Tender

CEFAS26-10 Offshore and Onshore Observer Programme

CENTRE FOR ENVIRONMENT, FISHERIES AND AQUACULTURE SCIENCE

This public procurement record has 1 release in its history.

Tender

26 Jan 2026 at 11:48

Summary of the contracting process

The Centre for Environment, Fisheries and Aquaculture Science (Cefas) has initiated a tender for the "CEFAS26-10 Offshore and Onshore Observer Programme," under the industry category of offshore services. This procurement process is currently in the tender stage, with bids being accepted until 27th February 2026. The buying organisation is located in Lowestoft, United Kingdom, and operates as a public authority under sub-central government. This open procedure contract, valued at a gross amount of £900,000, aims to enhance sustainable fisheries management by deploying observers on commercial fishing vessels. The contract period is set to begin on 20th April 2026 and end on 19th April 2029, with the potential for two 12-month extensions.

This tender presents substantial opportunities for businesses specialising in offshore services, particularly those with expertise in fisheries data collection and marine management. Companies that can supply self-motivated and disciplined observers, capable of operating independently on commercial fishing vessels, will find this contract advantageous for growth. Small and medium-sized enterprises (SMEs) as well as voluntary, community, and social enterprises (VCSEs) are considered suitable to compete. The contract not only provides a platform for contributing to the UK's fisheries management framework but also allows for collaboration in programme development and adoption of new technologies, which could help businesses establish a foothold in this crucial environmental sector.

How relevant is this notice?

Notice Information

Notice Title

CEFAS26-10 Offshore and Onshore Observer Programme

Notice Description

The Offshore Observer Programme is a cornerstone of the UK's approach to sustainable fisheries management. It provides independent, high-quality data that underpins stock assessments, advice, and compliance with national and international obligations, including the Fisheries Act 2020. By placing trained observers on commercial fishing vessels, the programme ensures accurate information on catch composition, discards, and biological characteristics is collected during normal fishing operations. To meet the requirements of the Fisheries Act 2020, Cefas contributes to the data collection and collation requirements laid out in the UK Data Collection Framework (DCF). The UK DCF ensures consistent and continuous fisheries data collection across each UK administration, enabling them to establish multiannual programmes for the collection and management of these data. In England, Cefas is responsible, for the most part, for the collection of fisheries-dependent data, which includes deploying Offshore Observers on commercial fishing vessels to sample catches of shellfish, demersal and pelagic fish stocks, and associated bycatch. Access to vessels is negotiated on a voluntary basis, as there is no mandatory requirement for vessels to carry observers. Maintaining strong industry relationships and professional conduct is therefore essential to secure ongoing cooperation. Each year, Cefas determines the number of sampling trips required to meet DCF obligations and allocates resources accordingly. These targets are achieved through a combination of Cefas-employed observers and external observers supplied under this Contract. Observers are responsible for arranging sea trips on commercial fishing vessels, collecting trip-level information, catch composition, and biological data (including size, otoliths/scales, sex, and maturity). Upon return, all data must be entered into the Cefas Observer Database. All in accordance with established protocols and timelines. The aim of the Cefas Observer Programme is to: 3.1. Accurately characterise the catches and fishing activities of the English fleet by collecting detailed data on species composition, quantity and biological parameters (size, sex, maturity and otoliths/scales) from catch and bycatch in a fishery (primarily demersal). 3.2. Routinely provide validated datasets that are integral to international stock assessments and national/international fisheries and marine management advice. 3.3. Provide the opportunity to collaborate and co-develop the programme and adopt new technologies that demonstrably improves efficiency and data quality without compromising safety or neutrality. Observers must always maintain professional behaviour. This protects Cefas' reputation and ensures continued access to vessels for sampling. The Supplier must provide observers who are self-motivated, capable of working independently, and highly disciplined, with a proven track record of collecting scientific data aboard commercial fishing vessels. See APPENDIX 4 of the Bidder Pack for full specification of requirements. Prior Market Engagement was not conducted as the market is well known to Cefas through previous Contracts of this nature.

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-060e51
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/006572-2026
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
Open procedure
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

76 - Services related to the oil and gas industry


CPV Codes

76520000 - Offshore services

Notice Value(s)

Tender Value
£750,000 £500K-£1M
Lots Value
£750,000 £500K-£1M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
26 Jan 20262 weeks ago
Submission Deadline
27 Feb 20263 weeks to go
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
19 Apr 2026 - 19 Apr 2029 3-4 years
Recurrence
2031-01-01

