Tender

Wyville Thomson Ridge (0924S) Imagery Analysis

JNCC SUPPORT CO

This public procurement record has 6 releases in its history.

TenderUpdate

10 Nov 2025 at 11:43

TenderUpdate

06 Nov 2025 at 12:55

TenderUpdate

04 Nov 2025 at 16:01

TenderUpdate

27 Oct 2025 at 14:06

TenderUpdate

16 Oct 2025 at 16:30

Tender

16 Oct 2025 at 15:59

Summary of the contracting process

The Joint Nature Conservation Committee (JNCC) is seeking to commission a contract for the analysis of seabed imagery, including still images and videos, gathered from the 0924S survey aboard the MRV Scotia. The project titled "Wyville Thomson Ridge (0924S) Imagery Analysis" falls under the environmental and marine services categories. This contract entails the analysis of approximately 38 hours of high-definition video and 3,530 still images, which were collected for monitoring the Special Area of Conservation near the Wyville Thomson Ridge, located northwest of mainland Scotland. JNCC, a statutory adviser on nature conservation, is the buying organisation. The procurement is in the tender stage, with submissions due electronically by 14:00 on 11th November 2025. The contract will run from 20th November 2025 to 16th March 2026, with a total estimated value of up to £80,400.

This tender presents significant opportunities for businesses specialising in environmental and marine services, particularly those with expertise in deep-sea taxonomy and marine imagery analysis. Companies offering such niche services can leverage their capabilities on international and UK-wide nature conservation initiatives. The contract includes options for video analysis, still image analysis, or a combination of both, making it well-suited for small to medium-sized enterprises ready to demonstrate their technical expertise. The evaluation criteria focus on the quality of bid, contractor details, sustainability, and cost, providing an opportunity for well-documented, competitive bids that highlight innovative and efficient analysis methodologies. Participants in this competitive process will be granted access to relevant project resources, such as the BIIGLE image and video annotation software, to facilitate their bid preparation.

