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
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/072059-2025
7th November 2025 - Tender notice on Find a Tender
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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"
}