Award

Provision of Ocean Bottom Seismometers

NATIONAL OCEANOGRAPHY CENTRE

This public procurement record has 4 releases in its history.

Award

03 Nov 2025 at 10:23

Award

09 Oct 2025 at 10:59

TenderUpdate

05 Sep 2025 at 16:37

Tender

05 Sep 2025 at 16:28

Summary of the contracting process

The National Oceanography Centre, a public authority within the sub-central government, has completed a procurement process for the provision of ocean bottom seismometers (OBS). Located in Southampton, UK, the purchase supports deep-ocean research and involves supplying a pool of broadband seismometer systems, along with a complete deck communication and seabed-ranging system. This tender falls under the industry category of surveying, hydrographic, oceanographic, and hydrological instruments and appliances. Using an open procedure under the Procurement Act 2023, the contract was awarded on 3rd November 2025, with equipment delivery required by 31st March 2026 to enable mobilisation for Spring 2026 expeditions.

This procurement presents valuable opportunities for businesses specialising in marine research and seismological equipment, particularly those capable of offering long-duration deployment solutions for varied seabed conditions. Small and medium-sized enterprises (SMEs) in the aforementioned industry category will find this tender especially conducive to growth, given that the National Oceanography Centre has employed an open procurement method, allowing any qualified supplier to tender. The provision for optional purchases and renewals within the contract offers additional avenues for business expansion, ensuring long-term partnerships and sustained opportunities for suppliers adept in adapting to evolving technological standards and requirements.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Provision of Ocean Bottom Seismometers

Notice 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.

Lot Information

Lot 1

Options: Single-unit purchase Informational pricing is requested for the purchase of one additional OBS unit. This option provides flexibility for incremental expansion if additional funding becomes available after contract award. It also serves as a contingency measure if an instrument is lost or damaged and needs to be replaced to maintain operational continuity. Single-unit rental Informational pricing is requested for the rental of one OBS unit. This option offers a short-term solution if manufacturing lead times or logistics threaten the Spring 2026 deployment schedule. It can also be used to temporarily increase the instrument pool for specific campaigns without committing to a full capital purchase. Extended warranty 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. The Authority reserves the right to consider refurbished OBS units as part of future capability requirements. Should the market demonstrate that refurbished units offer a viable 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.

Renewal: Extended warranty 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.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-059555
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/070335-2025
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
UK7 - Contract Details Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
SME
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

38 - Laboratory, optical and precision equipments (excl. glasses)


CPV Codes

38290000 - Surveying, hydrographic, oceanographic and hydrological instruments and appliances

Notice Value(s)

Tender Value
£360,000 £100K-£500K
Lots Value
£360,000 £100K-£500K
Awards Value
£450,000 £100K-£500K
Contracts Value
£370,833 £100K-£500K

Notice Dates

Publication Date
3 Nov 20253 months ago
Submission Deadline
30 Sep 2025Expired
Future Notice Date
Not specified
Award Date
8 Oct 20254 months ago
Contract Period
1 Nov 2025 - 31 Mar 2027 1-2 years
Recurrence
2029-09-05

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
NATIONAL OCEANOGRAPHY CENTRE
Contact Name
George-Oliver Matthews
Contact Email
noc_tenders@noc.ac.uk, tenders@noc.ac.uk
Contact Phone
Not specified

Buyer Location

Locality
SOUTHAMPTON
Postcode
SO14 3ZH
Post Town
Southampton
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ3 Hampshire and Isle of Wight
Small Region (ITL 3)
TLJ32 Southampton
Delivery Location
TLJ32 Southampton

Local Authority
Southampton
Electoral Ward
Bargate
Westminster Constituency
Southampton Itchen