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

Wyville Thomson Ridge (0924S) Imagery Analysis

Notice Description

The Joint Nature Conservation Committee (JNCC) is the statutory adviser to the UK Government and devolved administrations on UK and international nature conservation Our role is to provide scientific evidence, information, and advice to inform decisions to protect the natural environment. Our specific role is to work on nature conservation issues that affect the UK as a whole and internationally, by: * advising Government on the development and implementation of policies for, or affecting, nature conservation in the UK and internationally; * providing advice and disseminating knowledge on nature conservation issues affecting the UK and internationally; * establishing common standards throughout the UK for nature conservation, including monitoring, research, and the analysis of results; and * commissioning or supporting research which it deems relevant to these functions. Background to JNCC can be found on JNCC's website at: https://jncc.gov.uk/about-jncc/ 2. Project Aims JNCC wishes to commission a contract to undertake the analysis of seabed imagery (still images and video) collected on the 0924S survey from a drop-frame camera. Seabed imagery will be analysed using the image and video annotation software BIIGLE . During 0924S, imagery data was collected for MPA monitoring purposes. The total number of sampled drop-camera stations was 80; circa 38 hours of high-definition video. Due to technical difficulties, the camera had to be restarted during 4 transects, resulting in multiple videos for these transects, giving a total of 85 videos to be analysed. Videos from one transect should be analysed together. A total of 3,530 still images were collected across 79 of the drop-camera stations. More detailed metadata will be provided including information from logs and the survey report. Throughout the tender process, guest access to the 2024 BIIGLE project will be provided to allow review of the available images. The successful contractor will be provided with access to the 2024 BIIGLE project and the annotated 2018 WTR seabed imagery to aid with identification. Please note that experience in the identification of deep-sea taxa is required to complete this contract. The bid submission should clearly state which of the following options are being bid for, please provide a quote for either option 1, 2 or 3: Option 1 Video analysis, please provide a quote for the cost and breakdown per video hour Option 2 Stills analysis, please provide a quote for the cost and breakdown of the number of stills Option 3 Video analysis and stills analysis, please provide a quote for complete analysis of all imagery (video and stills), breaking down the costs as per options 1 and 2. 3. Project Background JNCC and the Marine Directorate of the Scottish Government (MD) conducted a survey aboard MRV Scotia (0924S) in 2024 to gather evidence to monitor Wyville Thomson Ridge Special Area of Conservation (WTR) (Figure 1) and inform assessment of the extent and condition of the designated features of the site. A survey of WTR was conducted in 2017/18, but the 0924S survey will form the first monitoring point (T0) in the time series at WTR. WTR is located to the northwest of mainland Scotland at the northern end of the Rockall Trough, with the closest land approximately 77 km away at Rona, Scotland. The site has an area of 1,740 km2 and a depth range of 350 m to 1000 m. The designated features of WTR are listed in Table 1. Further information on WTR can be found at the JNCC site information centre https://jncc.gov.uk/our-work/wyville-thomson-ridge-mpa/. Table 1. Designated features of Wyville Thomson Ridge SAC. Feature Feature type 1170 Reefs Annex I Habitat Annex I Reef Reefs are formed by biogenic concretions or non-biogenic substrata, which arise from the seafloor and so are topographically distinct from their surroundings (European Commission 2013a). They are generally found in the subtidal zone but may extend in a broken transition into the intertidal zone. Annex I reefs include biogenic reefs, bedrock reefs and stony reefs. The UK has a greater range and extent of rocky reefs than biogenic reefs, and rocky reefs are extremely variable in their structure and in the communities they support (Brown et al. 1997). They range from vertical rock walls to horizontal ledges, sloping or flat bed rock, broken rock, boulder fields, and aggregations of cobbles. A variety of invertebrates can inhabit rocky reefs, including sponges, corals, and sea squirts, which attach to the rock surface. Mobile species, such as fish, lobsters and crustaceans, may also use rocky reefs for shelter. Both types of rocky reefs - bedrock reefs and stony reefs - are protected features within WTR. Bedrock reef Bedrock reef occurs where the bedrock that underlies surface sediments on the seafloor arises from the surrounding seabed, creating a habitat that is colonised by many different marine animals and plants. Bedrock is consolidated rock and can be composed of most rock types (granite, limestone, sandstone etc.). Stony reef Stony reef occurs where 10% or more of the seabed substratum are composed of particles greater than 64 mm across, i.e. cobbles and boulders (European Commission 2013a). The remaining supporting 'matrix' could be of smaller sized material. The reef may be consistent in its coverage or it may form patches with intervening areas of finer sediment. Epifaunal species dominate biological cover. Stony reef should be topographically distinct from the surrounding sea floor with a minimum area of 25 m2 (this also applies to the total area of a patchy reef) (Irving, 2009). Iceberg ploughmarks can be considered as a special type of stony reef. They occur along the UK continental shelf edge off northern and western Scotland, including in WTR (Irving 2009). Iceberg 'ploughmarks' consist of ridges of boulders, cobbles and gravel where finer sediments have been winnowed away by high energy currents at the site, interspersed with finer sediment troughs up to 5 -10 m deep (Masson et al., 2000). They are thought to have been formed by the ploughing movement of icebergs through the seabed at the end of the last ice age. The iceberg ploughmarks in WTR are stable and consolidated and have been classified as stony reef (Irving 2009). Although the Irving (2009) stony reef criteria can be applied in WTR, as iceberg ploughmark Annex I Reef is a special case of Annex I stony reef, regardless of the substrate present, the area identified as iceberg ploughmarks is considered to be Annex I Reef. The patchy nature of stony substrate within the wider iceberg ploughmark area results in a small-scale mosaic of stony and non-stony substrate of the seabed. Hence, small scale variation in the presence or absence of stony reef substratum can occur within the wider Annex I Reef area. Biogenic reef Biogenic reefs are made up of hard matter, formed by animals themselves. The reef structure can be composed of the reef-building organism (including its tubes or shells), or it may also be composed of sediments, stones and shells that the organism has bond together. In the deep sea, the main species that form biogenic reefs include cold-water corals (e.g. Lophelia pertusa, Madrepora oculata and Solenosmilia variabilis). Biogenic reefs can provide complex habitats for species assemblages, such as for sponges, bryozoans, and sea squirts. WTR 2024 Survey (0924S) The 0924S survey departed from Aberdeen on the 23rd of July 2024 and returned to Aberdeen on the 12th of August 2024. Data from this survey will form the first time point (T0) of a monitoring series. The monitoring aims and objectives of survey 0924S relating to seabed imagery are: 1. Collect evidence to inform type one (sentinel) monitoring of the structure and function of Annex I Reef at WTR SAC. 2. Collect evidence to inform the physical extent and distribution of the Annex I Reef within WTR SAC. Imagery was collected with a drop-frame camera (DC) system, towed by the vessel at a target speed of 0.5 knots and a target altitude of 1 m. The following instruments were mounted on the drop-frame camera: * Kongsberg OE 14-408 digital stills camera (10 MP) mounted in a planar (downwards facing) orientation * High definition SubC 1 Alpha video camera in a planar orientation * Four-point (green) laser-scaling with the bottom two set to 67 mm spacing * Additionally: four SEALED lamps, Valeport CTD, Ultra-short Baseline (USBL) acoustic positioning beacon Sampling during the 0924S survey was stratified by zones and depth. Seven zones were selected for the purposes of sampling design, with seven depth contours chosen from within these zones (Figure 2). Video and stills imagery were collected from 80 stations across the seven depth bands. The 300, 400, 450 and 800 m depth bands were prioritised and all stations at these depths, across all zones, were sampled. It was not possible to sample the 500, 600 and 700 m depth bands in all zones during the survey (Figure 3). At each station, the camera tow was continued until a suitable number of images had been collected. As a result, the length of video tows varies. In total, 38 hours and 13 minutes of video and 3,530 still images will be analysed (Table 2). All imagery will be made available via a BIIGLE project. Access to the imagery via the BIIGLE project can be provided on request to aid in the tendering process (see contacts for technical information on page 1) and more detailed metadata will be provided to the successful contractor following contract award.

