Contract

Provision of Ocean Bottom Seismometers

  • National Oceanography Centre

UK7: Contract details notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-070335

Procurement identifier (OCID): ocds-h6vhtk-059555 (view related notices)

Published 3 November 2025, 10:23am



Scope

Reference

NOCP00487

Description

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.


Contract 1. NOCP00487 - Provision of Ocean Bottom Seismometers

Supplier

Contract value

  • £370,833.33 excluding VAT
  • £445,000 including VAT

Above the relevant threshold

Date signed

1 November 2025

Contract dates

  • 1 November 2025 to 31 March 2027
  • Possible extension to 30 March 2030
  • 4 years, 4 months, 30 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.

Clarification:

The optional extension dates have been regularised to align with the UK4 notice (possible extension to 31 March 2030) and correct an earlier drafting error in UK6 which stated an extension until 31.03.2031. This does not broaden scope or value and reflects the actual contract terms which were aligned to the tendered extensions.

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

Justification for not setting key performance indicators

KPIs are not set because this is a specification‑led, deliverable‑based contract where performance is controlled through formal FAT/SAT acceptance, fixed delivery milestones and contractual remedies for delay/defect. These objective pass/fail gateways and time‑bound obligations provide stronger assurance than standalone KPIs and avoid duplicative administrative burden. Warranty and quality obligations further safeguard performance, making additional KPIs unnecessary and disproportionate for NOCP00487.


Other information

Conflicts assessment prepared/revised

Yes


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

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

Contract 1. NOCP00487 - Provision of Ocean Bottom Seismometers


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

Contact name: George-Oliver Matthews

Email: noc_tenders@noc.ac.uk

Website: https://noc.ac.uk/

Region: UKJ32 - Southampton

Organisation type: Public authority - sub-central government