Section one: Contracting entity
one.1) Name and addresses
NATIONAL GRID UK LIMITED
1-3 Strand
London
WC2N5EH
Contact
Luke Williams
luke.williams7@nationalgrid.com
Country
United Kingdom
Region code
UKI32 - Westminster
Companies House
04508773
Internet address(es)
Main address
one.6) Main activity
Electricity
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Marine Consultancy Framework
Reference number
WS4309414434
two.1.2) Main CPV code
- 73112000 - Marine research services
two.1.3) Type of contract
Services
two.1.4) Short description
National Grid is an international Electricity and Gas Network Company based in the UK with operations in north-eastern US, and one of the largest investor-owned energy companies in the world.
National Grid are looking to set up a multi-year Marine Consultancy Framework to service offshore cable laying as part of the Great Grid Upgrade.
The Framework will cover the full gamut of consultancy disciplines required to support end to end marine projects. Including Subsea Cable Technical Consultancy, Unexploded Ordinance (UXO ALARP), Metocean, Marine Survey Support and HVDC/HVAC Platform Engineering Services.
The Framework will be developed in line with National Grid processes, other best practice guidance i.e. DNVGL-RP-0360 and European Subsea Cables Association guidelines.
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £45,000,000
two.2) Description
two.2.1) Title
Offshore Consultancy Support
Lot No
1
two.2.2) Additional CPV code(s)
- 73112000 - Marine research services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
- BE - Belgium
- DK - Denmark
- FR - France
- DE - Germany
- IS - Iceland
- IE - Ireland
- NL - Netherlands
- NO - Norway
- ES - Spain
- SE - Sweden
two.2.4) Description of the procurement
Marine Technical Consultant (MTC) will support the marine route selection work being undertaken by the separately appointed Marine Environmental Consultant. As part of this, the MTC shall provide technical input to the marine routeing and landfall options selection.
Fisheries Liaison Office (FLO) shall perform a desktop fisheries activity analysis, for input into the selection of the marine cable route corridor by other consultants. In addition, the FLO shall draft a Fisheries Engagement Strategy to inform project consultations and future works at site.
Onsite Client Reps (OCRs) may be required to deploy as representatives of NG and partner organisations during operations throughout the project life cycle.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 40
Cost criterion - Name: Commercial / Weighting: 60
two.2.11) Information about options
Options: Yes
Description of options
Initial term of 6 years, with optional extension of 2 years (8 years total).
two.2.14) Additional information
National Grid UK Limited will conduct the procurement and enter into the framework agreement with the successfully appointed suppliers for its own benefit and for the benefit of the entities identified below.
National Grid UK Limited or any of the following entities shall be entitled to call off from the framework agreement and enter into contracts resulting from the call off:
1. Any parent undertakings or subsidiary undertakings (each term as defined in section 1162 Companies Act 2006 except that references in that section to "majority" shall be replaced by reference to "25% or more") of National Grid UK Limited and any subsidiary undertakings of any such parent undertakings at the time of the call off including without limitation:
a) National Grid Electricity Transmission Plc
b) National Grid LionLink Limited
c) National Grid Nautilus Limited
d) National Grid Continental Limited
e) National Grid Interconnector Holdings Limited
f) National Grid Interconnectors Limited
g) National Grid North Sea Link Limited-
h) National Grid Viking Link Limited
i) National Grid IFA 2 Limited
j) National Grid NSN Link Limited
k) National Grid Electricity Distribution (South West) plc
2. Any entity that is acting as a project partner with any National Grid call off partner (identified in paragraph 1 above) and which calls off jointly with any such National Grid entity including, without limitation,:
a) Scottish Hydro Electric Transmission Plc
b) TenneT TSO B.V.
c) TenneT TSO GmbH
d) TenneT Offshore GmbH
e) Elia Asset NV/SA
f) Energinet Eltransmission A/S
g) Statnett SF
h) Transmission system operators and other developers and/or operators of HVDC projects; and/or
3. Any special purpose vehicle, incorporated joint venture or contractual joint venture, between any of the parties identified in paragraphs 1 and 2 above.
