This is a Call off Award from the RM6124 CCS Communication Market Place for the Provision of Public Affairs Services. This was following a capability assessment and ITT stage including demonstrations.
This notice is for award of a contract under the JISC Network Solutions (P2719), under lot 13. Due to this lot containing a single supplier, a Direct Award process was followed under the framework buyers guide.
The National Oceanography Centre conducted a call off via the RM6116 Network Services 3 CCS Framework for the provision a of AV equipment and its installation. The provision of this contract covered the upgrade and refurbishment of the Seminar Room at the NOC Southampton site.
The NOC completed a call off from the NHS SBS10256 Framework for the provision of Spectrum & Storage protect licences and associated services. These licences cover the provisioning across both NOC sites and is critical to the maintenance of the server infrastructure at the NOC.
The NOC completed a call off of the NHSSBS10510 Digital Workplace Solutions 2 framework for the provision of endpoint ManageEngine Cloud licences along with the provision of implementation and consultancy provision from the Software developer.
This contract has been awarded under the PFB3038NW Employee Benefits Framework Lot 2 via direct award. The contract provides for a Group Life Master Trust arrangement deliver death in service benefits for the NOC.
The NOC completed a call off of the SUPC SLRA - ITS4042SU for the provision of a Microsoft Licences and related services under a three year agreement. The contract provides for a 3 year provision with a minimum order commitments and provision for further scaling depending on NOC requirements.
This call off from the NHS SBS10256 was for the provision of Halo ITSM Licences to uplift the existing ITSM requirements and provide flexibility and integration of further licences into the ticketing program across the NOC estate.
This notice is for award of a contract under the LUPC High Value Lab Equipment Framework (LAB 3162 NW), under lot 2. The framework allows for a Direct Award to the top ranking supplier in each lot. A Direct Award process was therefore followed under the framework buyers guide.
The NOC in collaboration with the Plymouth Marine Laboratory is working to facilitate the integration of two our technologies (NOC's RoCSI and NOC's UVP-6) with a mobile platform and operate in a coastal region in Europe or the UK. The PML has been identified as complying with relevant legislation and licence requirements to facility the activity required to test the operation of this project.
***** THIS IS A CONTRACT DETAILS NOTICE, NOT A CALL FOR COMPETITION *****
NOC (NMF) maintain & support the Vertical Microstructure Profiler fleet of the National Capabilities for the UK Oceanographic community at the guidance of Marine Facilities Advisory Board. There are currently five separate VMP platforms in the National Marine Equipment Pool. The probes within this order are an essential component of this complex and cutting-edge ocean observation platform. These probes replace, and add to, the small unique sensors that take the scientific measurements and are vital in order to be able to continue the use of the VMP fleet.
***** THIS IS A CONTRACT DETAILS NOTICE, NOT A CALL FOR COMPETITION *****
This procurement is being concluded without competition due to an absence of competition for technical reasons. Adams Precision Hydraulics have on-going knowledge and experience with the particular systems onboard the vessel and hold strategic spares, this enables them to react quickly and at short notice for urgent and time critical response to maintain the vessel's schedules.
This contract is for the annual maintenance of the BOSCORF Geotek Instrument suite. Due to the proprietary maintenance and part requirements this contract has been awarded without competition to GEOTEK Ltd.
The National Oceanography Centre (NOC) conducted this competition as an open procedure under section 20(2)(a) of the Procurement Act 2023. This meant any interested and qualified supplier could submit a tender. The process was fully transparent and followed the requirements of the Act and associated Regulations. All tender documentation, including the specification, was made available through the MyTenders portal.
Tenders were evaluated in line with the methodology set out in the Invitation to Tender, following an open and transparent process that included compliance checks to ensure all mandatory requirements and pass/fail criteria were 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 then underwent due diligence checks such as insurance and financial verification before contract award, and a mandatory standstill period applied prior to contract conclusion to ensure fairness and compliance with the Procurement Act 2023.
NOC sought 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 were intended to underpin geohazard monitoring, seismic and acoustic studies, and wider marine science. Pricing was required on a fully delivered basis. Delivery was to be completed by 31 March 2026 to enable mobilisation for Spring 2026 expeditions. The OBS pool was to be deployed worldwide, including depths of at least 6,000 m, across a broad temperature range. Instruments were required to support long‑duration deployments and operate reliably on varied seabed conditions, including slopes, for both passive and active seismic studies.
Suppliers were required to provide fully delivered pricing for three options detailed in Schedule 6. Each option was to include the deck communications system. Suppliers could also provide informational pricing for the purchase or rental of a single OBS unit for future planning; these figures were not evaluated.
Consumables, documentation and commissioning
To ensure immediate readiness for the first deployments, pricing was 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 was required to deliver complete and current manuals covering equipment details, assembly, deployment, recovery, data workflows and safety considerations, and to provide commissioning support to bring the pool into service.
Warranties, servicing and updates
As a minimum, the supplier was required to 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 was also required to 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 was to be delivered no later than 31 March 2026 to enable pre-cruise testing, training and mobilisation for the Spring 2026 expedition window. Pricing was to cover delivery to NOC and all associated logistics necessary to place the equipment into NOC's custody, ready for commissioning activities.
The National Oceanography Centre (NOC) has awarded a contract the services of Sea Works Marine to undertake quayside wall and pontoon repairs at NOC's Southampton site.
As a tenant of Associated British Ports (ABP), NOC is obliged to use the services of SeaWork Marine Ltd as they are ABP's preferred/nominated supplier for such works.
The repair work must comply with maritime, environmental, and structural safety regulations.
Seawork Marine Services has prior experience and has successfully delivered similar projects, ensuring adherence to health, safety, and environmental guidelines
Given the specialised nature of the project, time sensitivity, regulatory requirements, and supplier expertise, engaging the selected supplier provides the best value while mitigating risks associated with delays, compliance issues, and operational disruptions.
Dell has been selected to supply IT hardware under procurement reference NOCP00601. The goods must meet defined technical and compatibility requirements and be delivered within a specified timeframe. Dell was chosen based on their reliability, integration with existing systems, and strong after-sales support.