Lot Information

Lot 1

Options: Please note that experience in the identification of deep-sea taxa is required to complete this contract. The bid submission should clearly state which of the following options are being bid for, please provide a quote for either option 1, 2 or 3: Option 1 Video analysis, please provide a quote for the cost and breakdown per video hour Option 2 Stills analysis, please provide a quote for the cost and breakdown of the number of stills Option 3 Video analysis and stills analysis, please provide a quote for complete analysis of all imagery (video and stills), breaking down the costs as per options 1 and 2.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05ce5b
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/072333-2025
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Below threshold - open competition
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

90 - Sewage, refuse, cleaning and environmental services

98 - Other community, social and personal services


CPV Codes

90700000 - Environmental services

98360000 - Marine services

Notice Value(s)

Tender Value
£67,000 Under £100K
Lots Value
£67,000 Under £100K
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
10 Nov 20253 months ago
Submission Deadline
11 Nov 2025Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
20 Nov 2025 - 16 Mar 2026 1-6 months
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
JNCC SUPPORT CO
Contact Name
Not specified
Contact Email
contractqueries@jncc.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
PETERBOROUGH
Postcode
PE2 8YY
Post Town
Peterborough
Country
England

Major Region (ITL 1)
TLH East (England)
Basic Region (ITL 2)
TLH4 Cambridgeshire and Peterborough
Small Region (ITL 3)
TLH41 Peterborough
Delivery Location
Not specified

Local Authority
Peterborough
Electoral Ward
Fletton and Stanground
Westminster Constituency
North West Cambridgeshire

