Tender

CEFAS24-40 RFQ for Marine benthic macroinvertebrate sample analysis

CEFAS

This public procurement record has 2 releases in its history.

Tender

18 Mar 2024 at 12:59

Tender

07 Mar 2024 at 12:55

Summary of the contracting process

The procurement process led by Cefas involves a tender titled "CEFAS24-40 RFQ for Marine benthic macroinvertebrate sample analysis" in the analysis services category. The procurement stage is currently active, with a tender value of £15,000 and an open procurement method. The tender period ends on 21st March 2024, and the contract period starts on 8th April 2024, lasting until 31st July 2024. Businesses, especially those providing analysis services, should take note of this opportunity based in Lowestoft, with a focus on marine benthic macroinvertebrate sample analysis.

This procurement opportunity presented by Cefas offers SMEs a chance to compete for a valuable contract in providing marine benthic macroinvertebrate sample analysis services. Businesses that specialise in analysis services and have the capacity to process sediment samples and identify biota to the lowest taxonomic level will find this tender well-suited for their expertise. The requirement for processing, auditing, and submission of data following specific protocols presents a niche opportunity for businesses with expertise in marine biology and taxonomic identification.

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

CEFAS24-40 RFQ for Marine benthic macroinvertebrate sample analysis

Notice Description

Cefas require a supplier to carry out the processing of 25 sediment samples (5 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 bio massing 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 as part of the tender response. A single reference collection of all species/taxa identified should 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 completed with, at minimum, the detail in the exemplar provided and then sent via email following completion. 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). Quality assurance: Three grab samples from this contract are to be subject to an independent QA process following the requirements of the NMBAQC 'own sample' scheme assessment criteria with the scheme coordinator (or their assigned AQC lab). As this is also a project level audit, the full data set will be quality assured; in addition to the samples selected to assess processing, additional taxa will be identified for review from the full data matrix. Any remedial action required following the AQC process must be completed within an agreed timeframe at no extra cost to the project, including any subsequent AQC needed. The AQC contract will be arranged by Cefas. The processing and audit laboratories will include Cefas in all communications relating to this contract and will work to ensure timely delivery.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-9c65da9c-afdd-4b3a-9907-b0c9bdf45fb2
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/a0def329-c816-42b3-8780-1a737143e803
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
£15,000 Under £100K
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
18 Mar 20241 years ago
Submission Deadline
22 Mar 2024Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
7 Apr 2024 - 31 Jul 2024 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
Laura Anderson
Contact Email
procure@cefas.gov.uk
Contact Phone
Not specified

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-b5fd17-9c65da9c-afdd-4b3a-9907-b0c9bdf45fb2-2024-03-18T12:59:49Z",
    "date": "2024-03-18T12:59:49Z",
    "ocid": "ocds-b5fd17-9c65da9c-afdd-4b3a-9907-b0c9bdf45fb2",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "CF-0254900D8d000003VQwdEAG",
        "title": "CEFAS24-40 RFQ for Marine benthic macroinvertebrate sample analysis",
        "description": "Cefas require a supplier to carry out the processing of 25 sediment samples (5 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 bio massing 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 as part of the tender response. A single reference collection of all species/taxa identified should 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 completed with, at minimum, the detail in the exemplar provided and then sent via email following completion. 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). Quality assurance: Three grab samples from this contract are to be subject to an independent QA process following the requirements of the NMBAQC 'own sample' scheme assessment criteria with the scheme coordinator (or their assigned AQC lab). As this is also a project level audit, the full data set will be quality assured; in addition to the samples selected to assess processing, additional taxa will be identified for review from the full data matrix. Any remedial action required following the AQC process must be completed within an agreed timeframe at no extra cost to the project, including any subsequent AQC needed. The AQC contract will be arranged by Cefas. The processing and audit laboratories will include Cefas in all communications relating to this contract and will work to ensure timely delivery.",
        "datePublished": "2024-03-07T12:55:51Z",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "71620000",
            "description": "Analysis services"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "postalCode": "NR33 0HT"
                    },
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    },
                    {
                        "postalCode": "NR33 0HT"
                    },
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 15000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure (below threshold)",
        "tenderPeriod": {
            "endDate": "2024-03-22T12:00:00Z"
        },
        "contractPeriod": {
            "startDate": "2024-04-08T00:00:00+01:00",
            "endDate": "2024-07-31T23:59:59+01:00"
        },
        "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/552f9ac7-3860-4a04-99e6-ea3a680e9ab4",
                "datePublished": "2024-03-07T12:55:51Z",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/a0def329-c816-42b3-8780-1a737143e803",
                "datePublished": "2024-03-07T12:55:51Z",
                "dateModified": "2024-03-18T12:59:49Z",
                "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": "Laura Anderson",
                "email": "procure@cefas.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-228030",
        "name": "Cefas"
    }
}