Loading page content…
Loading page content…
Loading contract search results…
56 matching procurements · Click a result to see its full lifecycle · Updated daily · Contracts Finder + Find a Tender Service
Cefas require one portable in-vitro toxicity assay system suitable for use in marine and environmental monitoring applications. The equipment will be used to assess the toxicity of marine seawater and sediment samples through bioluminescence inhibition assays.
£14,583.33
Contract value
Cefas require one portable in-vitro toxicity assay system suitable for use in marine and environmental monitoring applications. The equipment will be used to assess the toxicity of marine seawater and sediment samples through bioluminescence inhibition assays.
£14,583.33
Contract value
Clean Catch, funded by Defra, is a collaborative programme that is key to the UK Government's ambitions to help minimise and - where possible - eliminate bycatch of sensitive marine species, as set out under the ecosystem objective of the Fisheries Act and elaborated in the UK Marine Wildlife Bycatch Mitigation Initiative (BMI). Originally established in 2019, Clean Catch has now entered a second three year "expansion" phase, stewarded by a consortium of partners [Cefas, Arribada Initiative, MMO Consulting, Mindfully Wired Communications (MWC) and the Zoological Society of London (ZSL)] which runs until the end of October 2026. The overarching objectives of the current phase are to expand its scope and trials for monitoring and mitigation of bycatch and enhance its role in knowledge exchange within and beyond the UK. Cefas are leading the delivery of two Clean Catch monitoring and mitigation trials, the first is the "Southwest cetacean bycatch mitigation trial in inshore gillnets" which started in May 2024 and the second is the "North Sea whitefish fishery seabird bycatch mitigation trial" which is currently in the co-design phase with the Clean Catch consortium and the vessel owners, skippers and Producer Organisation. The trials are for research and development purposes and not for compliance monitoring. Both trials have a local Fishery Liaison officer assigned to them to ensure regular and effective communication between the consortium and trialists. Cefas will provide contact details and an introduction to the Fishery Liaison officer on Contract award. Data on sensitive species bycatch associated with participating vessels in the Southwest cetacean mitigation trial is primarily collected using Remote Electronic Monitoring (REM) and a skipper self-reporting smartphone application (the Clean Catch app). Although in the co-design phase of the North Sea whitefish fishery seabird bycatch mitigation trial, it is anticipated that REM will be the primarily scientific data collection tool. Whilst each trial is focused mitigating the bycatch of a specific taxa (cetaceans or seabirds) information about all sensitive species bycatch events is recorded as part of the monitoring during the trial. This procurement is sub-divided into two Lots as set out in the Specification of Requirements. Tenderers must make clear which Lot they are bidding for. Each Lot will be evaluated separately in accordance with the details set out in Section 4: Evaluation Methodology. The Buyer intends to award a Contract to the most advantageous tender (in accordance with Section 4: Evaluation Methodology) for each Lot. There are no limits to the number of Lots in which any one Tenderer can be awarded a Contract and if a Tenderer is successful in more than one Lot, the Buyer may enter into a single Contract for all Lots awarded to that Tenderer. Lot 1 - Southwest Cetacean Mitigation Trial Lot 2 - North Sea Whitefish Fishery Seabird Bycatch Mitigation Trial
£200,000
Contract value
The BEEMS (British Energy Estuarine and Marine Studies) programme is funded by Sizewell C 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 the Supplier to deliver the elements described below. The purpose of this project is to provide bathymetric data at Sizewell to assess the geomorphological changes of the region, hence contributing to the ongoing monitoring of the Sizewell Coastline. These surveys are a regulatory requirement under the Development Consent Order’s (DCO) conditions and the Coastal Processes Monitoring and Mitigation Plan (CPMMP). Cefas anticipate 4 - 6 Multibeam Echosounder (MBES) bathymetric surveys to IHO Special Order (at a minimum) within the Greater Sizewell Bay (GSB) for a 12-month period between October 2025 and September 2026 (with the option to extend for up to 4 additional years), roughly following a quarterly schedule with the potential for additional surveys subject to requirements. Exact survey dates will be agreed between Cefas and the supplier during the pre-survey kick off meetings, however the timings for surveys are dependent on construction schedules so may be subject to change at short notice. We currently expect the first survey to be required in October/November 2025, with following surveys in approximately January 2026, April 2026 and July 2026.
