lowestoft",
                "postalCode": "NR33 0HT",
                "countryName": "GB"
            },
            "contactPoint": {
                "name": "Jade Peek",
                "email": "procure@cefas.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-228030",
        "name": "Cefas"
    }
}