Scope
Reference
2025PRNOC-1028
Description
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.
Contract 1. NOC Research Vessel Dry-Dock Refit and Maintenance Contract 2026
Supplier
Contract value
- £2,500,000 excluding VAT
- £3,000,000 including VAT
Above the relevant threshold
Award decision date
9 December 2025
Date assessment summaries were sent to tenderers
9 December 2025
Standstill period
- End: 18 December 2025
- 8 working days
Earliest date the contract will be signed
19 December 2025
Contract dates (estimated)
- 19 December 2025 to 18 December 2026
- Possible extension to 18 December 2027
- 2 years
Description of possible extension:
The contract allows for a single extension of up to twelve months. This extension will only be considered under exceptional circumstances, specifically if the planned retendering of the full requirement in early 2026 is unsuccessful. It is anticipated that the extension will not be required and the contract will conclude as scheduled following a successful retendering process.
Main procurement category
Services
Options
The right to additional purchases while the contract is valid.
The contract includes an option for the supplier to provide global support services for the RRS Discovery and RRS James Cook. While the scope of the contract allows for urgent and non-planned works to be carried out worldwide, this is not a mandatory requirement and will not be evaluated as part of the tender process. The intention is to secure comprehensive global support in the full refit contract that will follow this interim arrangement. If urgent or unplanned work arises before the new contract is in place, the successful supplier under this contract may be approached to deliver these services prior to any further tendering. This ensures continuity and responsiveness for the vessels, but suppliers are not required to offer global support as part of their bid for this contract.
CPV classifications
- 50241100 - Vessel repair services
- 50245000 - Upgrading services of ships
- 50246100 - Dry-docking services
Contract locations
- UK - United Kingdom
Information about tenders
- 4 tenders received
- 4 tenders assessed in the final stage:
- 1 submitted by small and medium-sized enterprises (SME)
- 0 submitted by voluntary, community and social enterprises (VCSE)
- 1 supplier awarded contracts
- 3 suppliers unsuccessful (details included for contracts over £5 million)
Procedure
Procedure type
Open procedure
Supplier
A & P FALMOUTH LIMITED
- Companies House: 00103287
- Public Procurement Organisation Number: PTJV-8728-GMRY
C/O A&P Tyne Limited
Hebburn
NE31 1SP
United Kingdom
Email: info@ap-group.co.uk
Website: https://www.ap-group.co.uk/
Region: UKC22 - Tyneside
Small or medium-sized enterprise (SME): No
Voluntary, community or social enterprise (VCSE): No
Supported employment provider: No
Public service mutual: No
Connected people/organisations:
Organisation name APCL Group Limited
Companies House number 13774706
Type Organisation
Category Parent or subsidiary company
Registered address Cammell Laird Shipyard, Campbeltown Road, ,
Birkenhead, Wirral, CH41 9BP, UK
Postal address Cammell Laird Shipyard, Campbeltown Road, ,
Birkenhead, Wirral, CH41 9BP, UK
Contract 1. NOC Research Vessel Dry-Dock Refit and Maintenance Contract 2026
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