£500,000
Contract value
The Radioanalytical team at Cefas Lowestoft has a requirement to replace some existing end-of-life equipment with a more efficient and reliable model. The Liquid Scintillation counter will be required to have an exceptionally low background count rate to enable necessary improvements to our already low Limits of Detection to support a range of programmes, including Radioactivity in Food and the Environment (RIFE), and to help Cefas develop systems approaches and tackle complex environmental challenges. 3. Scope of Requirements The Supplier will provide an ultra-Low level Liquid Scintillation counter as follows: 3.1. with substantial passive shielding in addition to active methods of background count reduction (integral guard counter, electronic BGD reduction systems etc) 3.2. provide the lowest achievable background count rates for both alpha and beta determinations 3.3. be capable of alpha/beta discrimination and simultaneous detection and quantification of multiple radionuclides/ROI’s (e.g. Plutonium alphas and Pu-241 beta emissions) at low environmental levels as well as the typical H-3, C-14, U-234/238, Ra-226, Rn-222, Y-90, Sr-89 etc 3.4. be capable of detecting beta’s up to 2MeV and alpha’s up to 10MeV 3.5. have beta efficiencies of at least 35% for samples with significant quench although much higher efficiencies would be anticipated for unquenched samples 3.6. have alpha efficiencies of at least 95% and Cerenkov efficiency of at least 60% 3.7. have in-built cooling to maintain appropriate, stable temperature 3.8. have internal, radioactive standard for quench correction curves 3.9. Power supply to be UK socket compatible. It is essential that delivery is made to Cefas Lowestoft Laboratory no later than week commencing 23 March 2026. Please refrain from bidding if you are unable to guarantee delivery by this date. If the awarded Supplier is unable to meet the delivery date agreed in the final Contract, Cefas reserves the right to terminate the Contract as per the Conditions of Contract.
£196,000
Contract value
The Supplier will work closely with Cefas to design and deliver participatory workshops, including: • Pre-workshop planning and design in consultation with Cefas staff, including hiring suitable venues, organising catering, inviting participants, etc. • Facilitating the workshops • Producing concise documentation summarising key discussion points, insights, and recommendations The first (or only) workshop will aim to understand the needs, priorities, and interests of the fishing industry, with the goal of increasing and improving participation in Cefas science. Discussions will help identify how best to co-develop research and ensure that future collaborations align with industry realities. Special attention will be on the early engagement with the industry in research collaboration, especially in defining research problems and research /project design. Key discussion topics may include, but are not limited to: • The level of industry interest in engaging with Cefas science • Expectations around how scientific collaboration should work in practice • Drivers and barriers to effective partnership working between scientists and fishers • The fishing industry’s role in shaping the future of fisheries science The Supplier will deliver two in-person workshops, one in the East of England and one in the South of England, with preferred locations including the Lowestoft and Weymouth areas. Cefas will provide advice and support by sharing contacts for potential participants in these regions; however, the Supplier is responsible for identifying and directly engaging all relevant stakeholders.