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-h6vhtk-05ce5b-2025-11-10T11:43:19Z",
    "date": "2025-11-10T11:43:19Z",
    "ocid": "ocds-h6vhtk-05ce5b",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-COH-05380206",
            "name": "JNCC SUPPORT CO",
            "identifier": {
                "scheme": "GB-COH",
                "id": "05380206"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PRPL-6981-TDJT"
                }
            ],
            "address": {
                "streetAddress": "QUAY HOUSE, 2 EAST STATION ROAD, FLETTON QUAYS",
                "locality": "PETERBOROUGH",
                "postalCode": "PE2 8YY",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKH11"
            },
            "contactPoint": {
                "email": "contractqueries@jncc.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthorityCentralGovernment",
                        "description": "Public authority - central government"
                    },
                    {
                        "scheme": "UK_CA_DEVOLVED_REGULATIONS",
                        "id": "GB-SCT",
                        "description": "Scottish devolved regulations apply"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-COH-05380206",
        "name": "JNCC SUPPORT CO"
    },
    "tender": {
        "id": "C25-0877-2114",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Wyville Thomson Ridge (0924S) Imagery Analysis",
        "description": "The Joint Nature Conservation Committee (JNCC) is the statutory adviser to the UK Government and devolved administrations on UK and international nature conservation Our role is to provide scientific evidence, information, and advice to inform decisions to protect the natural environment. Our specific role is to work on nature conservation issues that affect the UK as a whole and internationally, by: * advising Government on the development and implementation of policies for, or affecting, nature conservation in the UK and internationally; * providing advice and disseminating knowledge on nature conservation issues affecting the UK and internationally; * establishing common standards throughout the UK for nature conservation, including monitoring, research, and the analysis of results; and * commissioning or supporting research which it deems relevant to these functions. Background to JNCC can be found on JNCC's website at: https://jncc.gov.uk/about-jncc/ 2. Project Aims JNCC wishes to commission a contract to undertake the analysis of seabed imagery (still images and video) collected on the 0924S survey from a drop-frame camera. Seabed imagery will be analysed using the image and video annotation software BIIGLE . During 0924S, imagery data was collected for MPA monitoring purposes. The total number of sampled drop-camera stations was 80; circa 38 hours of high-definition video. Due to technical difficulties, the camera had to be restarted during 4 transects, resulting in multiple videos for these transects, giving a total of 85 videos to be analysed. Videos from one transect should be analysed together. A total of 3,530 still images were collected across 79 of the drop-camera stations. More detailed metadata will be provided including information from logs and the survey report. Throughout the tender process, guest access to the 2024 BIIGLE project will be provided to allow review of the available images. The successful contractor will be provided with access to the 2024 BIIGLE project and the annotated 2018 WTR seabed imagery to aid with identification. Please note that experience in the identification of deep-sea taxa is required to complete this contract. The bid submission should clearly state which of the following options are being bid for, please provide a quote for either option 1, 2 or 3: Option 1 Video analysis, please provide a quote for the cost and breakdown per video hour Option 2 Stills analysis, please provide a quote for the cost and breakdown of the number of stills Option 3 Video analysis and stills analysis, please provide a quote for complete analysis of all imagery (video and stills), breaking down the costs as per options 1 and 2. 3. Project Background JNCC and the Marine Directorate of the Scottish Government (MD) conducted a survey aboard MRV Scotia (0924S) in 2024 to gather evidence to monitor Wyville Thomson Ridge Special Area of Conservation (WTR) (Figure 1) and inform assessment of the extent and condition of the designated features of the site. A survey of WTR was conducted in 2017/18, but the 0924S survey will form the first monitoring point (T0) in the time series at WTR. WTR is located to the northwest of mainland Scotland at the northern end of the Rockall Trough, with the closest land approximately 77 km away at Rona, Scotland. The site has an area of 1,740 km2 and a depth range of 350 m to 1000 m. The designated features of WTR are listed in Table 1. Further information on WTR can be found at the JNCC site information centre https://jncc.gov.uk/our-work/wyville-thomson-ridge-mpa/. Table 1. Designated features of Wyville Thomson Ridge SAC. Feature Feature type 1170 Reefs Annex I Habitat Annex I Reef Reefs are formed by biogenic concretions or non-biogenic substrata, which arise from the seafloor and so are topographically distinct from their surroundings (European Commission 2013a). They are generally found in the subtidal zone but may extend in a broken transition into the intertidal zone. Annex I reefs include biogenic reefs, bedrock reefs and stony reefs. The UK has a greater range and extent of rocky reefs than biogenic reefs, and rocky reefs are extremely variable in their structure and in the communities they support (Brown et al. 1997). They range from vertical rock walls to horizontal ledges, sloping or flat bed rock, broken rock, boulder fields, and aggregations of cobbles. A variety of invertebrates can inhabit rocky reefs, including sponges, corals, and sea squirts, which attach to the rock surface. Mobile species, such as fish, lobsters and crustaceans, may also use rocky reefs for shelter. Both types