This contract is for the provision of a 2 yar service contract by the OEM for GEOTEK equipment. The contract includes parts, labour, and expenses for repairs. Cover will include the following MSCL systems: MSCL-CIS #164, MSCL-XYZ #307, MSCL-S #254, and XCT #258. The contract coveres onsite and remote repair and diagnostics.
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 Exail Oceano R5 is an oceanographic acoustic release designed for long‑term subsea deployments in harsh marine environments. The system enables the controlled acoustic release of subsea payloads of up to 2,500 kg and is operable at water depths of up to 6,000 metres. The Oceano R5 is suited to deep‑water scientific and oceanographic applications requiring robust, long‑life subsea release capability. The National Oceanography Centre has procured ten of the R5's for it marine operations.
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.
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.
***** 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 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.
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.
* Correction to notice: 2025/S 000-043436 due to error with declared value*
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.
NOC has identified its existing mooring recovery aids as nearing the end of their operational life, risking equipment failures and significant risk to the safe and successful recovery of our deployed assets. Following a comprehensive market assessment of available solutions, the Xeos Apollo X7 beacon has been identified as the system that best meets our operational and technical requirements.
***** 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.
NOC has identified its existing mooring recovery aids as nearing the end of their operational life, risking equipment failures and significant risk to the safe and successful recovery of our deployed assets. Following a comprehensive market assessment of available solutions, the Xeos Apollo X7 beacon has been identified as the system that best meets our operational and technical requirements.
This contract was for the supply of SBE37‑SMP‑ODO moored CTD instruments and associated 7000‑metre rated components required as a standalone replacement purchase. The equipment must be sourced from the manufacturer's authorised representative because it is technically compatible with NOC's existing moored instrumentation fleet and is required to operate seamlessly with current sensors, housings and deployment configurations. No alternative supplier can provide instruments with the required compatibility or performance for integration with NOC's established Sea‑Bird systems. This is a below‑threshold direct award made on the basis of essential technical standardisation and compatibility.
Procurement of additional RDI ADCP`S Sentinal MKii into existing infrastructure. 2x new 600khz , 2x new 300khz to improve the accuracy, efficiency and range of hydrodynamic data collection in support of multiple ocean circulation projects. Used for a detailed picture of currents and known to be reliable in their operation.
The majority of our deployed ADCP infrastructure, both vessel-based and moored, is based on RDI systems. This has led to significant investment over time in support infrastructure, data acquisition systems, software compatibility, and internal expertise, all optimised around RDI platforms. Several projects next year require ADCPs in which an aging & limited stock is a risk to fulfilling the cruise program.
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.
Specialist VAT advisory services are being procured to support the review of expenditure associated with the 'Fit for the Future Conferencing Project'. This includes the preparation and submission of an Error Correction Notice in relation to under-recovered input tax, subject to a detailed review of the relevant expenditure.
The scope of services includes:
Review of project-related expenditure
Assessment of input tax recovery
Preparation and submission of an Error Correction Notice to HMRC
To mark the 100th anniversary of the RRS Discovery, arrangements have been made for a public event hosted at the museum in Dundee. The museum will provide the venue and deliver a programme aligned with its existing operations and curatorial expertise.
The provision includes:
Venue hire
Waived ticketing to support accessibility for schools and community groups
Coach access
Other essential event-related services
This arrangement ensures the effective delivery of a culturally significant event, supporting inclusive participation and alignment with the museum's programming and logistical capabilities.
A toolchain along with modified version of ubuntu to work on the IMX8 processor has previously been procured and selected for use the on the Mission Management System (MMS) used on ALR.
Building from this product we now require to upgrade to the latest supported ubuntu (24.04) along with several different feature updates to support the vehicle.
As these are building on existing software, NOC intends to utilise the same supplier to create most reliable & consistent outcome.
The scope of this contract includes the provision of an industry-standard drop camera system and a dedicated, experienced operator responsible for the mobilisation, deployment, operation, and safe recovery of the equipment in an offshore environment.
The National Oceanography Centre (NOC) has entered into a contract following an open procedure conducted under section 20(2)(a) of the Procurement Act 2023. The competition allowed any interested and qualified supplier to submit a tender, and the process was carried out in full compliance with the Act and associated Regulations. All tender documentation, including the specification, was made available through the MyTenders portal.
Evaluation was undertaken in accordance with the published Invitation to Tender methodology. This included compliance checks against mandatory requirements and pass/fail criteria, scoring of qualitative and technical responses against weighted criteria, pricing evaluation using the stated formula, and overall ranking based on combined quality and price scores to identify the most economically advantageous tender. Due diligence checks were completed prior to award, and a mandatory standstill period was observed before contract signature.
Under this contract, the supplier will provide a pool of broadband ocean-bottom seismometer (OBS) systems for deep-ocean research, together with one complete deck communications and seabed-ranging system, plus commissioning support, documentation and warranties. These systems will support geohazard monitoring, seismic and acoustic studies, and wider marine science. Delivery is required 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, and must support long-duration deployments on varied seabed conditions for both passive and active seismic studies.
The contract includes:
- Fully delivered pricing for three options detailed in Schedule 6, each including the deck communications system.
- Deployment consumables for each instrument (anchors, burn wire where applicable, batteries for extended deployments).
- Complete documentation covering assembly, deployment, recovery, data workflows and safety considerations.
- Commissioning support to bring the pool into service.
Warranties and servicing:
The supplier will warrant electronic and datalogger components, sensors and mechanical elements for at least 12 months and provide any manufacturer-advised servicing or calibrations for the seismometer within the first five years of ownership. Future compatible firmware, software and data processing updates are also included.
Logistics and timetable:
All equipment, consumables and documentation will be delivered no later than 31 March 2026 to enable pre-cruise testing, training and mobilisation for the Spring 2026 expedition window. Delivery includes all logistics necessary to place the equipment into NOC's custody, ready for commissioning activities.