£33,333.33
Contract value
Cefas requires the supply, installation, and configuration of a new Network Video Recorder to replace its existing server, which has reached end-of-support status. The current system utilises an Avigilon server supporting approximately 18 encoders and 20 users. The camera network comprises of approximately 30 analogue cameras, although they are not all always connected at the same time. The Home Office prefers Cefas to have video capability to be able to view the animals without human interaction, which enables the ability to spot specific behavioural patterns within the holding tanks which cannot be attributed to a prey response or change in lighting. The users of the holding tanks are required to obtain Home Office licences to undertake experiments on animals, and in most (if not all) cases, the use of cameras is laid out within this licence approval. Scope of Requirements: 1. Technical Requirement One rack-mounted server is needed to handle the number of users and cameras specified above, with enough storage capacity for future upgrades to high-definition images with IP cameras. The server must use: • a RAID6 array to withstand up to two disk failures • enough storage to keep high definition images for a minimum of one month before being overwritten after capacity is reached • a modern and supported Windows Server Operating System such as Windows Server 2022 or 2025 • Avigilon Server software to ensure compatibility with the existing environment. 2. Environmental Considerations • Unit should have an ultra low power consumption. • 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. 3. Hardware, Software, PC, Licenses, operating systems 3.1 Avigilon Server software licensed appropriately for 18 encoders and up to 20 client users. 4. Compatibility with existing hardware/software/equipment 4.1 Compatibility with existing analogue cameras and encoders is essential. 4.2 The operating system must use a modern, supported Windows Server Operating System to ensure compatibility with Cefas’ endpoint protection software and server management tools. 5. Installation 5.1 Quotations must cover Avigilon software installation, connectivity to the camera network and software configuration. Server installation should be coordinated with Cefas IT Services to ensure that networking, endpoint protection, and monitoring are configured. 6. Ease of maintenance 6.1 The supplied solution should be a genuine Avigilon hardware appliance. 7. Parts, Consumables and Updates 7.1 All parts must be covered under warranty in the event of failure 8. Warranties and Guarantees 8.1 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. 8.2 Warranties should include replacements of parts in the event of failure, including disk failures and full server replacement in the event of a catastrophic failure. 8.3 Options for on-site support and/or remote assistance should be available. Delivery Date: It is essential that delivery is made to Cefas Weymouth Laboratory before 27th February 2026. You should confirm lead time in your bid submission.
£17,000
Contract value
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.
£100,000
Contract value
The continuous and escalating pressures from climate change, biodiversity loss, pollution, and the intensified utilisation of natural habitats are placing marine ecosystems under unprecedented strain. This ongoing degradation compromises the resilience of these systems, making them more vulnerable to acute shocks like marine heat waves and spills, as well as chronic stresses such as wind farm construction. The decline in ecosystem health not only threatens fisheries and other livelihoods but also hampers our capacity for carbon absorption. To effectively manage and mitigate these challenges, there is an ever-increasing demand for cost-effective and targeted environmental monitoring. Modern technologies, including drones, computer vision, and artificial intelligence (AI), are proving invaluable in enhancing monitoring capabilities while reducing the need for intensive human involvement. However, traditional visible light surveys of benthic and coastal habitats offer limited insights into the identification of flora, fauna, and pollution. In response to these limitations, there is a growing adoption of hyperspectral imagery. This technology captures significant amounts of data beyond the visible light revealing new environmental detail, surpassing the capabilities of visible light or human monitoring. Cefas requires a sensor to develop and extend its monitoring capability for coastal and benthic environments. Hyperspectral imaging is required to detect and characterise flora and fauna on land (seaweed on rocks, on beach), sea surface (plankton, algae) and underwater (benthic epifauna and flora). In addition, ideally the sensor would allow us to detect pollutants such as plastics that are characterized more in the Short-Wave Infrared (SWIR) range of spectrum. The sensor will support near‑term pilot pipelines for: (a) benthic habitat surveys (via Cefas custom built housing) and (b) aerial shoreline surveys for plastic detection, while providing a flexible platform for future applications. Scope of Requirements: Technical Requirement The Supplier will provide a complete hyperspectral infrared imaging solution suitable for both Remotely Piloted Aircraft (RPA) operation and laboratory use, including all necessary hardware, lenses, software and accessories required to acquire, calibrate, process and export orthorectified hyperspectral data cubes. At a minimum, the proposed system will be capable of capturing data across the Very Near Infrared (VNIR) spectral range (400–1000 nm). Ideally, a drone-mountable solution would extend coverage to include VNIR, Near Infrared (NIR), and as much of the SWIR range as feasible—targeting a full spectral span of approximately 400–2700 nm. Cefas understand that drone-compatible SWIR sensors may exceed the maximum available budget (£130,000 inc. VAT). Therefore, a hybrid approach of a drone-mounted VNIR sensor, complemented by a laboratory-based (non-flyable) SWIR system is an acceptable solution. Cefas is open to alternative configurations if the Supplier can propose a more suitable option that meets the technical requirements and stays within budget. In addition, the Supplier will provide comprehensive training on implementing data processing pipelines for hyperspectral data collected from the sensor, as well as operational support for Cefas drone pilots. This support will include training sessions covering environmental conditions, target selection, and sensor configuration to ensure optimal data collection Clear documentation of all data collection and processing steps are essential.
