Tender

CEFAS25-97 Request for Quotation for the provision of Hydrographic Expertise

  • CENTRE FOR ENVIRONMENT, FISHERIES AND AQUACULTURE SCIENCE

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

Notice identifier: 2025/S 000-072059

Procurement identifier (OCID): ocds-h6vhtk-05dcd8

Published 7 November 2025, 1:47pm



Scope

Reference

CEFAS25-97

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 £100,000 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.

Total value (estimated)

  • £100,000 excluding VAT
  • £120,000 including VAT

Below the relevant threshold

Contract dates (estimated)

  • 1 January 2026 to 31 December 2028
  • Possible extension to 31 December 2030
  • 5 years

Description of possible extension:

Up to 2 x further periods of 12 months each

Main procurement category

Services

CPV classifications

  • 71621000 - Technical analysis or consultancy services

Contract locations

  • UK - United Kingdom

Participation

Conditions of participation

As per Bidder Pack

Particular suitability

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

Submission

Enquiry deadline

24 November 2025, 5:00pm

Tender submission deadline

1 December 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


Award criteria

This table contains award criteria for this lot
Name Type Weighting
Technical Quality 70.00%
Price Price 20.00%
Social Value Quality 10.00%

Procedure

Procedure type

Below threshold - open competition


Contracting authority

CENTRE FOR ENVIRONMENT, FISHERIES AND AQUACULTURE SCIENCE

  • Public Procurement Organisation Number: PPGW-5299-JGTN

Pakefield Road

Lowestoft

NR33 0HT

United Kingdom

Region: UKH14 - Suffolk

Organisation type: Public authority - sub-central government