COR0924 Survey DNA Analysis

Complete

Value

£30,000

Classifications

  • Surveying, hydrographic, oceanographic and hydrological instruments and appliances

Tags

  • tenderAmendment

Submission Deadline

11 months ago

Published

11 months ago

Description

2.	Contract Summary 
JNCC wishes to commission a contract to undertake analysis of benthic DNA samples that will be collected during the COR0924 survey to a region offshore of St Kilda in Autumn 2024. 
Bidders are invited to provide a quote to include:
•	Cost of analysis per sample for up to 80 DNA samples;
•	Cost of reporting; and
•	Cost of storing actual samples for one year in case of future analyses dependent on funding.
The contract, with any remedial actions following JNCC's quality checks, will need to be fully completed by March 2025.
3.	Project Background and Aims
Metaprobes have been increasingly used in recent years to passively collect DNA from marine habitats. They have the potential to provide a relatively cheap and minimal extra effort method of sampling DNA in marine ecosystems, complementing existing traditional survey methods. Metaprobes have been deployed in inshore waters but there is limited understanding of their use in offshore waters. JNCC aim to address this research gap by asking the overarching question: Can we detect benthic species offshore using eDNA collected with metaprobes?
JNCC will be collaborating with Agri-Food and Bioscience Institute (AFBI) to undertake an offshore survey aboard the RV Corystes to a region offshore of St Kilda (survey code COR0924). The survey will depart Belfast Harbour on 26th September 2024 and return to the same port on 11th October 2024. During the survey, 36 sledge camera tows (Figure 1) will be conducted, providing an ideal opportunity to test collecting eDNA using metaprobes in the offshore benthic environment and to compare findings with benthic imagery. 
There is a risk that metaprobes may become clogged with sediment, impacting the ability to passively filter water and collect eDNA. This will be investigated through the study's experimental design by placing mesh around half of the metaprobes deployed.  

From outputs of the DNA analysis and camera sledge tows, JNCC aim to answer the following questions: 
1.	Does the species richness of benthic organisms detected vary between eDNA and imagery? 
2.	Does community composition of benthic organisms detected vary between eDNA and imagery?
3.	Does species richness differ between metaprobes deployed with mesh and no mesh?
4.	How many metaprobes are required to achieve a complete dataset?

Additional information: You are invited by JNCC Support Co (JNCC) to submit a tender for the supply of works or services required under the above project. If interested, you should download and carefully read the documents contained within the zip file.

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

Provision of Ocean Bottom Seismometers

The National Oceanography Centre (NOC) is running this competition as an open procedure under section 20(2)(a) of the Procurement Act 2023. This means any interested and qualified supplier may submit a tender. The process is fully transparent and follows the requirements of the Act and associated Regulations. All tender documentation, including this specification, is available through the MyTenders portal. Tenders will be evaluated in line with the methodology set out in the Invitation to Tender, following an open and transparent process that includes compliance checks to ensure all mandatory requirements and pass/fail criteria are met (with non‑compliant bids excluded), scoring of qualitative and technical responses against published weighted criteria (with minimum pass marks where specified), pricing evaluation using the stated formula, and overall ranking based on the combined quality and price scores to identify the most economically advantageous tender; the preferred bidder will then undergo due diligence checks such as insurance and financial verification before contract award, and a mandatory standstill period will apply prior to contract conclusion to ensure fairness and compliance with the Procurement Act 2023. NOC seeks the supply and delivery of a pool of broadband OBS systems for deep‑ocean research, together with one complete deck communications and seabed‑ranging system, plus commissioning support, documentation and warranties. The systems will underpin geohazard monitoring, seismic and acoustic studies, and wider marine science. Pricing must be on a fully delivered basis. Delivery must be completed by 31 March 2026 to enable mobilisation for Spring 2026 expeditions. The OBS pool will be deployed worldwide, including depths of at least 6,000 m, across a broad temperature range. Instruments must support long‑duration deployments and operate reliably on varied seabed conditions, including slopes, for both passive and active seismic studies. Suppliers shall provide fully delivered pricing for three options detailed in Schedule 6. Each option must include the deck communications system. Suppliers may also provide informational pricing for the purchase or rental of a single OBS unit for future planning; these figures will not be evaluated. Consumables, documentation and commissioning To ensure immediate readiness for the first deployments, pricing is to include one full set of deployment consumables per instrument, such as anchors, burn wire (where applicable) and batteries sufficient for an initial extended deployment period. The supplier will deliver complete and current manuals covering equipment details, assembly, deployment, recovery, data workflows and safety considerations, and will provide commissioning support to bring the pool into service. Warranties, servicing and updates As a minimum, the supplier will warrant electronic and datalogger components and sensors and mechanical elements for at least 12 months and include any manufacturer advised servicing or calibrations for the seismometer within the first five years of ownership. To protect the investment and maintain scientific integrity over time, the supplier will also provide future compatible firmware, software and data processing updates as part of the contract. Logistics and timetable All equipment including OBS units, deck communications system, consumables and documentation must be delivered no later than 31 March 2026 to enable pre cruise testing, training and mobilisation for the Spring 2026 expedition window. Pricing must cover delivery to NOC and all associated logistics necessary to place the equipment into our custody, ready for commissioning activities.