Supplier Information

Number of Suppliers
1
Supplier Name

GURALP SYSTEMS

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-059555-2025-11-03T10:23:06Z",
    "date": "2025-11-03T10:23:06Z",
    "ocid": "ocds-h6vhtk-059555",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PYLV-3456-PMCQ",
            "name": "National Oceanography Centre",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PYLV-3456-PMCQ"
            },
            "address": {
                "streetAddress": "European Way",
                "locality": "Southampton",
                "postalCode": "SO14 3ZH",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKJ32"
            },
            "contactPoint": {
                "name": "George-Oliver Matthews",
                "email": "tenders@noc.ac.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.noc.ac.uk",
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthoritySubCentralGovernment",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        },
        {
            "id": "GB-COH-11444362",
            "name": "National Oceanography Centre",
            "identifier": {
                "scheme": "GB-COH",
                "id": "11444362"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-CHC",
                    "id": "1185265"
                },
                {
                    "scheme": "GB-SC",
                    "id": "SC049896"
                },
                {
                    "scheme": "GB-PPON",
                    "id": "PYLV-3456-PMCQ"
                }
            ],
            "address": {
                "streetAddress": "National Oceanography Centre",
                "locality": "Southampton",
                "postalCode": "SO14 3ZH",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKJ32"
            },
            "contactPoint": {
                "email": "noc_tenders@noc.ac.uk",
                "name": "George-Oliver Matthews"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://noc.ac.uk/",
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthoritySubCentralGovernment",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        },
        {
            "id": "GB-COH-02199239",
            "name": "GURALP SYSTEMS LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "02199239"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PMLZ-3489-YBBP"
                }
            ],
            "address": {
                "streetAddress": "3 Midas House, Calleva Park",
                "locality": "Reading",
                "postalCode": "RG7 8EA",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKJ11"
            },
            "contactPoint": {
                "email": "sales@guralp.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://www.guralp.com/",
                "scale": "sme",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            },
            "control": {
                "description": "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"
            }
        }
    ],
    "buyer": {
        "id": "GB-COH-11444362",
        "name": "National Oceanography Centre"
    },
    "tender": {
        "id": "NOCP00487",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Provision of Ocean Bottom Seismometers",
        "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.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "38290000",
                        "description": "Surveying, hydrographic, oceanographic and hydrological instruments and appliances"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ32",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKJ32",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 450000,
            "amount": 360000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "goods",
        "aboveThreshold": true,
        "coveredBy": [
            "GPA"
        ],
        "submissionMethodDetails": "All tenders must be submitted electronically via www.mytenders.co.uk. Submissions by email or post will not be accepted.",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2025-09-30T12:00:00+01:00"
        },
        "enquiryPeriod": {
            "endDate": "2025-09-17T12:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2025-10-03T23:59:59+01:00"
        },
        "lots": [
            {
                "id": "1",
                "status": "complete",
                "value": {
                    "amountGross": 450000,
                    "amount": 360000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "The contract will be awarded to the most economically advantageous tender based on a combination of price and quality. Commercial evaluation considers fully delivered pricing for the purchase options listed below. Please note that Technical Criteria 5 (Warranty and Servicing) and 6 (Delivery & Instructions) are not shown with percentage weightings because they are assessed on a pass/fail basis only. All other technical elements carry the weightings indicated, and minimum pass/fail thresholds apply to ensure baseline capability and risk mitigation. Commercial: OPTION 1: Purchase of 4 OBS Units 10.00% OPTION 2: Purchase of 4 OBS Units 20.00% OPTION 3: Purchase of 4 OBS Units 30.00% Quality & Technical Criteria 1. Instrument Pass / Fail & 10% 2. Communication and recovery Pass / Fail & 14% 3. Sensors Pass / Fail and 14% 4. Datalogger Pass / Fail & 2% 5. Warranty and servicing Pass / Fail 6. Delivery & Instructions Pass / Fail",
                    "criteria": [
                        {
                            "type": "price",
                            "name": "OPTION 1: Purchase of 4 OBS Units"
                        },