£92,000
Contract value
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.
£170,000
Contract value
The BEEMS (British EDF Estuarine and Marine Studies) programme is funded by NNB Generation Company Sizewell C (NNB GenCo SZC). 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 Supplier to deliver the element described below. To support the delivery of the BEEMS Programme, Cefas require the Supplier to provide aerial data collection using a Remotely Piloted Aircraft (RPA) in the Sizewell to Thorpeness region on a quarterly basis. It is anticipated that the first flight will be undertaken in March 2026 and the final flight in December 2028 (with extension options as per point 4). On occasion, additional flights may be required, therefore Cefas requests a day rate cost in Appendix 6, for flights of a similar nature in the vicinity of Sizewell area. The purpose of this work is to safely conduct regular RPA flights in accordance with the Civil Aviation Authority (CAA) guidelines at the above locations for the purpose of acquiring survey data to meet environmental monitoring requirements. Cefas requires the Supplier’s flight team to manage the planning, notifications, and safe execution of each survey. The Contract implementation is expected to start 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. See Bidder Pack for full specification. Prior Market Engagement was not conducted as the market is well known to Cefas with a reasonably small pool of supplier, including many SMEs, who can meet our requirements.
£165,000
Contract value
The Cefas Chemicals Programme, primarily funded by Defra, undertakes research, testing, and advisory activities to support UK chemical risk assessment and regulatory obligations. The programme underpins national commitments regarding chemical safety, endocrine disruption, and environmental protection, with a focus on the development of test guidelines, endocrine disruption studies, ecotoxicology, and the advancement of new approach methodologies that aim to minimise animal testing. Accurate weighing of various chemicals is essential to support our experimental work. Currently, the laboratory houses a microbalance that was acquired over 15 years ago and is now discontinued. Securing a suitable replacement has become a priority to ensure continuity of operations. This RFQ seeks proposals for the supply of a high-precision microbalance that meets the specifications outlined below. The new equipment will enable Cefas to continue delivering robust scientific outputs while supporting sustainability and operational efficiency. Scope of Requirements: 1. Technical Requirement The microbalance must meet the following requirements: • Draft shield: Automatic preferred (manual acceptable if necessary), • Maximum capacity: 120g • Readability: o Fine range: minimum 0.002 mg o Coarse range: minimum 0.005 mg • Repeatability: o Fine range: minimum 0.005 mg o Coarse Range: minimum 0.01 mg • Capacity to sustain small vibration (due to proximity to a fume hood) • Dimensions: The equipment must not exceed 52 cm in length, 30 cm in width, and 24.5 cm in height. • Compliance with UK/EU safety standards for laboratory equipment. 2. Environmental Considerations • Unit should have an ultralow power consumption. • Supplier to manage packaging responsibly, ensuring reuse or recycling wherever possible. If packaging removal is not included, provide clear guidance on environmentally friendly disposal options. 3. Installation • Comprehensive installation and setup instructions • Any calibration requirements and guidance • Details of tools or accessories needed for installation • Safety considerations for handling and positioning the equipment 4. Ease of maintenance • Clear guidance on routine maintenance and calibration procedures • A technical support contact when required 5. Parts, Consumables and Updates • Availability and short lead times of spare parts and consumables • All parts must be covered under warranty in the event of failure 6. Warranties and Guarantees • 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. • Warranties will include replacements of parts in the event of failure. • Options for on-site support and/or remote assistance should be available.
