Provision of Services for Cold Store Racking Replacement
The NOC requires replacement and installation of racking in our BOSCORF facility cold store, including supply of racking, de-installation of redundant racking, disposal and deep clean.
Supply of a replacement SBE 32 Carousel Water Sampler (carousel frame) to maintain operational capability of an existing Sea‑Bird CTD system. The replacement must be fully compatible with the remaining CTD infrastructure, including a frame that has been custom‑modified for this specific configuration, to ensure continued safe and reliable CTD deployments. The required equipment is proprietary and is only available through an appropriate authorised reseller for the manufacturer.
Provision of Office and Breakout Furniture for urgent redesign of Project Guppy Refit
This contract is for the supply, delivery and installation of furniture required to support a time-critical reconfiguration and fit-out at the National Oceanography Centre, Southampton. The requirement covers the provision of workspace, meeting and breakout furniture (including collaboration pod solutions) and associated accessories, together with delivery, positioning/installation and handover. The scope is a single, defined project requirement, commissioned to enable the Project Guppy fit-out programme.
NOC Research Vessel Dry-Dock Refit and Maintenance Contract 2026
The National Oceanography Centre (NOC) conducted 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) permitted the reduction of minimum time periods where there was a state of urgency that made compliance with standard time limits impracticable. The procedure was 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, was made available via the MyTenders portal.
Tenders were evaluated according to the methodology set out in the Invitation to Tender. This included compliance checks to ensure all mandatory requirements and pass/fail criteria were met, with non-compliant bids excluded. Qualitative and technical responses were scored against published weighted criteria, with minimum pass marks applied where specified. Pricing was evaluated using the stated formula, and overall ranking was based on the combined quality and price scores to identify the most economically advantageous tender. The preferred bidder was subject to due diligence checks, including insurance and financial verification, prior to contract award. A mandatory standstill period applied before contract conclusion to ensure fairness and compliance with the Procurement Act 2023.
NOC sought the provision of scheduled dry-dock refit, maintenance, and upgrade services for the research vessels RRS Discovery and RRS James Cook. The contract covered 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 were required to comply with UK health and safety legislation, marine industry best practice, and relevant classification standards. The supplier was 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 was expected, with a commitment to sustainable procurement and social value. The contract allowed for flexibility to address emergent works and contingency repairs as required, ensuring both vessels remained fully operational, compliant, and ready to support world-class scientific research.
Pricing was provided in accordance with the requirements set out in the pricing schedule. All costs were stated in pounds sterling and exclusive of VAT. The price submitted remained fixed for the initial term of the contract, with provisions for indexation as detailed in the tender documents. Suppliers ensured consistency across all pricing sections and provided commentary where required. The contract operated 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, was submitted electronically via the portal by the stated deadline. Submissions complied with all word and page limits, and any additional information was clearly referenced to the relevant question. The successful supplier was required to deliver the contracted services in accordance with the specification and all applicable standards, ensuring the vessels were ready for service within the defined mobilisation windows.
This UK4 notice appeared as though it had no prior notices. This was solely due to a technical limitation of our e-tendering platform, which did not allow previous notices to be linked or referenced in the publication workflow for UK4. For transparency, the prior notices relevant to this procurement were 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 could also be purchased through this contract and, due again to limitations of the e-tendering 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 was for a single contract award covering two distinct vessel refit projects (RRS Discovery and RRS James Cook). While the contract terms allowed for flexibility in scoping and delivery of work packages, all requirements were specified and awarded under one contract through this tender process. For the avoidance of doubt, this was not a framework agreement in the sense defined by the Procurement Act 2023; there was no umbrella arrangement for future call-offs or multiple suppliers beyond the scope provided for. All works instructed under this contract were binding and formed part of the awarded contract, ensuring compliance with standard contract procedures.
Provision of Acoustic Ocean Current Meters for Long-Term Deep-Water Monitoring
The National Oceanography Centre (NOC) requires four acoustic current meters for the measurement of ocean currents from long-term deep-water moorings.
The contract was awarded to maintain continuity and compatibility with existing instruments, ensuring reliable, high-quality oceanographic data. Alternative instruments could not meet the technical and operational requirements for accuracy, durability, diagnostic capability, and integration with existing systems. The chosen supplier was the only provider able to deliver instruments that met all mandatory criteria for long-term deep-water deployment and programme continuity.
The National Oceanography Centre (NOC) requires oceanographic conductivity, temperature, and depth (CTD) sensors, including associated calibration services, spares, and documentation.
The contract was awarded to maintain compatibility and continuity with existing programmes, ensuring long-term, high-quality climate data records. Alternative sensors could not meet the programmes' requirements for calibration equivalence, data format compatibility, proven long-term stability in deep-ocean deployments, and operational support within the UK. The chosen supplier was the only authorised distributor able to provide compliant access to the required sensors and associated services.
Provision of an Autonomous Environmental DNA (eDNA) Water Sampling Instrument
The National Oceanography Centre (NOC) requires an autonomous in-situ robotic water sampling instrument for the collection of environmental DNA (eDNA), including associated hardware and documentation.
The contract was awarded to ensure compatibility and continuity with existing RoCSI deployments and datasets, as alternative solutions would not have met the full technical, operational, and integration requirements without introducing significant technical and operational risk.