                        {
                            "type": "price",
                            "name": "OPTION 2: Purchase of 5 OBS Units"
                        },
                        {
                            "type": "price",
                            "name": "OPTION 3: Purchase of 6 OBS Units"
                        },
                        {
                            "type": "quality",
                            "name": "Technical Sub-Criteria 1. Instrument",
                            "description": "Please note that a full break down of sub criteria is available in (Schedule 6) along with evaluation criteria and weightings"
                        },
                        {
                            "type": "quality",
                            "name": "Technical Sub-Criteria 2. Communication & Recovery",
                            "description": "Please note that a full break down of sub criteria is available in (Schedule 6) along with evaluation criteria and weightings"
                        },
                        {
                            "type": "quality",
                            "name": "Technical Sub-Criteria 3. Sensors",
                            "description": "Please note that a full break down of sub criteria is available in (Schedule 6) along with evaluation criteria and weightings"
                        },
                        {
                            "type": "quality",
                            "name": "Technical Sub Criteria 4. Datalogger",
                            "description": "Please note that a full break down of sub criteria is available in (Schedule 6) along with evaluation criteria and weightings"
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please see tender documentation: PSQ"
                        },
                        {
                            "type": "technical",
                            "description": "Please see tender documentation PSQ and Mandatory Technical Criteria (Schedule 8)"
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2025-10-24T00:00:00+01:00",
                    "endDate": "2027-03-31T23:59:59+01:00",
                    "maxExtentDate": "2030-03-31T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Extended warranty 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."
                },
                "hasOptions": true,
                "options": {
                    "description": "Single-unit purchase Informational pricing is requested for the purchase of one additional OBS unit. This option provides flexibility for incremental expansion if additional funding becomes available after contract award. It also serves as a contingency measure if an instrument is lost or damaged and needs to be replaced to maintain operational continuity. Single-unit rental Informational pricing is requested for the rental of one OBS unit. This option offers a short-term solution if manufacturing lead times or logistics threaten the Spring 2026 deployment schedule. It can also be used to temporarily increase the instrument pool for specific campaigns without committing to a full capital purchase. Extended warranty 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. The Authority reserves the right to consider refurbished OBS units as part of future capability requirements. Should the market demonstrate that refurbished units offer a viable 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."
                }
            }
        ],
        "documents": [
            {
                "id": "L-1",
                "documentType": "biddingDocuments",
                "description": "Please see attached the ITT containing all pertinent references and tender details. Associated schedules can be accessed on our e-tendering Portal www.mytenders.co.uk",
                "url": "https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=610770"
            },
            {
                "id": "L-2",
                "documentType": "biddingDocuments",
                "description": "Please see attached the PSQ. Further Documents can be accessed on our e-tendering Portal www.mytenders.co.uk",
                "url": "https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=610766"
            },
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "054444-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/054444-2025",
                "datePublished": "2025-09-05T17:28:27+01:00",
                "format": "text/html"
            },
            {
                "id": "054447-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/054447-2025",
                "datePublished": "2025-09-05T17:37:52+01:00",
                "format": "text/html"
            }
        ],
        "hasRecurrence": true,
        "recurrence": {
            "dates": [
                {
                    "startDate": "2029-09-05T23:59:59+01:00"
                }
            ]
        },
        "contractTerms": {
            "financialTerms": "Milestone payment plan in agreement with successful supplier. Minimum payment term of 30 days from test and acceptance and invoice will be applied."
        },
        "riskDetails": "Failure to deliver the proposed and contracted solution by the mandatory delivery date of the 31.03.2026. Failure of any mandatory technical requirements.",
        "amendments": [
            {
                "id": "054447-2025",
                "description": "Due to e-sender restrictions a description for the prior market engagement was not posted and the incorrect choice of \"No\" to has market testing taken place was not selected. This has been corrected and the relevant description posted. It was also automatically noted that this relates to a Government Procurement Agreement (GPA) it does not and the change has been made."