of rocky reefs - bedrock reefs and stony reefs - are protected features within WTR. Bedrock reef Bedrock reef occurs where the bedrock that underlies surface sediments on the seafloor arises from the surrounding seabed, creating a habitat that is colonised by many different marine animals and plants. Bedrock is consolidated rock and can be composed of most rock types (granite, limestone, sandstone etc.). Stony reef Stony reef occurs where 10% or more of the seabed substratum are composed of particles greater than 64 mm across, i.e. cobbles and boulders (European Commission 2013a). The remaining supporting 'matrix' could be of smaller sized material. The reef may be consistent in its coverage or it may form patches with intervening areas of finer sediment. Epifaunal species dominate biological cover. Stony reef should be topographically distinct from the surrounding sea floor with a minimum area of 25 m2 (this also applies to the total area of a patchy reef) (Irving, 2009). Iceberg ploughmarks can be considered as a special type of stony reef. They occur along the UK continental shelf edge off northern and western Scotland, including in WTR (Irving 2009). Iceberg 'ploughmarks' consist of ridges of boulders, cobbles and gravel where finer sediments have been winnowed away by high energy currents at the site, interspersed with finer sediment troughs up to 5 -10 m deep (Masson et al., 2000). They are thought to have been formed by the ploughing movement of icebergs through the seabed at the end of the last ice age. The iceberg ploughmarks in WTR are stable and consolidated and have been classified as stony reef (Irving 2009). Although the Irving (2009) stony reef criteria can be applied in WTR, as iceberg ploughmark Annex I Reef is a special case of Annex I stony reef, regardless of the substrate present, the area identified as iceberg ploughmarks is considered to be Annex I Reef. The patchy nature of stony substrate within the wider iceberg ploughmark area results in a small-scale mosaic of stony and non-stony substrate of the seabed. Hence, small scale variation in the presence or absence of stony reef substratum can occur within the wider Annex I Reef area. Biogenic reef Biogenic reefs are made up of hard matter, formed by animals themselves. The reef structure can be composed of the reef-building organism (including its tubes or shells), or it may also be composed of sediments, stones and shells that the organism has bond together. In the deep sea, the main species that form biogenic reefs include cold-water corals (e.g. Lophelia pertusa, Madrepora oculata and Solenosmilia variabilis). Biogenic reefs can provide complex habitats for species assemblages, such as for sponges, bryozoans, and sea squirts. WTR 2024 Survey (0924S) The 0924S survey departed from Aberdeen on the 23rd of July 2024 and returned to Aberdeen on the 12th of August 2024. Data from this survey will form the first time point (T0) of a monitoring series. The monitoring aims and objectives of survey 0924S relating to seabed imagery are: 1. Collect evidence to inform type one (sentinel) monitoring of the structure and function of Annex I Reef at WTR SAC. 2. Collect evidence to inform the physical extent and distribution of the Annex I Reef within WTR SAC. Imagery was collected with a drop-frame camera (DC) system, towed by the vessel at a target speed of 0.5 knots and a target altitude of 1 m. The following instruments were mounted on the drop-frame camera: * Kongsberg OE 14-408 digital stills camera (10 MP) mounted in a planar (downwards facing) orientation * High definition SubC 1 Alpha video camera in a planar orientation * Four-point (green) laser-scaling with the bottom two set to 67 mm spacing * Additionally: four SEALED lamps, Valeport CTD, Ultra-short Baseline (USBL) acoustic positioning beacon Sampling during the 0924S survey was stratified by zones and depth. Seven zones were selected for the purposes of sampling design, with seven depth contours chosen from within these zones (Figure 2). Video and stills imagery were collected from 80 stations across the seven depth bands. The 300, 400, 450 and 800 m depth bands were prioritised and all stations at these depths, across all zones, were sampled. It was not possible to sample the 500, 600 and 700 m depth bands in all zones during the survey (Figure 3). At each station, the camera tow was continued until a suitable number of images had been collected. As a result, the length of video tows varies. In total, 38 hours and 13 minutes of video and 3,530 still images will be analysed (Table 2). All imagery will be made available via a BIIGLE project. Access to the imagery via the BIIGLE project can be provided on request to aid in the tendering process (see contacts for technical information on page 1) and more detailed metadata will be provided to the successful contractor following contract award.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "90700000",
                        "description": "Environmental services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "98360000",
                        "description": "Marine services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 80400,
            "amount": 67000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Below threshold - open competition",
        "mainProcurementCategory": "services",
        "aboveThreshold": false,
        "submissionMethodDetails": "To be eligible for consideration your tender must arrive by 14:00 hours on Tuesday 11 November 2025. Please submit your return by email to the following address: TenderResponse@jncc.gov.uk Please direct any queries in respect of this tender to the named individuals below as appropriate.",
        "submissionTerms": {
            "electronicSubmissionPolicy": "notAllowed"
        },
        "tenderPeriod": {
            "endDate": "2025-11-11T14:00:00Z"
        },
        "enquiryPeriod": {
            "endDate": "2025-11-04T14:00:00Z"
        },
        "lots": [
            {
                "id": "1",
                "status": "active",
                "value": {