£29,000
Contract value
To view this opportunity please go to https://atamis-9529.my.site.com/login You will need to log in or create a new supplier account. The opportunity can then be found searching 'CEFAS25-139 Request for Quotation for the analysis of seabed imagery'. Cefas and Natural England (NE) have been working collaboratively to deliver monitoring surveys within Marine Protected Areas (MPAs) as part of the ongoing MPA programme. These surveys aim to support Natural England’s monitoring objectives and provide robust evidence to inform conservation measures. Two recent surveys were undertaken at designated Marine Conservation Zones (MCZs): Beachy Head East MCZ in November 2023 and Cape Bank MCZ in September 2025. Both sites are important for understanding subtidal habitats and associated species, and the surveys were designed to gather high-quality data to meet specific ecological objectives. Beachy Head East MCZ is an inshore site located along the East Sussex coast near Eastbourne, within the Eastern Channel region. Covering an area of approximately 195 km², the survey focused on: • Mapping the extent and distribution of subtidal sediment, rock, and biogenic reef habitats. • Collecting quantitative information on species composition across sedimentary and rocky biotopes. • Identifying the presence of S. spinulosa formations and, where possible, providing data to inform Reefiness assessments. • Recording any presence of non-native species. Cape Bank MCZ, is an inshore site situated in the Western Channel and Celtic Sea region to the west of Land’s End, spans roughly 474 km². The survey objectives included: • Acquiring high-quality video and image data to verify the extent and distribution of subtidal moderate energy circalittoral rock features. • Determining the main characterising species within these habitats to enable temporal comparisons with previous datasets. 2. Requirements: The Supplier is required to undertake the analysis of seabed imagery (video and still images) collected at Beachy Head East and Cape Bank MCZs. This analysis will include the production of imagery-specific Geographic Information System (GIS) deliverables. The imagery for analysis is detailed in Table 1, and maps of the stations sampled are shown in Figures 1 and 2. More detailed metadata will be provided to the awarded Supplier following Contract award. All video observations were captured using a drop-down camera (DDC) system. 2.1. General project specifications: The Supplier will: • Undertake the analysis of seabed imagery (video and still images) as outlined in this document and its appendices. • Use BIIGLE to annotate video and still images in accordance with methodology described in Appendix A. Cefas and NE will provide guidance on use of BIIGLE for MPA projects during the start-up meeting, if needed. o Record the majority of information in BIIGLE first and subsequently used to populate the provided proformas. Where explicitly agreed by Cefas/NE, certain data may be entered directly into the proformas. o Develop and maintain substrate and taxonomic image reference collections in BIIGLE. • Produce all specified deliverables (see section 4), including GIS outputs and a comprehensive analysis report. o The GIS outputs will be provided as an ESRI ArcMap GIS geodatabase (“.gdb”) using the sample information provided (see also section 2.2.3). The database will contain one A still image feature-class (labelled “_STILL”) and two video specific feature-classes (labelled “_VIDSOL” and “_VIDTR”). o The comprehensive analysis report will include a summary of the results, the description of the methodology, and some details on the quality Assurance (QA) process and any remediation undertaken (see also section 4.1) • Ensure that still image and video references used in analysis outputs are identical to those used in the naming of the original media, to enable future reconciliation between data and media. If identical naming is not possible, a suitable alternative should be sought with Cefas (e.g. a lookup table, or closely similar naming) . Any deviation from this methodology must be approved in writing by Project Manager. 2.2. Analysis Methodologies The Supplier must perform all analyses in accordance with the specifications set out below and in Appendix A. Any deviation must be approved in writing by the Project Manager prior to implementation. 