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.
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.
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
The National Oceanography Centre (NOC) require the supply of 6000m-rated syntactic foam, machined to specified shapes, for integration into a long-range autonomous underwater vehicle (ALR 6000). The contract includes manufacture, precision machining, and delivery within a 14-week lead time.
The foam is a highly specialised deep-water material, with limited known market. Following requests for quotation ALSEAMAR was the only supplier to respond with a compliant offer. The material will be supplied directly by ALSEAMAR to meet the technical and performance requirements of the ALR build program and maintain the project schedule.
The National Oceanography Centre (NOC) As part of the ongoing refurbishment of the Dining Area at the Liverpool Site, we are proposing a full upgrade of the existing furniture and tables.
This initiative is driven by the need to create a more professional, functional, and future-ready environment for both staff and visitors.
The current layout and furnishings no longer meet the evolving needs of our workforce, particularly in terms of space efficiency, comfort, and capacity.
All staff have been communicated to and engaged across this process to have their say before delivery.
Background:
The current space was created from day 1, and the internal furniture has not been updated since its inception. The furniture is now visibly outdated, no longer aligns with the professional image NOC wishes to project and fails to meet updated ergonomic and regulatory requirements, as well as increased usage needs.
Rationale for Single Supplier Selection:
To fulfill the furniture requirements for this project, NOC proposes employing A&A Business Supplies (A&A), a local company based within two miles of the Southampton site. The rationale for selecting A&A as a single supplier is outlined below:
1. Range and Flexibility:
A&A is an independent company with access to a broad range of furniture suppliers, offering extensive styles, colours, and configurations. This flexibility ensures that NOC's diverse
furniture requirements can be met effectively and efficiently.
2. Standardisation:
The NOC Estate Transformation project aims to establish a standardised selection of furniture across all areas of the site. Working with a single supplier like A&A ensures consistency,
enhancing the professional aesthetic and functional alignment throughout the organization.
3. Cost-Effectiveness:
A&A offers solutions that eliminate storage fees, mitigating risks associated with supply chain delays. A cost comparison conducted over the past year between A&A and a nominated
framework supplier, revealed that A&A provides comparable furniture at a lower overall cost.
4. Proven Track Record:
Over the past four years, A&A has consistently delivered excellent service to NOC, demonstrating flexibility in delivery dates and storage, and providing a responsive and reliable after-sales service. Their average response time for addressing issues is within 24 hours.
5. Sustainability and Social Responsibility:
A&A aligns with NOC's Sustainability and Social Responsibility Strategy by offering a lower carbon footprint due to their locality and a furniture recycling scheme. This initiative allows old or broken furniture to be dismantled into component parts and recycled, with certification provided for the carbon saved.
6. Quality and Compliance:
A&A holds ISO 9001 (Quality Management) and ISO 14001 (Environmental Management) certifications, ensuring their adherence to high-quality standards and environmental responsibility.
Market Analysis:
A cost comparison conducted over the past year between A&A and a nominated framework supplier, demonstrated A&A's cost competitiveness. The analysis confirms that A&A offers comparable furniture at a lower overall cost.
The National Oceanography Centre (NOC) is undertaking the refurbishment of the Seminar Room 104/13. This project aims to create a more professional, functional environment for staff and visitors, which will also generate future income for the organization, by this room for a wide range of external events. As part of this refurbishment, updating all furniture within the space is essential to meet current standards and enhance functionality.
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.
Provision of two OEM-validated MVPx2 CTD Free-Falling Fish tow bodies to enhance the National Oceanography Centre's installed AML MVP300‑1700 Moving Vessel Profiler system. These tow bodies are the only products engineered and validated by the original manufacturer to interface seamlessly with the existing MVP deck winch and controller, ensuring full compatibility with mechanical, electrical, and firmware systems, and maintaining all OEM safety and operational features.
PLEASE NOTE THIS IS A REVISION TO THE PREVIOUS UK7 NOTICE Ref: 2025/S 000-058243
Title:Provision of Slocum Glider OEM Components
Please note that this is a correction to the previously published notice. The contract value was incorrectly stated due to a currency conversion error. Although the value was converted from USD to GBP, it was mistakenly still labelled as USD, which made the contract value appear lower than it actually is.
This notice does not represent a new or additional purchase, but solely serves to correct the previously published contract value.