                    "amountGross": 80400,
                    "amount": 67000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality of Bid",
                            "numbers": [
                                {
                                    "number": 50,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Details of Contractor",
                            "numbers": [
                                {
                                    "number": 20,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Sustainability",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "cost",
                            "name": "Cost",
                            "numbers": [
                                {
                                    "number": 20,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2025-11-20T00:00:00Z",
                    "endDate": "2026-03-16T23:59:59Z"
                },
                "hasOptions": true,
                "options": {
                    "description": "Please note that experience in the identification of deep-sea taxa is required to complete this contract. The bid submission should clearly state which of the following options are being bid for, please provide a quote for either option 1, 2 or 3: Option 1 Video analysis, please provide a quote for the cost and breakdown per video hour Option 2 Stills analysis, please provide a quote for the cost and breakdown of the number of stills Option 3 Video analysis and stills analysis, please provide a quote for complete analysis of all imagery (video and stills), breaking down the costs as per options 1 and 2."
                }
            }
        ],
        "documents": [
            {
                "id": "A-6364",
                "documentType": "biddingDocuments",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-6364",
                "format": "application/x-zip-compressed"
            },
            {
                "id": "066067-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/066067-2025",
                "datePublished": "2025-10-16T16:59:15+01:00",
                "format": "text/html"
            },
            {
                "id": "A-6366",
                "documentType": "biddingDocuments",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-6366",
                "format": "application/x-zip-compressed"
            },
            {
                "id": "066077-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/066077-2025",
                "datePublished": "2025-10-16T17:30:23+01:00",
                "format": "text/html"
            },
            {
                "id": "A-6683",
                "documentType": "biddingDocuments",
                "description": "The clarification of questions & answers log have been uploaded for your use.",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-6683",
                "format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
            },
            {
                "id": "068568-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/068568-2025",
                "datePublished": "2025-10-27T14:06:36Z",
                "format": "text/html"
            },
            {
                "id": "A-7338",
                "documentType": "biddingDocuments",
                "description": "The clarification of questions & answers log is uploaded for your information.",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-7338",
                "format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
            },
            {
                "id": "070953-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/070953-2025",
                "datePublished": "2025-11-04T16:01:22Z",
                "format": "text/html"
            },
            {
                "id": "L-1",
                "documentType": "technicalSpecifications",
                "url": "https://www.find-tender.service.gov.uk/Notice/070953-2025?origin=Dashboard"
            },
            {
                "id": "A-7447",
                "documentType": "biddingDocuments",
                "description": "The bidder's clarification of questions & answers log is uploaded for your information. Please review it.",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-7447",
                "format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
            },
            {
                "id": "071615-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/071615-2025",
                "datePublished": "2025-11-06T12:55:25Z",
                "format": "text/html"
            },
            {
                "id": "A-7607",
                "documentType": "biddingDocuments",
                "description": "A CompositionCalculator sheet for your use as requested.",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-7607",
                "format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
            },
            {
                "id": "072333-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/072333-2025",
                "datePublished": "2025-11-10T11:43:19Z",
                "format": "text/html"
            }
        ],
        "amendments": [
            {
                "id": "066077-2025",
                "description": "No changes were made. I had to re-attach the zip folder."
            },
            {
                "id": "068568-2025",
                "description": "The clarification of question & answer log has been added."
            },
            {
                "id": "070953-2025",
                "description": "The Bidder's Clarification of questions & answers is uploaded for your information."
            },
            {
                "id": "071615-2025",
                "description": "Additional bidder's clarification of questions & answers log has been added and uploaded."
            },
            {
                "id": "072333-2025",
                "description": "A CompositionCalculator sheet has been uploaded as requested for use."
            }
        ]
    },
    "language": "en"
}