It should be noted that, whilst National Grid Interconnector Holdings Limited and any of its subsidiaries whether current or future, which hold an interconnector licence, and National Grid Interconnectors Limited, are included within the scope of the Marine Survey Framework agreement, and therefore entitled to call off under it, these entities are not subject to the Utilities Contracts Regulations 2016 or any other relevant procurement regime. These entities' participation in this procurement process and/or the framework agreement does not cause them to be subject to those rules in whole or in part.
two.2) Description
two.2.1) Title
Survey Support
Lot No
2
two.2.2) Additional CPV code(s)
- 73112000 - Marine research services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
- BE - Belgium
- DK - Denmark
- FR - France
- DE - Germany
- IS - Iceland
- IE - Ireland
- NL - Netherlands
- NO - Norway
- ES - Spain
- SE - Sweden
two.2.4) Description of the procurement
onduct a comprehensive review of all applicable regulatory requirements for the vessels planned scopes of operation. These should include but not be limited to International, national and local regulations as applicable to the contract. The review should identify all specific regulations relevant to the vessels planned operations and ensure compliance throughout the duration on task.
To ensure data meets the required specification National Grid require data across the following marine survey equipment types to be checked for quality and compliance:
Bathymetry
Seabed classification (from backscatter, side-scan sonar, and samples (physical and imagery)
Topography (point cloud and imagery)
Sub surface geology (from sub-bottom profilers, core penetration tests and core samples)
Anthropomorphic object detection (from magnetometer cross referenced with bathymetry and side-scan sonar).
Assurance of data from ancillary systems may also be required:
GNSS systems
USBL systems
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 40
Cost criterion - Name: Commercial / Weighting: 60
two.2.11) Information about options
Options: Yes
Description of options
Initial term of 6 years, with optional extension of 2 years (8 years total).
two.2.14) Additional information
National Grid UK Limited will conduct the procurement and enter into the framework agreement with the successfully appointed suppliers for its own benefit and for the benefit of the entities identified below.
National Grid UK Limited or any of the following entities shall be entitled to call off from the framework agreement and enter into contracts resulting from the call off:
1. Any parent undertakings or subsidiary undertakings (each term as defined in section 1162 Companies Act 2006 except that references in that section to "majority" shall be replaced by reference to "25% or more") of National Grid UK Limited and any subsidiary undertakings of any such parent undertakings at the time of the call off including without limitation:
a) National Grid Electricity Transmission Plc
b) National Grid LionLink Limited
c) National Grid Nautilus Limited
d) National Grid Continental Limited
e) National Grid Interconnector Holdings Limited
f) National Grid Interconnectors Limited
g) National Grid North Sea Link Limited-
h) National Grid Viking Link Limited
i) National Grid IFA 2 Limited
j) National Grid NSN Link Limited
k) National Grid Electricity Distribution (South West) plc
2. Any entity that is acting as a project partner with any National Grid call off partner (identified in paragraph 1 above) and which calls off jointly with any such National Grid entity including, without limitation,:
a) Scottish Hydro Electric Transmission Plc
b) TenneT TSO B.V.
c) TenneT TSO GmbH
d) TenneT Offshore GmbH
e) Elia Asset NV/SA
f) Energinet Eltransmission A/S
g) Statnett SF
h) Transmission system operators and other developers and/or operators of HVDC projects; and/or
3. Any special purpose vehicle, incorporated joint venture or contractual joint venture, between any of the parties identified in paragraphs 1 and 2 above.
It should be noted that, whilst National Grid Interconnector Holdings Limited and any of its subsidiaries whether current or future, which hold an interconnector licence, and National Grid Interconnectors Limited, are included within the scope of the Marine Survey Framework agreement, and therefore entitled to call off under it, these entities are not subject to the Utilities Contracts Regulations 2016 or any other relevant procurement regime. These entities' participation in this procurement process and/or the framework agreement does not cause them to be subject to those rules in whole or in part.
two.2) Description
two.2.1) Title
Marine UXO Consultant
Lot No
3
two.2.2) Additional CPV code(s)
- 73112000 - Marine research services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
- BE - Belgium
- DK - Denmark
- FR - France
- DE - Germany
- IS - Iceland
- IE - Ireland
- NL - Netherlands
- NO - Norway
- ES - Spain
- SE - Sweden
two.2.4) Description of the procurement
The UXO Consultant shall provide a review of legislation and Best Practice Guidance for Marine UXO in the UK Exclusive Economic Zone. The review should highlight the standards for the planning, design, delivery, operation and maintenance, decommissioning or regulation of projects in the marine environment for UXO risk. The review should focus on abandoned explosive ordnance (such as sea-dumped munitions or abandoned ship or aircraft wrecks), rather than chemical warfare agents.