2.2.1. Video Data (All Transects) Video will be analysed in BIIGLE using the label trees shown in Table 2. A high-level review will be conducted as described in Turner et al (2016). Tier selection for each tree is specified in Table 2 and further clarified in Appendix A. Each video will be analysed and labelled using provided BIIGLE label trees (unless specified otherwise). The following steps outline the tasks required to generate the necessary information: 1. Where possible, Video will be segmented into areas of continuous seabed broadscale habitat (BSH) type greater than or equal to 5 m along transect distance. The segment labels should be used to delineate these segments and labels from other trees should be attached to each segment using the “add label” tool in BIIGLE. Alternative options (e.g. using time stamp, can be considered. 2. The EUNIS 2007/12 classification system will be used, and a new segment should be started if the habitat classification changes. • EUNIS 2007/12 classification system. Initially this label tree should be used to assign BSH types, that is up to level 3 of the hierarchy (e.g. Sublittoral sands and muddy sands). 3. Each segment will be assigned an Image quality using labels from two label trees. Further analysis of video segments will be dependent on the image quality score. For example, if a segment is given a score of zero, no further analysis should be carried out for that segment: • Image quality, a summary of these labels is shown in Table 3. • NMBAQC image quality, a summary of these scores is shown in Table 4 but described in more detail in section 2.1 of Turner et al (2016). 4. Use the Habitat Features Of Conservation Importance (FOCI) label tree to identify any habitat segments containing the FOCI habitats listed in NE & JNCC, 2010 . 5. Identify evidence of anthropogenic impacts on the seabed: • Use the litter label tree to record the presence of litter using the categories listed in Annex 5.1 of the Joint Research Centres Guidance on Monitoring of Marine Litter in European Seas . • Use the Anthropogenic label tree to annotate trawl marks or anthropogenic impacts other than litter. The tree may be extended with new labels if required in agreement with Cefas (extensions must be documented). 6. Use the habitat label tree to assign biotopes, up to level 6 of the EUNIS 2007/12 classification system and in accordance with Parry (2019) . 7. A reference collection of representative images must be provided for each discreet BSH identified. 2.2.2. Analysis of Stills Imagery Still images must be analysed in BIIGLE using the label trees shown in Table 5. Annotations will be assigned in a two-tier process. Tier 1 annotations are referred to as “image labels” are associated with image metadata (BSH, quality etc) whilst “Tier 2” annotation are faunal annotations applied over observations of biota (See table 5 for further information on the Two-Tier system). Optionally tier 1 labels may be added directly into the proforma instead of being applied to still images, where this is done it must be consistent (i.e. there must not be a mixture of BIIGLE annotations and proforma entries for image quality) and agreed with Cefas/NE. More details on the still annotation types and how they must be applied are provided in Appendix A.
£33,333
Contract value
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.
£750,000
Contract value
The BEEMS (British Energy Estuarine and Marine Studies) programme is funded by NNB GenCo (EDF Energy). 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 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 Hinkley Point C (HPC) power station, including terrestrial laser scanning surveys. The work is ongoing in nature, with surveys planned in Spring and Autumn each year. The survey schedule is subject to change in accordance with weather, construction schedules and regulatory requirements. The timings and volume
£25,000
Contract value
Cefas and Natural England (NE) have been working collaboratively to deliver monitoring surveys within Marine Protected Areas (MPAs) as part of the ongoing MPA programme. These surveys aim to support Natural England’s monitoring objectives and provide robust evidence to inform conservation measures. Located 35 km off the east coast of England, Kentish Knock East Marine Conservation Zone (MCZ) is in the outer Thames Estuary. As part of the Marine Protected Area Program, Cefas and Natural England collected sediment samples within and surrounding the site using a 0.1m2 mini Hamon grab during a survey aboard the RV Cefas Endeavour during November 2025. A total of 120 samples were successfully collected from four Case Study Areas (30 grabs per CSA) in November and December surveys (see Annex 1). The samples were preserved in formaldehyde shortly after sampling, and all containers have both an internal and external label, clearly indicating the survey and station information. Requirement: The Supplier is required to process 120 macrofaunal