Maritime Satellite Communications for RRS Discovery and RRS James Cook
This project seeks a Supplier who can offer a maritime LEO broadband solution with some modest upgrades to our existing VSAT and FBB service at a reasonable cost.
Maritime Satellite Communications for RRS Discovery and RRS James Cook
This project seeks a Supplier who can offer a maritime LEO broadband solution with some modest upgrades to our existing VSAT and FBB service at a reasonable cost.
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.
NOC Research Vessel Dry-Dock Refit and Maintenance Contract 2026
The National Oceanography Centre (NOC) is conducting this procurement with a state of urgency under an accelerated open procedure in accordance with Section 54 of the Procurement Act 2023, which governs time limits for competitive tendering procedures. Section 54(3) and (4) permit the reduction of minimum time periods where there is a state of urgency that makes compliance with standard time limits impracticable. The procedure is being run as an open process under Section 20(2)(a) of the Act, allowing any interested and qualified supplier to submit a tender within the shortened timescale. All tender documentation, including the specification and supporting schedules, is available via the MyTenders portal.
Tenders will be evaluated according to the methodology set out in the Invitation to Tender. This includes compliance checks to ensure all mandatory requirements and pass/fail criteria are met, with non-compliant bids excluded. Qualitative and technical responses will be scored against published weighted criteria, with minimum pass marks applied where specified. Pricing will be evaluated using the stated formula, and overall ranking will be based on the combined quality and price scores to identify the most economically advantageous tender. The preferred bidder will be subject to due diligence checks, including insurance and financial verification, prior to contract award. A mandatory standstill period will apply before contract conclusion to ensure fairness and compliance with the Procurement Act 2023.
NOC seeks the provision of scheduled dry-dock refit, maintenance, and upgrade services for the research vessels RRS Discovery and RRS James Cook. The contract covers annual refit works, intermediate docking surveys, class certification renewal, equipment inspection and servicing, and minor upgrades to vessel systems including propulsion, electrical, laboratory, and deck handling equipment. All works must comply with UK health and safety legislation, marine industry best practice, and relevant classification standards. The supplier is required to provide suitable dock space and infrastructure, office accommodation for the Marine Superintendent, and facilities to support mobilisation and demobilisation. Robust management of UK-based suppliers and subcontractors is expected, with a commitment to sustainable procurement and social value. The contract allows for flexibility to address emergent works and contingency repairs as required, ensuring both vessels remain fully operational, compliant, and ready to support world-class scientific research.
Pricing must be provided on a fully delivered basis, in accordance with the requirements set out in the pricing schedule. All costs must be stated in pounds sterling and exclusive of VAT. The price submitted must remain fixed for the initial term of the contract, with provisions for indexation as detailed in the tender documents. Suppliers must ensure consistency across all pricing sections and provide commentary where required. The contract will operate on a combination of fixed-price and time-and-materials arrangements, with milestone payments structured around key project deliverables.
All documentation, including completed questionnaires, pricing schedules, and supporting evidence, must be submitted electronically via the portal by the stated deadline. Submissions must comply with all word and page limits, and any additional information must be clearly referenced to the relevant question. The successful supplier will be required to deliver the contracted services in accordance with the specification and all applicable standards, ensuring the vessels are ready for service within the defined mobilisation windows.
This UK4 notice will appear as though it has had no prior notices. This is solely due to a technical limitation of our e-tendering platform, which does not allow previous notices to be linked or referenced in the publication workflow for UK4. For transparency, the prior notices relevant to this procurement are as follows:
UK3: Planned Procurement Notice
Notice identifier: 2025/S 000-074178
Published: 14 November 2025, 5:39pm
UK2: Preliminary Market Engagement Notice
Notice identifier: 2025/S 000-055122
Published: 9 September 2025, 3:49pm
Please note that goods may also be purchased through this contract and due again to limitations of the etendering portal this could not be selected.
These notices remain applicable and form part of the procurement record for this process. Despite the terminology used within the terms, this procurement is for a single contract award covering two distinct vessel refit projects (RRS Discovery and RRS James Cook). While the contract terms allow for flexibility in scoping and delivery of work packages, all requirements are specified and awarded under one contract through this tender process. For the avoidance of doubt, this is not a framework agreement in the sense defined by the Procurement Act 2023; there is no umbrella arrangement for future call-offs or multiple suppliers beyond the scope provided for. All works instructed under this contract are binding and form part of the awarded contract, ensuring compliance with standard contract procedures.