Scope
Reference
NOCP00487
Description
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.
Contract 1
Supplier
Contract value
- £450,000 excluding VAT
- £540,000 including VAT
Above the relevant threshold
Award decision date
9 October 2025
Date assessment summaries were sent to tenderers
9 October 2025
Standstill period
- End: 20 October 2025
- 8 working days
Earliest date the contract will be signed
24 October 2025
Contract dates (estimated)
- 24 October 2025 to 31 March 2027
- Possible extension to 30 March 2031
- 5 years, 5 months, 7 days
Description of possible extension:
A year‑on‑year renewable warranty is available for up to four additional years beyond the initial 12‑month warranty period. This extension ensures long‑term support, predictable maintenance costs and continued access to servicing and updates. Each extension can be exercised annually at the buyer's discretion, providing flexibility to align with budget cycles and asset management plans. These extensions also cover the optional uptakes covered within the ITT and Description of Options.
Main procurement category
Goods
Options
The right to additional purchases while the contract is valid.
The Authority reserves the right to make additional purchases while the contract remains valid. These options are intended to provide flexibility for operational continuity, budget alignment, and future capability requirements.
Single-unit purchase
Informational pricing is requested for the purchase of an additional OBS unit. This option allows incremental expansion if further funding becomes available after contract award and provides a contingency measure should an instrument be lost or damaged, ensuring uninterrupted operations.
Single-unit rental
Informational pricing is requested for the rental of an OBS unit. This option offers a short-term solution to mitigate risks associated with manufacturing lead times or logistical challenges that could impact the Spring 2026 deployment schedule. It also enables temporary fleet expansion for specific campaigns without committing to a full capital purchase.
Extended warranty
A renewable warranty extension is available on a year-by-year basis for up to four additional years beyond the initial 12-month coverage. This ensures long-term support, predictable maintenance costs, and continued access to servicing and updates. Each extension may be exercised annually at the Authority's discretion, providing flexibility to align with budget cycles and asset management plans.
Servicing and consumables
Informational pricing is requested for routine servicing and the supply of consumables required to maintain operational readiness of OBS units and associated deck systems. This includes scheduled maintenance at the supplier's home base (exclusive of parts and delivery), replacement components such as batteries, seals, and connectors, and optional on-site technical support where available. These provisions ensure continuity of operations and predictable lifecycle costs.
The Authority may also consider refurbished OBS units as part of future capability requirements. Where such units represent a value-for-money solution, the Authority may initiate a separate procurement process or modify the awarded contract, subject to regulatory compliance.
The Authority may consider contract modification under Section 74(1)(a) and Schedule 8(1) & (5) of the Procurement Act 2023 to include additional or refurbished OBS units, should the successful supplier be capable of supplying them and should such a need arise post-award.
CPV classifications
- 38290000 - Surveying, hydrographic, oceanographic and hydrological instruments and appliances
Contract locations
- UKJ32 - Southampton
Information about tenders
- 2 tenders received
- 2 tenders assessed in the final stage:
- 2 submitted by small and medium-sized enterprises (SME)
- 0 submitted by voluntary, community and social enterprises (VCSE)
- 1 supplier awarded contracts
- 1 supplier unsuccessful (details included for contracts over £5 million)
Procedure
Procedure type
Open procedure
Supplier
GURALP SYSTEMS LIMITED
- Companies House: 02199239
- Public Procurement Organisation Number: PMLZ-3489-YBBP
3 Midas House, Calleva Park
Reading
RG7 8EA
United Kingdom
Email: sales@guralp.com
Website: https://www.guralp.com/
Region: UKJ11 - Berkshire
Small or medium-sized enterprise (SME): Yes
Voluntary, community or social enterprise (VCSE): No
Supported employment provider: No
Public service mutual: No
Connected people/organisations:
Individual trustee information
First name: Christopher
Last name: Lyddon
Nationality: British
Date of birth: February 1967
Type: Individual
Category: Director or individual with same responsibilities
Resident country: FR
Registered address: 3 Midas House, Calleva Park, Reading, RG7 8EA, UK
Individual trustee information
First name: Christopher
Last name: Pearcey
Nationality: British
Date of birth: May 1964
Type: Individual
Category: Director or individual with same responsibilities
Resident country: GB-ENG
Registered address: 3 Midas House, Calleva Park, Reading, RG7 8EA, UK
Individual trustee information
First name: John
Last name: Balmer
Nationality: British
Date of birth: March 1960
Type: Individual
Category: Director or individual with same responsibilities
Resident country: GB-ENG
Registered address: 3 Midas House, Calleva Park, Reading, RG7 8EA, UK
Individual trustee information
First name: John
Last name: O'Neill
Nationality: British
Date of birth: June 1958
Type: Individual
Category: Director or individual with same responsibilities
Resident country: GB-ENG
Registered address: 3 Midas House, Calleva Park, Reading, RG7 8EA, UK
Individual trustee information
First name: Neil
Last name: Watkiss
Nationality: British
Date of birth: March 1984
Type: Individual
Category: Director or individual with same responsibilities
Resident country: GB-ENG
Registered address: 3 Midas House, Calleva Park, Reading, RG7 8EA, UK
Individual trustee information
First name: Philip
Last name: Hill
Nationality: British
Date of birth: March 1963
Type: Individual
Category: Director or individual with same responsibilities
Resident country: GB-ENG
Registered address: 3 Midas House, Calleva Park, Reading, RG7 8EA, UK
Individual trustee information
First name: Christopher
Last name: Potts
Nationality: British
Date of birth: April 1956
Type: Individual
Category: Person with significant control
Registered address: 3 Midas House, Calleva Park, Reading, RG7 8EA, UK
Registration date: December 2024
Control conditions: Has other significant influence or control
Contract 1
Contracting authority
National Oceanography Centre
- Companies House: 11444362
- Charity Commission (England and Wales): 1185265
- Scottish Charity Register: SC049896
- Public Procurement Organisation Number: PYLV-3456-PMCQ
National Oceanography Centre
Southampton
SO14 3ZH
United Kingdom
Email: noc_tenders@noc.ac.uk
Website: https://noc.ac.uk/
Region: UKJ32 - Southampton
Organisation type: Public authority - sub-central government