samples: to extract and identify all biota retained following sieving on a 1.0 mm capture mesh, as per the NE Atlantic Marine Biological Analytical Quality Control (NMBAQC) guidelines detailing extraction and identification protocols (NMBAQC scheme - APEM). In addition to this there is a requirement to ensure these data are audited as per the NMBAQC Own Samples protocol prior to submission to Cefas (NMBAQC scheme - APEM). Enumeration, identification and biomassing to the lowest possible taxonomic level must be carried out following the NMBAQC Processing Requirement Protocol and Taxonomic Discrimination Protocol (NMBAQC scheme - APEM). Biomass (wet weight in grams to at least 4 d.p.) is required for all enumerable taxa. Balances must be serviced annually and a valid service certificate must be supplied with this tender. Taxa list from previous surveys can be given on request or can be accessed via the One Benthic portal . No formal reference collection is needed for this project, but selected reference specimens will be requested by Cefas to be returned to the laboratories in Lowestoft in an appropriate preservation liquid (i.e. 100% IDA or 70% IMS, 20% water and 10% glycerol). Notable taxa must be highlighted here such as non-native species and new or unusual records. Non-native species must be added to the Non-native Species Information Portal (NNSIP) (hosted on the Non-native Species Secretariat website, GB Non Native Species Information Portal (GBNNSIP) - providing records and alerts for non-native species in Great Britain | InfraPortal). The abundance and biomass data matrices must be sent via email (email address to be confirmed by Cefas on contract implementation) following completion. All species names must be run through the WoRMS ‘Match Taxa’ tool so that all naming is current (http://www.marinespecies.org/aphia.php?p=match). Quality assurance (QA): 10% of samples from this contract are to be subject to an independent QA process following the requirements of the NMBAQC ‘own sample’ scheme assessment criteria with the scheme coordinator (or their assigned Audit Quality Control laboratory (AQC)) (see above). As this is also a project level audit the full data set will be quality assured; in addition to the samples selected to assess processing, additional taxa will be identified for review from the full data matrix. Any remedial action required following the AQC process must be completed within an agreed timeframe at no extra cost to the project, including any subsequent AQC needed. The AQC contract will be arranged and paid for by Cefas. The processing and audit laboratories will include Cefas in all communications relating to this contract and will work to ensure timely delivery. Reporting All grab sample analyses need to be entered into Marine Recorder Online and any import spreadsheets to be delivered with the final reports. Natural England will arrange system logins to Marine Recorder Online for the awarded Supplier to use. Guidance ‘Marine Recorder Guidance for Contractors’ will also be provided. The Intellectual Property Rights and Copyright of all data and outputs (including photographs) will be owned jointly by Cefas and Natural England. All data will be made available by Cefas and Natural England under the Open Government Licence at the end of the project. Deliverables: • Externally audited, quality-controlled abundance and biomass matrices with current nomenclature (Primary processing and Audit lab) – spreadsheet and evidence that it has been upload on Marine Recorder Online according to the guidelines. • Selected Reference specimens (Primary processing lab) • Internal Quality Control logs (Primary processing lab) • Audited Quality Control report (Audit lab) • Weekly project summary updates and correspondence between primary processing and audit lab (Primary processing and Audit lab)F Delivery Dates: 1. Primary analysis to be completed by end 4th September 2026 2. Fully AQC’d data to be completed by end 2nd October 2026 and upload on Marine Recorder by end 16th October 2026 3. Agreed list of reference specimens to be returned to Cefas by 16th October 2026 Quantity: 120 mini Hamon grab samples (details of the samples can be found in Annex 1 below). Location: Samples are available for collection by the successful Supplier as soon as possible following Contract signature, from the storage facility in Lowestoft – Cefas, Pakefield Road, NR33 0HT (costs to be included in tender as per RFQ Part 2 – Pricing). Details of the sample collection are to be confirmed following contract allocation and samples must be transported safely and securely.
£83,333.33
Contract value
Showing 41–56 of 56 procurements