Scope
Reference
CEFAS25-84
Description
The Supplier will provide an imaging particle analyser instrument to cover gaps in microzooplankton monitoring capabilities in existing programmes. Currently, 80μm mesh ringnets are used in the annual PELTIC (PELagic ecosystems in the Western English Channel and eastern CelTIC Seas) fisheries surveys but the existing imaging methods (Zooscan) are limited to a lower detection limit of 300μm- sized objects. This potentially means organisms in the 80-300μm size range are being missed out entirely. Cefas therefore require a new instrument that must be capable of using objective lenses to detect objects in the size range of 2μm-1mm. Additionally, the instrument must have the ability to be used on board our research vessel to process samples collected at sea, thereby saving time and resources spent analysing the samples post-survey.
Scope of Requirements:
1.
Technical Requirement
1.1
Must be equipped with objective lens capable of object detection between at least 80μm- 1mm size.
1.2
Must be capable of flow-through automatic image capture with either colour or monochrome images.
1.3
Additional extras to include transportation kit for packing instrument for surveys, including dust cover.
1.4
Must include appropriate image processing software licensing to be able to install software across multiple PCs.
1.5
Must be portable, to allow use both in the lab and to be taken on board our research vessel.
2. Environmental Considerations
2.1
Unit should have an ultra-low power consumption.
2.2
Consideration of how packaging will be managed. Ideally at the time of installation the supplier will remove packaging and dispose of by ethical and environmentally friendly methods. Where possible packaging is to be re-used or recycled.
2.3
Consideration of life cycle assessment for the equipment.
3 Hardware, Software, PC, Licenses, operating systems
3.1
VisualSpreadsheet software (available for installation on other PCs/work laptops), ability to connect to PC/work laptop with Zooprocess and ImageJ software installed. Compatibility with Windows 11 software would be ideal due to recent site upgrades of IT equipment.
4 Installation
4.1
Compatible with UK plug socket.
5 Ease of maintenance
5.1
Easy to clean and flush between sample runs, low-cost cleaning chemicals required without regular need of expensive consumables/parts.
6 Parts, Consumables and Updates
6.1
To provide a fully usable item for all purposes, alongside the core unit,Cefas require provision of:
6.1.1
Objective lens with magnification according to specifications in 1.1
6.1.2
Flowcell
6.1.3
Dust cover
The Short Form Contract - version 1.5 42 of 48 Cefas version 1 April 2025
6.1.4
Transportation kit for survey packing.
7 Warranties, Guarantees, Servicing
7.1
Warranties will start from the point of acceptance of delivery and once the goods have been tested to ensure they are in working order. Cefas expect minimum warranty period of 12 months to be included in the purchase.
Contract 1. CEFAS25-84 Contract for the Supply of an imaging particle analyser
Supplier
Contract value
- £94,994.80 excluding VAT
- £113,993.76 including VAT
Below the relevant threshold
Date signed
9 October 2025
Contract dates
- 13 October 2025 to 26 February 2027
- 1 year, 4 months, 14 days
Main procurement category
Goods
CPV classifications
- 38000000 - Laboratory, optical and precision equipments (excl. glasses)
Procedure
Procedure type
Below threshold - without competition
Supplier
Planet Ocean Limited
Unit 16 Camberley Business Centre. Bracebridge
Camberley
GU15 3DP
United Kingdom
Email: sales@planet-ocean.co.uk
Region: UKJ25 - West Surrey
Small or medium-sized enterprise (SME): Yes
Voluntary, community or social enterprise (VCSE): No
Contract 1. CEFAS25-84 Contract for the Supply of an imaging particle analyser
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: Laura Anderson
Email: procure@cefas.gov.uk
Region: UKH14 - Suffolk
Organisation type: Public authority - sub-central government