Tender

CEFAS25-97 Request for Quotation for the provision of Hydrographic Expertise

CENTRE FOR ENVIRONMENT, FISHERIES AND AQUACULTURE SCIENCE

This public procurement record has 1 release in its history.

Tender

07 Nov 2025 at 13:47

Summary of the contracting process

The Centre for Environment, Fisheries and Aquaculture Science (CEFAS) has initiated a tender process for hydrographic expertise under the BEEMS (British Energy Estuarine and Marine Studies) programme, linked with new nuclear power projects at Sizewell and Hinkley Point. The procurement is managed as an open competition, valued at £100,000 (excluding VAT), running from 1st January 2026 to 31st December 2028, with potential extensions. Key deadlines include an enquiry period ending on 24th November 2025 and a submission deadline of 1st December 2025. The location for service delivery is within the United Kingdom, particularly suited to organisations in the technical consultancy services category.

This tender presents an opportunity for businesses offering technical analysis or consultancy services, especially those with expertise in hydrography, to engage in the BEEMS programme. Suitable candidates include SMEs and VCSEs capable of providing specialised technical reviews and quality assurance for hydrographic survey data. With the contract allowing for additional call-off agreements, there is flexibility for business growth, particularly for entities capable of adapting to varying survey demands related to regulatory marine environmental monitoring. This project is an ideal opportunity for companies looking to expand their service portfolio in environmental and energy-related sectors.

How relevant is this notice?

Notice Information

Notice Title

CEFAS25-97 Request for Quotation for the provision of Hydrographic Expertise

Notice Description

The BEEMS (British Energy Estuarine and Marine Studies) programme is funded by NNB Generation Company (HPC) Limited and Sizewell C Limited. Through this programme, Cefas provide authoritative scientific information on the marine and transitional waters in the vicinity of potential nuclear new build (NNB) power stations and require a competent Supplier to deliver the element described below. Within the BEEMS programme, Cefas routinely manage, review, analyse and report on hydrographic surveys conducted by third parties to meet regulatory marine environmental monitoring requirements. Surveys serve a range of purposes within the marine environmental monitoring programmes for Sizewell C (SZC) and Hinkley Point C (HPC) power stations. This includes bathymetric multibeam echosounder (MBES) surveys to examine: * Geomorphological change of nearshore bars and sandbanks (including validation of remote x-band radar measurements of these features). * Seabed change in dredging areas and dredge disposal sites. * Scour around seabed infrastructure. Requirement: The Supplier will provide hydrographic services; covering specialist technical review and quality assurance of nearshore hydrographic survey data. Surveys are conducted by third parties as part of the marine environmental monitoring programmes for HPC and SZC NNB power stations. The work will be ongoing in nature, with an expected increase in survey activity in 2026. The projects are in varying stages of planning and as such, the Supplier could be required to take on work at any point in the project lifecycle. A kick off meeting will be held to discuss and agree the anticipated work requirement for each project. The survey schedule is subject to change in accordance with weather, construction schedules and regulatory requirements. For SZC, surveys are expected to be at least quarterly throughout 2026 and likely to be similar in future years. For HPC there is no defined survey plan, but it is important that the Supplier can provide the required support as and when required. Full details of the requirement can be found in the Bidder Pack. Contract Details Due to the nature of the work and the tight regulatory deadlines required to be met, the tendering process seeks to determine the Most Advantageous Tender (MAT) to award a Core Contract and up to 2 (two) Call-Off Contracts. The Supplier awarded the Core Contract will be contracted with the intention to deliver all Contract requirements for the duration of the Contract and any possible extensions. The Buyer also intends to award up to 2 (two) additional Call-Off Contracts to the Tenderers ranked in the next 2 (two) positions (2nd and 3rd) below the Most Advantageous Tender. A Call-Off Contract will be used only in circumstances where the Core Contracted Supplier cannot provide the services. The Call-Off Contracted Suppliers will be approached in order of their ranked position (2nd, 3rd) from the evaluation process, to request provision of the required services. The Core Contract will be awarded on a call-off basis, up to a maximum value of PS100,000 including VAT. Actual value is dependent on the work required. The additional Call-Off Contracts will be awarded based on no committed value or volume of work. Suppliers should understand that the Buyer may not award any work under the Call-Off Contract. As the requirement is for work related to two different customers and sites, under the BEEMS programme, two sets of Terms and Conditions are applicable, and the Supplier is required to sign both Contracts. For all work completed in relation to Sizewell C, the CEFAS25-97 BEEMS Sizewell C Short Form Contract Below Threshold will apply and for all work related to Hinkley Point C, CEFAS25-97 BEEMS Hinkley Point Short Form Contract Below Threshold will apply.

