Award

CEFAS20-24 RFQ for Two Mini remote operated vehicles(1)

DEFRA NETWORK ETENDERING PORTAL

This public procurement record has 1 release in its history.

Award

08 Jan 2021 at 17:14

Summary of the contracting process

The procurement process initiated by the Defra Network eTendering Portal involves the acquisition of two mini remotely operated vehicles (ROVs) for monitoring shallow water habitats. This procurement falls under the goods category, with a total value of £11,000. The tender was published recently and is at the award stage, having been awarded to Buccaneer Limited on 8 January 2021. The contract period is set to commence on 11 January 2021 and will conclude by 15 February 2021. Delivery is targeted for the East of England, specifically in Lowestoft, NR33 0HT.

This tender presents an excellent opportunity for small and medium-sized enterprises (SMEs) specializing in remote-control equipment, particularly those experienced in marine technology or underwater exploration solutions. Companies capable of providing modular and adaptable products to meet specific monitoring and operational needs for shallow water environments will find this procurement aligns with their expertise. Given the specified performance capabilities, businesses with innovative technological solutions in video and sensor equipment will have a competitive advantage in this tender process.

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

CEFAS20-24 RFQ for Two Mini remote operated vehicles(1)

Notice Description

Requirement: 1. 2 x Mini remotely operated vehicles are required for the collection of HD videos for the monitoring of shallow water (less than 100m) habitats and species. The system should include cable, cable management system, and interface for the viewing of live footage and controlling of the ROV in real-time. Method of deployment The system needs to be launchable from small nearshore vessels (>5 meters) without the requirement of any additional equipment such as winches, A-frames or gantries. The complete system should be of reasonable weight in air to be able to be launched by one person by hand. For flexibility in the length of the working day the system should be equipped with interchangeable batteries (please state expected duration between battery charges). Mobility Within the water the system should have a minimum of 6 degrees of freedom. The system must be rated to a minimum depth 100 m. The system may be used in tidal areas so should be able to make forward headway in up to 2 knots of tidal current. Video Camera Requirements The systems are mainly going to be used in tropical locations where water clarity is high. Ambient sunlight is often a problem in these environments resulting in blue flooded images and video. The system should therefore have the ability to work in low light as additional lamps are often not effective in introducing more light in these environments. Video data will need to be viewed live via the topside unit with the option to record or at a minimum output in a standard format to another device which may not be included in this tender. The video camera should be a minimum of HD (1080p) with data being recorded on the surface at a minimum of HD (1080p). For mobility and safety the camera should have the option to tilt which can be remotely controlled from the surface. Cable/tether requirement The system will require a tether of 300 m. The system should have the ability to transmit a minimum of HD video across the full length of the tether. A cable management system is also required. Additional Sensor requirements These systems will be developed over the coming years to adapt to new projects and science. The ability to add sensors at a later date (including altimetry, temperature, pressure) is desirable. There is also a requirement to fit additional cameras to the frame. The system frame should be adaptable and allow for modification or the addition of an external frame. Service and Maintenance One of the camera systems is likely to remain with a partner organisation in the South Pacific and will not have access to international shipping. The system should therefore be modular to allow for the replacement of items by a technician in location (e.g. thruster replacement). Equipment must be provided along with all additional items, fixtures and fittings required to make the equipment fully operational for the purposes it is required, taking into consideration: - All equipment will be supplied as new from

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-9e9d921f-809e-44b6-8b01-240c39f3e00f
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/9b036792-badc-4c34-a025-7c671aaa55a1
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Open
Procurement Method Details
Open procedure (below threshold)
Tender Suitability
SME
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

38 - Laboratory, optical and precision equipments (excl. glasses)


CPV Codes

38820000 - Remote-control equipment

Notice Value(s)

Tender Value
£11,000 Under £100K
Lots Value
Not specified
Awards Value
£11,000 Under £100K
Contracts Value
Not specified

Notice Dates

Publication Date
8 Jan 20215 years ago
Submission Deadline
10 Dec 2020Expired
Future Notice Date
Not specified
Award Date
8 Jan 20215 years ago
Contract Period
11 Jan 2021 - 15 Feb 2021 1-6 months
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
DEFRA NETWORK ETENDERING PORTAL
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