The review shall provide a review of the known industry techniques (and their effectiveness) for lower noise alternatives to high order detonation of UXOs within the marine environment.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 40
Cost criterion - Name: Commercial / Weighting: 60
two.2.11) Information about options
Options: Yes
Description of options
Initial term of 6 years, with optional extension of 2 years (8 years total).
two.2.14) Additional information
National Grid UK Limited will conduct the procurement and enter into the framework agreement with the successfully appointed suppliers for its own benefit and for the benefit of the entities identified below.
National Grid UK Limited or any of the following entities shall be entitled to call off from the framework agreement and enter into contracts resulting from the call off:
1. Any parent undertakings or subsidiary undertakings (each term as defined in section 1162 Companies Act 2006 except that references in that section to "majority" shall be replaced by reference to "25% or more") of National Grid UK Limited and any subsidiary undertakings of any such parent undertakings at the time of the call off including without limitation:
a) National Grid Electricity Transmission Plc
b) National Grid LionLink Limited
c) National Grid Nautilus Limited
d) National Grid Continental Limited
e) National Grid Interconnector Holdings Limited
f) National Grid Interconnectors Limited
g) National Grid North Sea Link Limited-
h) National Grid Viking Link Limited
i) National Grid IFA 2 Limited
j) National Grid NSN Link Limited
k) National Grid Electricity Distribution (South West) plc
2. Any entity that is acting as a project partner with any National Grid call off partner (identified in paragraph 1 above) and which calls off jointly with any such National Grid entity including, without limitation,:
a) Scottish Hydro Electric Transmission Plc
b) TenneT TSO B.V.
c) TenneT TSO GmbH
d) TenneT Offshore GmbH
e) Elia Asset NV/SA
f) Energinet Eltransmission A/S
g) Statnett SF
h) Transmission system operators and other developers and/or operators of HVDC projects; and/or
3. Any special purpose vehicle, incorporated joint venture or contractual joint venture, between any of the parties identified in paragraphs 1 and 2 above.
It should be noted that, whilst National Grid Interconnector Holdings Limited and any of its subsidiaries whether current or future, which hold an interconnector licence, and National Grid Interconnectors Limited, are included within the scope of the Marine Survey Framework agreement, and therefore entitled to call off under it, these entities are not subject to the Utilities Contracts Regulations 2016 or any other relevant procurement regime. These entities' participation in this procurement process and/or the framework agreement does not cause them to be subject to those rules in whole or in part.
two.2) Description
two.2.1) Title
Weather/Metocean
Lot No
4
two.2.2) Additional CPV code(s)
- 73112000 - Marine research services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
- BE - Belgium
- DK - Denmark
- FR - France
- DE - Germany
- IS - Iceland
- IE - Ireland
- NL - Netherlands
- NO - Norway
- ES - Spain
- SE - Sweden
two.2.4) Description of the procurement
To better understand project timelines, risks and costs, there is a requirement to understand the environment prior to, during and after the several project stages that make up a successful marine project.
To this end the Client requires the following types of analysis / reports to inform the planning and successful completion of its marine works:
Projects weather forecasts based on climatological data for planning and contractor assessments.
Weather downtime predictions for marine works.
Tidal stream and oceanic current modelling to assist in offshore engineering design.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 40
Cost criterion - Name: Commercial / Weighting: 60
two.2.11) Information about options
Options: Yes
Description of options
Initial term of 6 years, with optional extension of 2 years (8 years total).
two.2.14) Additional information
National Grid UK Limited will conduct the procurement and enter into the framework agreement with the successfully appointed suppliers for its own benefit and for the benefit of the entities identified below.
National Grid UK Limited or any of the following entities shall be entitled to call off from the framework agreement and enter into contracts resulting from the call off:
1. Any parent undertakings or subsidiary undertakings (each term as defined in section 1162 Companies Act 2006 except that references in that section to "majority" shall be replaced by reference to "25% or more") of National Grid UK Limited and any subsidiary undertakings of any such parent undertakings at the time of the call off including without limitation:
a) National Grid Electricity Transmission Plc
b) National Grid LionLink Limited
c) National Grid Nautilus Limited
d) National Grid Continental Limited
e) National Grid Interconnector Holdings Limited
f) National Grid Interconnectors Limited
g) National Grid North Sea Link Limited-
h) National Grid Viking Link Limited
i) National Grid IFA 2 Limited
j) National Grid NSN Link Limited
k) National Grid Electricity Distribution (South West) plc
2. Any entity that is acting as a project partner with any National Grid call off partner (identified in paragraph 1 above) and which calls off jointly with any such National Grid entity including, without limitation,:
a) Scottish Hydro Electric Transmission Plc
b) TenneT TSO B.V.