Provsion of Ad-Hoc Manned Guarding & Security Services for NOC Southampton
The NOC required the provision of ad-hoc manned guarding services at its Southampton facility, including security for the site, visiting research ships, and special events. The supplier was responsible for supplying, training, and managing suitable security personnel to deliver 24-hour guarding and related duties, in line with agreed standards and statutory requirements. Services were provided as needed and invoiced monthly, with all goods and services supplied according to the contract specification and UK procurement regulations.
For future security services, the NOC will conduct a procurement process in line with the Light Touch Regime provisions or utilise a suitable framework agreement.
Provision of Subscription to Practical Law Legal Database
The NOC required access to Practical Law, a legal database provided by Thomson Reuters, for the Legal & Governance team. This supplier was chosen because Practical Law is only available through Thomson Reuters and best meets the team's technical and operational needs.
The NOC required the provision of six SBE 37-SMP-ODO MicroCAT sensors, each with titanium housing, integrated optical dissolved oxygen measurement, and optional pressure capability, for use in the Ellett Array and RAPID Array. These sensors were needed to ensure compatibility and technical integration with NOC's existing oceanographic monitoring systems. The goods included all necessary mounting hardware, cables, batteries, anti-foulant devices, and supporting software and documentation. Delivery was made to the National Oceanography Centre's bonded store. The sensors were only available through the appointed reseller due to the specific technical requirements and integration needs.
A Works contract for the replacement of a 22 year old lift within the premises of National Oceanography Centre, Liverpool with a focus on energy efficiency and quiet operation.
The works shall also include all associated builders, electrical works, plant and scaffolding, specified or otherwise, necessary to complete the total works including making good any damage to existing finishes.
Supply of one Norbit WINGHEAD B43 Multibeam Echo Sounder system, including titanium housing, Sonar Interface Unit, Power Supply Unit, 8m cable, mounting bracket, miscellaneous cables, accessories, and manual, packed in a Pelican Case. The system features ultra high-resolution curved array bathymetry, 0.5° x 0.9° resolution at 400kHz, real-time sonar head sound velocity sensor, 1500m depth rating, and 1024 dynamically focused beams. The procurement also includes two extended warranty periods for hardware, firmware, and software, and a pressure test certificate for 1500m. Delivery is required within 4 weeks from order confirmation, FCA Trondheim, Norway. All goods and services must meet the specification and be supplied in accordance with the contract terms and applicable UK law.
Provision of a Total Alkalinity (TA) and Dissolved Inorganic Carbon (DIC) Analytical System
NOC requires a total alkalinity (TA) and dissolved inorganic carbon (DIC) analytical system for the high-quality analysis of seawater samples in support of ongoing carbon observing and climate-monitoring activities. MARIANDA is the exclusive manufacturer and supplier of the only commercially available system capable of analysing both TA and DIC from the same sample within a single instrument. This combined approach reduces sampling uncertainty, minimises water demand during research cruises, and delivers significant efficiencies in laboratory and shipboard space.
The NOC requires the provision of a UIC CM5018O Coulometer. The specified model is the only compatible option with the MARIANDA VINDTA 3C system used for our carbon analysis work. A market review identified no commercially available alternatives; the only other potential supplier offers prototypes not available for purchase, and no other product is compatible with the VINDTA 3C. Any non-UIC option would require significant modification with no assurance of performance and increased risk and cost. The UIC coulometer ensures reliable operation with both our existing legacy systems and current VINDTA models, maintaining continuity and reducing downtime risk.
Provision of a Seapath and MGC Navigation System & System Upgrade for RRS Discovery
The procurement is for the supply, installation, commissioning, and technical support of a Seapath 385 Inertial Navigation System (INS) with an MGC-R3 Compass for the RRS Discovery research vessel. This system will replace the failed and obsolete Seapath Digital GPS system currently onboard.
The required goods and services include:
Delivery of the Seapath 385 INS and MGC-R3 Compass, including all necessary hardware, software, and documentation.
Installation and commissioning of the system by Kongsberg-qualified personnel.
Technical support for integration, calibration, and sea trials to ensure the system is fully operational and meets the vessel's requirements.
All equipment and services must be fully compatible with the existing Kongsberg navigation suite on the vessel.
The total contract value is $197,332 USD (excluding VAT). The supplier, Kongsberg Discovery A/S, is the original equipment manufacturer and the only provider able to deliver a technically compliant and compatible solution. The procurement ensures operational continuity for scientific missions and avoids the risks associated with using non-OEM alternatives. Delivery and installation will be scheduled to prevent disruption to planned research operations.
This contract is for the Refurbishment and Reconfiguration of Eight Ground Floor Meeting Rooms, Breakout Areas, and External Courtyard at the National Oceanography Centre (NOC), Southampton.
Scope of Works:
The contract comprises the internal refurbishment and reconfiguration of eight ground floor meeting rooms, associated breakout areas, and the external courtyard. The works will include, but are not limited to:
- Full replacement of ceilings in all designated areas
- Installation of new internal partitions
- Replacement of end-of-life double glazed window units
- Replacement of fire doors and associated fire-stopping measures
- All related mechanical and electrical installations
- All associated builders' works required to complete the refurbishment
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.
The NOC requires the provision of an integrated PH sensor unit that is compatible with our existing solutions and engineering specifications. The SeapHox 2 instrument is identified as a solution meeting this requirement. It incorporates temperature and salinity sensors for automated in situ pH data conversion.
Syntactic Foam Requirement for Underwater Vehicles
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.