Supplier Information

Number of Suppliers
1
Supplier Name

BUCCANEER

Further Information

Notice Documents

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-b5fd17-9e9d921f-809e-44b6-8b01-240c39f3e00f-2021-01-08T17:14:25Z",
    "date": "2021-01-08T17:14:25Z",
    "ocid": "ocds-b5fd17-9e9d921f-809e-44b6-8b01-240c39f3e00f",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "tender_257643/917142",
        "title": "CEFAS20-24 RFQ for Two Mini remote operated vehicles(1)",
        "description": "Requirement: 1. 2 x Mini remotely operated vehicles are required for the collection of HD videos for the monitoring of shallow water (less than 100m) habitats and species. The system should include cable, cable management system, and interface for the viewing of live footage and controlling of the ROV in real-time. Method of deployment The system needs to be launchable from small nearshore vessels (>5 meters) without the requirement of any additional equipment such as winches, A-frames or gantries. The complete system should be of reasonable weight in air to be able to be launched by one person by hand. For flexibility in the length of the working day the system should be equipped with interchangeable batteries (please state expected duration between battery charges). Mobility Within the water the system should have a minimum of 6 degrees of freedom. The system must be rated to a minimum depth 100 m. The system may be used in tidal areas so should be able to make forward headway in up to 2 knots of tidal current. Video Camera Requirements The systems are mainly going to be used in tropical locations where water clarity is high. Ambient sunlight is often a problem in these environments resulting in blue flooded images and video. The system should therefore have the ability to work in low light as additional lamps are often not effective in introducing more light in these environments. Video data will need to be viewed live via the topside unit with the option to record or at a minimum output in a standard format to another device which may not be included in this tender. The video camera should be a minimum of HD (1080p) with data being recorded on the surface at a minimum of HD (1080p). For mobility and safety the camera should have the option to tilt which can be remotely controlled from the surface. Cable/tether requirement The system will require a tether of 300 m. The system should have the ability to transmit a minimum of HD video across the full length of the tether. A cable management system is also required. Additional Sensor requirements These systems will be developed over the coming years to adapt to new projects and science. The ability to add sensors at a later date (including altimetry, temperature, pressure) is desirable. There is also a requirement to fit additional cameras to the frame. The system frame should be adaptable and allow for modification or the addition of an external frame. Service and Maintenance One of the camera systems is likely to remain with a partner organisation in the South Pacific and will not have access to international shipping. The system should therefore be modular to allow for the replacement of items by a technician in location (e.g. thruster replacement). Equipment must be provided along with all additional items, fixtures and fittings required to make the equipment fully operational for the purposes it is required, taking into consideration: - All equipment will be supplied as new from",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "38820000",
            "description": "Remote-control equipment"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "postalCode": "NR33 0HT"
                    },
                    {
                        "region": "East of England",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 11000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure (below threshold)",
        "tenderPeriod": {
            "endDate": "2020-12-10T00:00:00Z"
        },
        "contractPeriod": {
            "startDate": "2021-01-11T00:00:00Z",
            "endDate": "2021-02-15T23:59:59Z"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "goods"
    },
    "parties": [
        {
            "id": "GB-CFS-159701",
            "name": "Defra Network eTendering Portal",
            "identifier": {
                "legalName": "Defra Network eTendering Portal"
            },
            "address": {
                "streetAddress": "Pakefield ROad",
                "locality": "Lowestoft",
                "postalCode": "NR33 0HT",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Chloe Halifax",
                "email": "Chloe.Halifax@cefas.co.uk",
                "telephone": "0"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "GB-CFS-159702",
            "name": "Buccaneer Limited",
            "identifier": {
                "legalName": "Buccaneer Limited"
            },
            "address": {
                "streetAddress": "Buccaneer House, Macduff, Aberdeenshire, AB44 1UJ, UNITED KINGDOM"
            },
            "details": {
                "scale": "large",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-159701",
        "name": "Defra Network eTendering Portal"
    },
    "awards": [
        {
            "id": "ocds-b5fd17-9e9d921f-809e-44b6-8b01-240c39f3e00f-1",
            "status": "active",
            "date": "2021-01-08T00:00:00Z",
            "datePublished": "2021-01-08T17:14:25Z",
            "value": {
                "amount": 11000,
                "currency": "GBP"
            },
            "suppliers": [
                {
                    "id": "GB-CFS-159702",
                    "name": "Buccaneer Limited"
                }
            ],
            "contractPeriod": {
                "startDate": "2021-01-11T00:00:00Z",
                "endDate": "2021-02-15T23:59:59Z"
            },
            "documents": [
                {
                    "id": "1",
                    "documentType": "awardNotice",
                    "description": "Awarded contract notice on Contracts Finder",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/9b036792-badc-4c34-a025-7c671aaa55a1",
                    "datePublished": "2021-01-08T17:14:25Z",
                    "format": "text/html",
                    "language": "en"
                }
            ]
        }
    ]
}