Tender

CEFAS25-91 ITT for provision of mudflat monitoring surveys at Hinkley Point C

  • CENTRE FOR ENVIRONMENT, FISHERIES AND AQUACULTURE SCIENCE

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

Notice identifier: 2025/S 000-076538

Procurement identifier (OCID): ocds-h6vhtk-05e78e

Published 24 November 2025, 2:51pm



Scope

Reference

C31980

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 and require a competent Supplier to deliver the element described below.

Cefas require services to conduct intertidal mudflat monitoring surveys for the Hinkley Point C (HPC) Nuclear New Build project to meet regulatory environmental monitoring requirements. The ongoing mudflat monitoring programme focuses on a bivalve species, the Baltic tellin, Macoma balthica. This species is a key component of the Hinkley Point mudflat community and was identified, during the HPC environmental impact assessment process, as potentially sensitive to localised seawater temperature increases brought about by the cooling water discharges from HPC. As such, biological samples and physical measurements are collected every year. The monitoring programme is focussed on mudflat intertidal areas around Bridgwater Bay and at a reference site in Wick St. Lawrence, located to the north of the bay.

The Contract implementation is expected to start mid-February 2026 and the initial Contract period will end 31 December 2028, with the option to extend by 2 further periods of 12 months each to maximum end date of 31 December 2030.

Scope of Requirements:

Biological samples are collected at all the sampling stations in high shore and low shore and require the following:

a) Six replicate macrofauna samples are collected using a 0.01 m² corer to a depth of 15 cm. Each sample is placed in a sealed plastic bag and transported via private courier to a third-party laboratory for macrofauna analysis. The courier service, arranged by the Supplier, ensures delivery to the Cefas appointed UK based laboratory within 24 hours of collection. Alternative approaches to this analysis method are welcomed and should be outlined within your proposal. (Figure 2)

b) Some mud is then shovelled into a 1 mm mesh sieve and sieved on site to collect up to 75 Macoma balthica individuals by hand using tweezers for population dynamic analysis. Samples are stored in a plastic ziplock bags (Figure 3). If only small individuals are found, an additional 10 - 15 larger individual (>1 cm width) must be collected for the condition index measurements and placed in a separate ziplock bag for a condition assessment. Samples are stored in a fridge or in cool box to keep individuals alive for processing at the end of the sampling day. These are then sent to the Lowestoft Cefas Laboratory.

c) Sediment samples are collected using a 50 ml plastic syringe with a truncated tip to sample the first 2 cm of sediment as a core (five replicate). Four of the five samples (for pigment and nutrient analysis) are pooled together in a plastic ziplock bag to account for small scale variability and one sample is stored in a pot for Particle Size Analysis. Samples are stored in dry ice for the duration of the survey. These are then sent to the Lowestoft Cefas Laboratory.

Physical measurements are carried out at the low shore stations only and require the following:

a) Temperature and pressure sensors (Star-Oddi's Data Storage Tag DST centi-TD) are deployed on metal stakes (Figure 4) at the five low shore stations on stakes (see Figure 1). The sensors, which remain in situ, record temperature continuously and data need to be uploaded on a quarterly basis.

Biological samples must be collected twice a year during spring tide windows in February and in August. Physical measurement surveys must be carried out four times a year, in February, May, August and November. Note that the biological and physical measurements in February and August are completed during the same survey.

Total value (estimated)

  • £170,000 excluding VAT
  • £204,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 9 February 2026 to 31 December 2028
  • Possible extension to 31 December 2030
  • 4 years, 10 months, 20 days

Description of possible extension:

2 x 12 month extensions

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

18 December 2025, 5:00pm

Tender submission deadline

7 January 2026, 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)

26 January 2026

Recurring procurement

Publication date of next tender notice (estimated): 1 September 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 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 survey requirements.

Due to changing requirements from Hinkley Point C, frequency or timings of surveys could change.

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 Hinkley Point C project planning or regulatory requirements.

Proportionate mitigations 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


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