The goods required are proprietary sensor components for the Slocum™ glider platform, manufactured exclusively by Teledyne Webb Research (TWR), the Original Equipment Manufacturer (OEM). These parts are specifically engineered to ensure full mechanical, electrical, and software compatibility with the Slocum™ gliders.
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.
A part of the The National Oceanography Centre's (NOC) Long Term Maintenance (LTM) programme of work, the lifecycle replacement of an Air Handling Unit (AHU) serving NOC's IT Suite and Server Room is a critical project.
The existing unit is over 25 years old, at the end of its normal working life, and requires a lifecycle replacement.
The replacement air handling unit, will provide the required volume flowrates, temperature, humidity, pressure regimes and noise levels for each of the rooms served by the existing air handling unit. Further, it is expected that the new unit be installed in the same position as the existing air handling units.
The performance and duty of the new unit will, at a minimum, match the original design values and design intent.
The awarded contractor is required to remove and safely dispose/recycle the existing unit, build, install and commission the new AHU and undertake all associated works required under the specification.
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.
The works include the general refurbishment of Seminar Room 104/13 including associated works to support replacement Audio Visual system.
The works include, but are not limited to the following:
- Removal and disposal of all existing light fittings and the installation of new.
- Minor electrical works.
- Removal of air supply and extract grilles / diffusers to be either replaced with equivalent new or to be refurbished.
- Rebalancing of ventilation system.
- Replacement of ceiling tiles.
- To supply and install new blinds to all windows in the Seminar room.
- General painting and decoration
- Replacement of Room Entrance Doors
- To supply and install new carpet tiles
The provision of IT consultancy and delivery services to NOC under this contract enables access to structured support for business technology initiatives over a term of up to three years (1+1+1). The services include assessment of existing IT estate, identification of improvement opportunities, and the definition and delivery of work packages aligned to business priorities. The contract allows for flexible commissioning of services, including the option for delivery by the supplier or third parties, and supports ongoing refinement of requirements through periodic review. All services are delivered in accordance with the supplier's Technology Delivery Approach (TDA), ensuring consistency, scalability, and alignment with best practice standards.
The goods required are proprietary sensor components for the Slocum™ glider platform, manufactured exclusively by Teledyne Webb Research (TWR), the Original Equipment Manufacturer (OEM). These parts are specifically engineered to ensure full mechanical, electrical, and software compatibility with the Slocum™ gliders.
Refurbishment and upgrade of the installed AML MVP300-1700 underway profiling system, operated by the National Oceanography Centre as part of the National Marine Equipment Pool. This requirement covers OEM refurbishment of the MVP winch, controller electronics, and associated components, using proprietary AML boards, firmware, and validated safety interlocks. The MVP system is an integrated AML design; only the original manufacturer (AML Oceanographic Ltd) can supply the necessary components and perform a refurbishment that maintains full compatibility, safety compliance, and operational performance of the existing asset.
Alternative suppliers offer separate profiling systems with their own winch and control modules, which are not compatible with the installed MVP equipment or controller software. Procuring from any other source would require a complete system replacement, resulting in disproportionate cost and operational disruption. Only AML can deliver an OEM-validated refurbishment that sustains the current asset's functionality and supportability.
This procurement is a distinct, standalone requirement, solely focused on sustaining the existing MVP300-1700 asset. The requirements have been valued and justified independently, in line with aggregation and threshold guidance under the Procurement Act 2023.
The refurbishment of the end of life changing areas and toilet facilities at NOC Southampton, specifically Node 2 and Node 1 Level 4 Male & Female Toilets and workshop corridor male and female changing area.
The works generally include the following:
- Refurbishment of the node 2 and 1 level 4 toilets to provide:
- 8 individual cubicles in the male toilets in Node2
- 4 individual cubicle toilets in Node 1 female toilets
- Remodeling of the male and female changing rooms in the workshop corridor
- New male and female toilets showers and changing area with lockers
- All associated mechanical and electrical works
- All associated builders works.
***** 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.
The requirement is for the refurbishment of a Hydraulic Capstan Motor used on our vessels. The supplier will be responsible for replacing all seals and pins as necessary and re-designing the casing drain to prevent condensation build-up. This work is essential to address both immediate operational needs and to mitigate long-term reliability issues. The total quantity required is one refurbishment, to be supplied on-site at short notice to minimise vessel downtime and ensure continuity of service.