Tender

CEFAS25-25 Contract for provision of intertidal Remotely Piloted Aircraft (RPA) flights for Hinkley Point C Nuclear New Build project

  • CENTRE FOR ENVIRONMENT, FISHERIES AND AQUACULTURE SCIENCE

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-042338

Procurement identifier (OCID): ocds-h6vhtk-05065b (view related notices)

Published 23 July 2025, 12:31pm



Scope

Description

The BEEMS (British EDF Estuarine and Marine Studies) programme is funded by NNB Generation Company (HPC) Limited. Through this programme, Cefas provide authoritative scientific information on the marine and transitional waters in the vicinity of potential new build nuclear power stations. Cefas require a supplier to conduct intertidal Remotely Piloted Aircraft (RPA) flights, in accordance with the Civil Aviation Authority (CAA) guidelines, to monitor potential coastal change and intertidal algal coverage for the Hinkley Point C (HPC) Nuclear New Build project to meet regulatory environmental monitoring requirements. RPA flights and photography are required: (1) along the Hinkley Point foreshore, and; (2) at Combwich Wharf and the surrounding banks of the River Parrett. Flight/survey design and equipment specification must be sufficient for Cefas to create orthophotos (OPs) and Digital Surface Models (DSMs) with a Ground Sampling Distance ((GSD), i.e. resolution) of 3cm/pixel or better (exceptions are detailed in full Specification). Cefas requires that the Supplier's flight team assumes full responsibility for the comprehensive management of all aspects of each survey. This includes, but is not limited to, planning (including securing all necessary access), issuing survey notifications in advance of each flight, liaising with NNB regarding other flight operators and ensuring the safe and successful execution of every survey with delivery of data as detailed in the Specification. The Contract will be awarded as soon as possible following notification of award, expected early September 2025, with the first Surveys due to start in October or November 2025, pending completion of all pre-survey health and safety requirements detailed above. The initial Contract period will be to 31 December 2026, with the option to extend by an additional 3 x 12-month periods, to be awarded annually, subject to funding, up to maximum end date of 31 December 2029. Please note that these extensions are not guaranteed. The total estimated budget of £625,000 (excluding VAT) covers the full potential Contract duration.

Total value (estimated)

  • £625,000 excluding VAT
  • £750,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 11 September 2025 to 31 December 2026
  • Possible extension to 31 December 2029
  • 4 years, 3 months, 20 days

Description of possible extension:

Option to extend for 3 x further periods of 12 months each.

Main procurement category

Services

CPV classifications

  • 79311000 - Survey services

Contract locations

  • UK - United Kingdom

Participation

Legal and financial capacity conditions of participation

As per Bidder Pack

Technical ability conditions of participation

As per Bidder Pack

Particular suitability

  • Small and medium-sized enterprises (SME)
  • Voluntary, community and social enterprises (VCSE)

Submission

Enquiry deadline

11 August 2025, 5:00pm

Tender submission deadline

18 August 2025, 12:00pm

Submission address and any special instructions

https://atamis-9529.my.site.com/s/Welcome All bids to be submitted via the above eProcurement system.

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

29 August 2025

Recurring procurement

Publication date of next tender notice (estimated): 1 July 2029


Award criteria

This table contains award criteria for this lot
Name Type Weighting
Technical Quality 65.00%
Price Price 25.00%
Social Value Quality 10.00%

Other information

Payment terms

As per the Bidder Pack

Description of risks to contract performance

Prolonged Adverse Weather Due to tidal limitations on the surveys, prolonged adverse weather could impact the ability to obtain the dataset for a specific month. This could result in additional costs and/or contract extension in order to meet the requirements. Unable to address the risk upfront as weather is beyond control of Buyer or Supplier. Proportionate mitigation for some weather risk is provided for in the Contract. Risk assigned to both parties. Change in frequency of flight requirements Due to changing schedule at Hinkey Point C (HPC), frequency of flights could change. For example, extensive deliveries to the Combwich site may result in the need for monthly surveys instead of quarterly surveys, on a short-term basis. This could result in additional costs in order to meet the requirements. Unable to address the risk upfront as neither Buyer or Supplier has control over the HPC project scheduling. Proportionate allowance within the estimated total value is provided for in the Contract. Risk assigned to Buyer.

Applicable trade agreements

  • Government Procurement Agreement (GPA)

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Open procedure

Justification for not publishing a preliminary market engagement notice

This is a recurring requirement with a well known market, a Planned Procurement Notice was published to alert the market of Cefas' intention to release a tender.


Contracting authority

CENTRE FOR ENVIRONMENT, FISHERIES AND AQUACULTURE SCIENCE

  • Public Procurement Organisation Number: PPGW-5299-JGTN

Pakefield Road

Lowestoft

NR33 0HT

United Kingdom

Contact name: Holly Power

Email: procure@cefas.gov.uk

Website: https://defra-family.force.com/s/Welcome

Region: UKH14 - Suffolk

Organisation type: Public authority - sub-central government