Katy Reed

Published 1 week ago
Open

Provision of Ocean Bottom Seismometers

The National Oceanography Centre (NOC) is running this competition as an open procedure under section 20(2)(a) of the Procurement Act 2023. This means any interested and qualified supplier may submit a tender. The process is fully transparent and follows the requirements of the Act and associated Regulations. All tender documentation, including this specification, is available through the MyTenders portal. Tenders will be evaluated in line with the methodology set out in the Invitation to Tender, following an open and transparent process that includes compliance checks to ensure all mandatory requirements and pass/fail criteria are met (with non‑compliant bids excluded), scoring of qualitative and technical responses against published weighted criteria (with minimum pass marks where specified), pricing evaluation using the stated formula, and overall ranking based on the combined quality and price scores to identify the most economically advantageous tender; the preferred bidder will then undergo due diligence checks such as insurance and financial verification before contract award, and a mandatory standstill period will apply prior to contract conclusion to ensure fairness and compliance with the Procurement Act 2023. NOC seeks the supply and delivery of a pool of broadband OBS systems for deep‑ocean research, together with one complete deck communications and seabed‑ranging system, plus commissioning support, documentation and warranties. The systems will underpin geohazard monitoring, seismic and acoustic studies, and wider marine science. Pricing must be on a fully delivered basis. Delivery must be completed by 31 March 2026 to enable mobilisation for Spring 2026 expeditions. The OBS pool will be deployed worldwide, including depths of at least 6,000 m, across a broad temperature range. Instruments must support long‑duration deployments and operate reliably on varied seabed conditions, including slopes, for both passive and active seismic studies. Suppliers shall provide fully delivered pricing for three options detailed in Schedule 6. Each option must include the deck communications system. Suppliers may also provide informational pricing for the purchase or rental of a single OBS unit for future planning; these figures will not be evaluated. Consumables, documentation and commissioning To ensure immediate readiness for the first deployments, pricing is to include one full set of deployment consumables per instrument, such as anchors, burn wire (where applicable) and batteries sufficient for an initial extended deployment period. The supplier will deliver complete and current manuals covering equipment details, assembly, deployment, recovery, data workflows and safety considerations, and will provide commissioning support to bring the pool into service. Warranties, servicing and updates As a minimum, the supplier will warrant electronic and datalogger components and sensors and mechanical elements for at least 12 months and include any manufacturer advised servicing or calibrations for the seismometer within the first five years of ownership. To protect the investment and maintain scientific integrity over time, the supplier will also provide future compatible firmware, software and data processing updates as part of the contract. Logistics and timetable All equipment including OBS units, deck communications system, consumables and documentation must be delivered no later than 31 March 2026 to enable pre cruise testing, training and mobilisation for the Spring 2026 expedition window. Pricing must cover delivery to NOC and all associated logistics necessary to place the equipment into our custody, ready for commissioning activities.

Katy Reed

Published 1 week ago
Open

Space Technology Solutions

Crown Commercial Service (CCS) as the Authority intends to put in place a Pan Government Dynamic Market for the provision of Space Technology Solutions to be utilised by Central Government Departments and all other UK Public Sector Bodies (the full list is included below the ' Awarding Contracts' section of this notice). The RM6370 Space Technology Solutions Dynamic Market provides civil and defence related space and geospatial requirements, including related technology, operations, data and advisory solutions (Space Technology Solutions). The Dynamic Market provides a broad scope of goods, works and/or services related to the following deliverables: satellite communications; unmanned autonomous vehicles (UxVs); geospatial and remote sensing; upstream launch services; design and manufacture; space domain awareness; space command and control; rapid deployment capability; research and development; position, navigation and timing; intelligence, surveillance and reconnaissance; sustainability; security, risk and insurance consulting. The range of goods, works and/or services is broad and intended to capture commercially viable products and services which may be ‘off the shelf’ or bespoke to the buyer requirement. The Dynamic Market is divided into categories, called ‘Parts’. Each Part provides specific goods, works and/or services, as detailed in the Part descriptions. The initial duration of the Dynamic Market will be six years with an optional extension of two years. An application to be appointed to the Dynamic Market, in response to this Dynamic Market Notice, can be made at any time before the End Date of the Dynamic Market. An application can be made as a single legal entity or as a special purpose vehicle (SPV). Please note that all members of a consortium (where an SPV has not been formed) wishing to tender for buyer contracts with reference to this Dynamic Market must submit their own separate application for appointment to the Dynamic Market. The Conditions for Membership for this Dynamic Market Space Technology Solutions, RM6370, are detailed in this Dynamic Market Notice. The Dynamic Market Terms of Use as provided by Crown Commercial Service, available in the Information Pack, govern the Supplier’s interaction with the Dynamic Market. These Terms are additional to the Supplier’s Conditions for Membership which the Supplier must satisfy to become a member of the Dynamic Market. The process followed by buyers to award a contract with reference to this Dynamic Market is governed by section 34 of the Procurement Act 2023. Section 34 allows buyers to award a contract with reference to an ‘appropriate dynamic market’, provided the competitive flexible procedure is used. An appropriate dynamic market is one which covers the goods, works and/or services that the buyer wishes to purchase. Please note it is the suppliers responsibility to monitor Find a Tender service for any transparency notices published for contracts with reference to this Dynamic Market and respond accordingly. The Dynamic Market Information Pack contains the Terms of Use and instructions on how to submit an application to join the Dynamic Market and is available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370

Katy Reed

Published 2 months ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Organisation

Unique Onyewueke

[email protected]

1224083515

Timeline complete