Lot Information

Lot 1

Renewal: Up to 2 x further periods of 12 months each

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05dcd8
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/072059-2025
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, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services


CPV Codes

71621000 - Technical analysis or consultancy services

Notice Value(s)

Tender Value
£100,000 £100K-£500K
Lots Value
£100,000 £100K-£500K
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
7 Nov 20253 weeks ago
Submission Deadline
1 Dec 2025Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
1 Jan 2026 - 31 Dec 2028 3-4 years
Recurrence
Not specified

Notice Status

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

Buyer & Supplier

Contracting Authority (Buyer)

Main Buyer
CENTRE FOR ENVIRONMENT, FISHERIES AND AQUACULTURE SCIENCE
Contact Name
Not specified
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-h6vhtk-05dcd8-2025-11-07T13:47:33Z",
    "date": "2025-11-07T13:47:33Z",
    "ocid": "ocds-h6vhtk-05dcd8",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PPGW-5299-JGTN",
            "name": "CENTRE FOR ENVIRONMENT, FISHERIES AND AQUACULTURE SCIENCE",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PPGW-5299-JGTN"
            },
            "address": {
                "streetAddress": "Pakefield Road",
                "locality": "Lowestoft",
                "postalCode": "NR33 0HT",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKH14"
            },
            "contactPoint": {
                "email": "procure@cefas.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://defra-family.force.com/s/Welcome",
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthoritySubCentralGovernment",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PPGW-5299-JGTN",
        "name": "CENTRE FOR ENVIRONMENT, FISHERIES AND AQUACULTURE SCIENCE"
    },
    "tender": {
        "id": "CEFAS25-97",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "CEFAS25-97 Request for Quotation for the provision of Hydrographic Expertise",
        "description": "The BEEMS (British Energy Estuarine and Marine Studies) programme is funded by NNB Generation Company (HPC) Limited and Sizewell C Limited. Through this programme, Cefas provide authoritative scientific information on the marine and transitional waters in the vicinity of potential nuclear new build (NNB) power stations and require a competent Supplier to deliver the element described below. Within the BEEMS programme, Cefas routinely manage, review, analyse and report on hydrographic surveys conducted by third parties to meet regulatory marine environmental monitoring requirements. Surveys serve a range of purposes within the marine environmental monitoring programmes for Sizewell C (SZC) and Hinkley Point C (HPC) power stations. This includes bathymetric multibeam echosounder (MBES) surveys to examine: * Geomorphological change of nearshore bars and sandbanks (including validation of remote x-band radar measurements of these features). * Seabed change in dredging areas and dredge disposal sites. * Scour around seabed infrastructure. Requirement: The Supplier will provide hydrographic services; covering specialist technical review and quality assurance of nearshore hydrographic survey data. Surveys are conducted by third parties as part of the marine environmental monitoring programmes for HPC and SZC NNB power stations. The work will be ongoing in nature, with an expected increase in survey activity in 2026. The projects are in varying stages of planning and as such, the Supplier could be required to take on work at any point in the project lifecycle. A kick off meeting will be held to discuss and agree the anticipated work requirement for each project. The survey schedule is subject to change in accordance with weather, construction schedules and regulatory requirements. For SZC, surveys are expected to be at least quarterly throughout 2026 and likely to be similar in future years. For HPC there is no defined survey plan, but it is important that the Supplier can provide the required support as and when required. Full details of the requirement can be found in the Bidder Pack. Contract Details Due to the nature of the work and the tight regulatory deadlines required to be met, the tendering process seeks to determine the Most Advantageous Tender (MAT) to award a Core Contract and up to 2 (two) Call-Off Contracts. The Supplier awarded the Core Contract will be contracted with the intention to deliver all Contract requirements for the duration of the Contract and any possible extensions. The Buyer also intends to award up to 2 (two) additional Call-Off Contracts to the Tenderers ranked in the next 2 (two) positions (2nd and 3rd) below the Most Advantageous Tender. A Call-Off Contract will be used only in circumstances where the Core Contracted Supplier cannot provide the services. The Call-Off Contracted Suppliers will be approached in order of their ranked position (2nd, 3rd) from the evaluation process, to request provision of the required services. The Core Contract will be awarded on a call-off basis, up to a maximum value of PS100,000 including VAT. Actual value is dependent on the work required. The additional Call-Off Contracts will be awarded based on no committed value or volume of work. Suppliers should understand that the Buyer may not award any work under the Call-Off Contract. As the requirement is for work related to two different customers and sites, under the BEEMS programme, two sets of Terms and Conditions are applicable, and the Supplier is required to sign both Contracts. For all work completed in relation to Sizewell C, the CEFAS25-97 BEEMS Sizewell C Short Form Contract Below Threshold will apply and for all work related to Hinkley Point C, CEFAS25-97 BEEMS Hinkley Point Short Form Contract Below Threshold will apply.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71621000",
                        "description": "Technical analysis or consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 120000,
            "amount": 100000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Below threshold - open competition",
        "mainProcurementCategory": "services",
        "aboveThreshold": false,
        "submissionMethodDetails": "https://atamis-9529.my.site.com/s/Welcome All bids to be submitted via the above eProcurement system.",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed"
        },
        "tenderPeriod": {
            "endDate": "2025-12-01T12:00:00Z"
        },
        "enquiryPeriod": {
            "endDate": "2025-11-24T17:00:00Z"
        },
        "lots": [
            {
                "id": "1",
                "status": "active",
                "value": {
                    "amountGross": 120000,
                    "amount": 100000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Social Value",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Price",
                            "numbers": [
                                {
                                    "number": 20,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "description": "As per Bidder Pack"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-01-01T00:00:00Z",
                    "endDate": "2028-12-31T23:59:59Z",
                    "maxExtentDate": "2030-12-31T23:59:59Z"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Up to 2 x further periods of 12 months each"
                }
            }
        ],
        "documents": [
            {
                "id": "072059-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/072059-2025",
                "datePublished": "2025-11-07T13:47:33Z",
                "format": "text/html"
            }
        ]
    },
    "language": "en"
}