c) TenneT TSO GmbH
d) TenneT Offshore GmbH
e) Elia Asset NV/SA
f) Energinet Eltransmission A/S
g) Statnett SF
h) Transmission system operators and other developers and/or operators of HVDC projects; and/or
3. Any special purpose vehicle, incorporated joint venture or contractual joint venture, between any of the parties identified in paragraphs 1 and 2 above.
It should be noted that, whilst National Grid Interconnector Holdings Limited and any of its subsidiaries whether current or future, which hold an interconnector licence, and National Grid Interconnectors Limited, are included within the scope of the Marine Survey Framework agreement, and therefore entitled to call off under it, these entities are not subject to the Utilities Contracts Regulations 2016 or any other relevant procurement regime. These entities' participation in this procurement process and/or the framework agreement does not cause them to be subject to those rules in whole or in part.
two.2) Description
two.2.1) Title
HVDC Platform Engineering Services
Lot No
5
two.2.2) Additional CPV code(s)
- 73112000 - Marine research services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
- BE - Belgium
- DK - Denmark
- FR - France
- DE - Germany
- IS - Iceland
- IE - Ireland
- NL - Netherlands
- NO - Norway
- ES - Spain
- SE - Sweden
two.2.4) Description of the procurement
Support the Client with Platform knowledge and expertise. A range of tasks and responsibilities aimed at ensuring that the project is executed according to the specifications, schedule, and budget. This work will include but not limited to Platform related tasks:
· Technical advisor, subject matter expert for all things 'Platform'.
· Creating, developing, and reviewing Platform technical documentation.
· Performing quality assurance and quality control on all designs, drawings and relevant materials that are produced by others relating to the Platform.
· Providing and managing all necessary markups, feedback, comments, and edits.
· Maintaining and tracking Platform submissions, drawings, applications, etc.
· Design review and management.
· Procurement support.
· Project management support.
· Programme management support.
· Offshore Platform Health, Safety, and Environmental Compliance.
The Technical Consultant (TC) will support the platform feasibility and concept evaluation work to help ensure that the HND solutions are technically viable, and economically and environmentally sustainable.
The results of this SoW will be critical in the decision making for the project. The works will be used in communications with decision makers, management, investors, Ofgem and various stakeholders.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 40
Cost criterion - Name: Commercial / Weighting: 60
two.2.11) Information about options
Options: Yes
Description of options
Initial term of 6 years, with optional extension of 2 years (8 years total).
two.2.14) Additional information
National Grid UK Limited will conduct the procurement and enter into the framework agreement with the successfully appointed suppliers for its own benefit and for the benefit of the entities identified below.
National Grid UK Limited or any of the following entities shall be entitled to call off from the framework agreement and enter into contracts resulting from the call off:
1. Any parent undertakings or subsidiary undertakings (each term as defined in section 1162 Companies Act 2006 except that references in that section to "majority" shall be replaced by reference to "25% or more") of National Grid UK Limited and any subsidiary undertakings of any such parent undertakings at the time of the call off including without limitation:
a) National Grid Electricity Transmission Plc
b) National Grid LionLink Limited
c) National Grid Nautilus Limited
d) National Grid Continental Limited
e) National Grid Interconnector Holdings Limited
f) National Grid Interconnectors Limited
g) National Grid North Sea Link Limited-
h) National Grid Viking Link Limited
i) National Grid IFA 2 Limited
j) National Grid NSN Link Limited
k) National Grid Electricity Distribution (South West) plc
2. Any entity that is acting as a project partner with any National Grid call off partner (identified in paragraph 1 above) and which calls off jointly with any such National Grid entity including, without limitation,:
a) Scottish Hydro Electric Transmission Plc
b) TenneT TSO B.V.
c) TenneT TSO GmbH
d) TenneT Offshore GmbH
e) Elia Asset NV/SA
f) Energinet Eltransmission A/S
g) Statnett SF
h) Transmission system operators and other developers and/or operators of HVDC projects; and/or
3. Any special purpose vehicle, incorporated joint venture or contractual joint venture, between any of the parties identified in paragraphs 1 and 2 above.