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-060e51-2026-01-26T11:48:27Z",
    "date": "2026-01-26T11:48:27Z",
    "ocid": "ocds-h6vhtk-060e51",
    "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": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PPGW-5299-JGTN",
        "name": "CENTRE FOR ENVIRONMENT, FISHERIES AND AQUACULTURE SCIENCE"
    },
    "tender": {
        "id": "C32696",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "CEFAS26-10 Offshore and Onshore Observer Programme",
        "description": "The Offshore Observer Programme is a cornerstone of the UK's approach to sustainable fisheries management. It provides independent, high-quality data that underpins stock assessments, advice, and compliance with national and international obligations, including the Fisheries Act 2020. By placing trained observers on commercial fishing vessels, the programme ensures accurate information on catch composition, discards, and biological characteristics is collected during normal fishing operations. To meet the requirements of the Fisheries Act 2020, Cefas contributes to the data collection and collation requirements laid out in the UK Data Collection Framework (DCF). The UK DCF ensures consistent and continuous fisheries data collection across each UK administration, enabling them to establish multiannual programmes for the collection and management of these data. In England, Cefas is responsible, for the most part, for the collection of fisheries-dependent data, which includes deploying Offshore Observers on commercial fishing vessels to sample catches of shellfish, demersal and pelagic fish stocks, and associated bycatch. Access to vessels is negotiated on a voluntary basis, as there is no mandatory requirement for vessels to carry observers. Maintaining strong industry relationships and professional conduct is therefore essential to secure ongoing cooperation. Each year, Cefas determines the number of sampling trips required to meet DCF obligations and allocates resources accordingly. These targets are achieved through a combination of Cefas-employed observers and external observers supplied under this Contract. Observers are responsible for arranging sea trips on commercial fishing vessels, collecting trip-level information, catch composition, and biological data (including size, otoliths/scales, sex, and maturity). Upon return, all data must be entered into the Cefas Observer Database. All in accordance with established protocols and timelines. The aim of the Cefas Observer Programme is to: 3.1. Accurately characterise the catches and fishing activities of the English fleet by collecting detailed data on species composition, quantity and biological parameters (size, sex, maturity and otoliths/scales) from catch and bycatch in a fishery (primarily demersal). 3.2. Routinely provide validated datasets that are integral to international stock assessments and national/international fisheries and marine management advice. 3.3. Provide the opportunity to collaborate and co-develop the programme and adopt new technologies that demonstrably improves efficiency and data quality without compromising safety or neutrality. Observers must always maintain professional behaviour. This protects Cefas' reputation and ensures continued access to vessels for sampling. The Supplier must provide observers who are self-motivated, capable of working independently, and highly disciplined, with a proven track record of collecting scientific data aboard commercial fishing vessels. See APPENDIX 4 of the Bidder Pack for full specification of requirements. Prior Market Engagement was not conducted as the market is well known to Cefas through previous Contracts of this nature.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "76520000",
                        "description": "Offshore services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 900000,
            "amount": 750000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "coveredBy": [
            "GPA"
        ],
        "submissionMethodDetails": "https://atamis-9529.my.site.com/s/Welcome All bids to be submitted via the above eProcurement system.",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-02-27T10:00:00Z"
        },
        "enquiryPeriod": {
            "endDate": "2026-02-18T10:00:00Z"
        },
        "awardPeriod": {
            "endDate": "2026-03-23T23:59:59Z"
        },
        "lots": [
            {
                "id": "1",
                "status": "active",
                "value": {
                    "amountGross": 900000,
                    "amount": 750000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Social Value",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Price",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "As per Bidder Pack"
                        },
                        {
                            "type": "technical",
                            "description": "As per Bidder Pack"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-04-20T00:00:00+01:00",
                    "endDate": "2029-04-19T23:59:59+01:00",
                    "maxExtentDate": "2031-04-19T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "2 x 12 months"
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest"
            },
            {
                "id": "006572-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/006572-2026",
                "datePublished": "2026-01-26T11:48:27Z",
                "format": "text/html"
            }
        ],
        "hasRecurrence": true,
        "recurrence": {
            "dates": [
                {
                    "startDate": "2031-01-01T23:59:59Z"
                }
            ]
        },
        "contractTerms": {
            "financialTerms": "As per Bidder Pack"
        },
        "riskDetails": "Prolonged Adverse Weather Due to the requirement being carried out at sea onboard vessels, there is a risk of prolonged adverse weather which could impact the vessels ability to go to sea to fish. This could result in additional costs due to the Supplier needing to stand down and remain available to go out when the weather improves. Unable to address the risk upfront as weather is beyond control of Buyer or Supplier. Risk assigned to both parties. Change in requirements related to the Fisheries Act 2020 and UKDCF and/or other policy and legislation Due to changes in relevant policy, legislation, and other government requirements, Cefas may be required to amend the programme to meet these needs. This could result in amendment to the scope of works, timelines and costs. Unable to address the risk upfront as neither Buyer or Supplier has control over these elements. Risk assigned to Buyer."
    },
    "language": "en"
}