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
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/006572-2026
26th January 2026 - 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-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"
}