It should be noted that, whilst National Grid Interconnector Holdings Limited and any of its subsidiaries whether current or future, which hold an interconnector licence, and National Grid Interconnectors Limited, are included within the scope of the Marine Survey Framework agreement, and therefore entitled to call off under it, these entities are not subject to the Utilities Contracts Regulations 2016 or any other relevant procurement regime. These entities' participation in this procurement process and/or the framework agreement does not cause them to be subject to those rules in whole or in part.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Negotiated procedure with prior call for competition
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-000758
Section five. Award of contract
Lot No
3
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
6 September 2025
five.2.2) Information about tenders
Number of tenders received: 38
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
6 ALPHA ASSOCIATES LIMITED
Rickmansworth
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
05119798
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £1,500,000
Section five. Award of contract
Lot No
4
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
2 September 2025
five.2.2) Information about tenders
Number of tenders received: 38
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
ABP MARINE ENVIRONMENTAL RESEARCH LIMITED
London
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
01956748
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £2,000,000
Section five. Award of contract
Lot No
5
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
2 September 2025
five.2.2) Information about tenders
Number of tenders received: 38
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
AKER SOLUTIONS LIMITED
Leeds
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
04977339
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £4,500,000
Section five. Award of contract
Lot No
2 & 5
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
6 September 2025
five.2.2) Information about tenders
Number of tenders received: 38
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
DNV SERVICES UK LIMITED
London
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
01503799
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £6,500,000
Section five. Award of contract
Lot No
1, 2 & 4
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
14 October 2025
five.2.2) Information about tenders
Number of tenders received: 38
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
ENVIRONMENTAL RESOURCES MANAGEMENT LIMITED
London
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
01014622
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £39,000,000
Section five. Award of contract
Lot No
1, 2 & 3
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
5 September 2025
five.2.2) Information about tenders
Number of tenders received: 38
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
HYDROFIX LIMITED
Helsby
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
04713320
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £38,500,000
Section five. Award of contract
Lot No
1 & 4
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
2 September 2025
five.2.2) Information about tenders
Number of tenders received: 38
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
JACOBS U.K. LIMITED
London
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
02594504
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £37,000,000
Section five. Award of contract
Lot No
1, 2 & 4
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
2 September 2025
five.2.2) Information about tenders
Number of tenders received: 38
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
METOC LIMITED
Brentwood
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
01489779
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £39,000,000
Section five. Award of contract
Lot No
5
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
7 October 2025
five.2.2) Information about tenders
Number of tenders received: 38
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
MOTT MACDONALD LIMITED
London
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
01243967
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £4,500,000
Section five. Award of contract
Lot No
1 & 2
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
2 September 2025
five.2.2) Information about tenders
Number of tenders received: 38
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
OFFSHORE WIND CONSULTANTS LIMITED
London
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
07861245
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £37,000,000
Section five. Award of contract
Lot No
1, 2, 4 & 5
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
2 September 2025
five.2.2) Information about tenders
Number of tenders received: 38
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
OVE ARUP & PARTNERS LIMITED
London
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
01312453
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £43,500,000
Section five. Award of contract
Lot No
1 & 2
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
2 September 2025
five.2.2) Information about tenders
Number of tenders received: 38
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
RED PENGUIN ASSOCIATES LTD
Portsmouth
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
06430404
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £37,000,000
Section five. Award of contract
Lot No
3
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
2 September 2025
five.2.2) Information about tenders
Number of tenders received: 38
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
TETRA TECH RPS ENERGY LIMITED
Abingdon
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
01465554
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £1,500,000
Section five. Award of contract
Lot No
1
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
24 June 2025
five.2.2) Information about tenders
Number of tenders received: 38
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
TGS 4C OFFSHORE LIMITED
Weybridge
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
06955052
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £35,000,000
Section five. Award of contract
Lot No
5
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
9 September 2025
five.2.2) Information about tenders
Number of tenders received: 38
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
WOOD GROUP UK LIMITED
Aberdeen
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
SC296737
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £4,500,000
Section five. Award of contract
Lot No
1, 2 & 3
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
2 September 2025
five.2.2) Information about tenders
Number of tenders received: 38
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
XODUS GROUP LIMITED
Aberdeen
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
SC286421
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £38,500,000
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
High Court
Royal Courts of Justice
London
WC2A 2LL
Country
United Kingdom