            }
        ]
    },
    "language": "en",
    "planning": {
        "noEngagementNoticeRationale": "Preliminary market engagement was carried out to inform requirements and funding applications. Initial engagement supported our ARIA grant and internal approvals by confirming technical feasibility, indicative costs, lead times and market capabilities. A formal notice was not published because these activities were solely for funding applications, not to initiate competition. The earlier rental approach would have been delivered via a collaboration contract outside of the scope of the Procurement Act."
    },
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "value": 2,
                "relatedLot": "1"
            },
            {
                "id": "2",
                "measure": "finalStageBids",
                "value": 2,
                "relatedLot": "1"
            },
            {
                "id": "3",
                "measure": "smeFinalStageBids",
                "value": 2,
                "relatedLot": "1"
            },
            {
                "id": "4",
                "measure": "vcseFinalStageBids",
                "value": 0,
                "relatedLot": "1"
            }
        ]
    },
    "awards": [
        {
            "id": "1",
            "status": "active",
            "date": "2025-10-09T00:00:00+01:00",
            "value": {
                "amountGross": 540000,
                "amount": 450000,
                "currency": "GBP"
            },
            "mainProcurementCategory": "goods",
            "aboveThreshold": true,
            "suppliers": [
                {
                    "id": "GB-COH-02199239",
                    "name": "GURALP SYSTEMS LIMITED"
                }
            ],
            "items": [
                {
                    "id": "1",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "38290000",
                            "description": "Surveying, hydrographic, oceanographic and hydrological instruments and appliances"
                        }
                    ],
                    "deliveryAddresses": [
                        {
                            "region": "UKJ32",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        },
                        {
                            "region": "UKJ32",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        }
                    ],
                    "relatedLot": "1"
                }
            ],
            "standstillPeriod": {
                "endDate": "2025-10-20T23:59:59+01:00"
            },
            "contractPeriod": {
                "startDate": "2025-10-24T00:00:00+01:00",
                "endDate": "2027-03-31T23:59:59+01:00",
                "maxExtentDate": "2031-03-30T23:59:59+01:00"
            },
            "hasRenewal": true,
            "renewal": {
                "description": "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."
            },
            "hasOptions": true,
            "options": {
                "description": "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."
            },
            "relatedLots": [
                "1"
            ],
            "documents": [
                {
                    "id": "063660-2025",
                    "documentType": "awardNotice",
                    "noticeType": "UK6",
                    "description": "Contract award notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/063660-2025",
                    "datePublished": "2025-10-09T11:59:19+01:00",
                    "format": "text/html"
                }
            ],
            "assessmentSummariesDateSent": "2025-10-09T00:00:00+01:00",
            "milestones": [
                {
                    "id": "1",
                    "type": "futureSignatureDate",
                    "dueDate": "2025-10-24T23:59:59+01:00",
                    "status": "scheduled"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "1",
            "awardID": "1",
            "title": "NOCP00487 - Provision of Ocean Bottom Seismometers",
            "status": "active",
            "period": {
                "startDate": "2025-11-01T00:00:00Z",
                "endDate": "2027-03-31T23:59:59+01:00",
                "maxExtentDate": "2030-03-30T23:59:59Z"
            },
            "hasRenewal": true,
            "renewal": {
                "description": "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."
            },
            "hasOptions": true,
            "options": {
                "description": "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."
            },
            "value": {
                "amountGross": 445000,
                "amount": 370833.33,
                "currency": "GBP"
            },
            "aboveThreshold": true,
            "dateSigned": "2025-11-01T00:00:00Z",
            "noAgreedMetricsRationale": "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.",
            "documents": [
                {
                    "id": "070335-2025",
                    "documentType": "contractNotice",
                    "noticeType": "UK7",
                    "description": "Contract details notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/070335-2025",
                    "datePublished": "2025-11-03T10:23:06Z",
                    "format": "text/html"
                }
            ]
        }
    ]
}