Planning

New HDPE Workboat

UNIVERSITY OF PLYMOUTH

This public procurement record has 1 release in its history.

Planning

23 Dec 2025 at 13:00

Summary of the contracting process

The University of Plymouth is currently in the planning stage of procuring a new HDPE workboat, aimed to enhance the university's marine research and teaching capabilities. This project, located in Plymouth, Devon, falls under the "Boats" industry category and has an estimated value of £120,000. Business entities interested in this opportunity should note that the procurement planning is open until 30 January 2026, with the aim of commencing the contract period on 16 February 2026. The procurement falls under the category of goods and is suited for small and medium-sized enterprises (SMEs). The procurement will support the university's operational diving and offer ample utility within Category 4 waters, with restricted use in Category 3 waters.

This procurement presents a considerable opportunity for businesses specialising in the design and manufacture of marine vessels, particularly those experienced in high-density polyethylene (HDPE) construction. Companies in the maritime and boat-building industries might find this procurement particularly advantageous, especially those offering innovations in diving support and research vessels. The tender seeks a solution that adheres to the Maritime and Coastguard Agency’s Workboat Code and offers a chance to collaborate with a prestigious educational institution, potentially leading to further opportunities in similar projects and enhancing business reputation within the marine sector.

How relevant is this notice?

Notice Information

Notice Title

New HDPE Workboat

Notice Description

The University of Plymouth is looking to procure a new workboat to add to its research and diving support vessels to extend and enhance excellence in marine related research and teaching. This new HDPE workboat designed and built to Category B, coded to the MCA's Workboat Code Ed. 3, is intended to support operational diving and have sufficient utility to be used for research and teaching within the bounds of Category 4 waters with restricted Category 3 usage. It will have a capacity 8 persons and be approximately 8m in length. For full specification details please see the below information or attached document on the Mercell Platform. If interested in this protentional opportunity please email Megan.worth@plymouth.ac.uk Hull: Max 8m LOA by max 2.7m beam HDPE workboat Hull with console, Hull and Tubes filled with High Density Polystyrene. Max overall height 3.2m Max lightships weight 2000kg Manufactured to Design Category B. Built to and coded under Workboat code Ed. 3 at point of build by either Mecal, SCMS or YDSA to include in build visits and verification at key stages of completion. Coded to sea are Category 4 with restricted Category 3. Coded to carry 8 persons. Coded to included deck cargo of 400kg. 2 X manual bilge pumps. 1 x Electric bilge pump Self-bailing deck with non-return valve scuppers. 4 x lifting/Mooring eyes fitted with cleats fitted inboard of gunnels and close to associated fairleads. Access doors fitted in gunnels on both port and starboard shoulder. Stainless steel towing bollards, 1 at the bow and one on each quarter. Man Overboard recovery system. Marine grade 316 stainless steel A frame at the stern incorporating life raft cradle, lights, antennas (antennas must be able to be lowered to conform with max overall height). Extruded HDPE mounting points either side of gunnel door for mounting a dive ladder. HDPE tube with 33mmID welded and reinforced. To be discussed. WBV shock mitigation Seating for 8 persons consisting of the following: 4 jockey seats behind the helm consol and four jockey seats in front of the helm consol. Seating to comprise of individual jockey seats with padded winged backs, all seats to be located in the after 2/3 of the vessel LOA, suitable handholds must be provided forward of all seats. The four seats forward of the consol must have a quick release arrangement to easily remove seat/pod/handholds on an individual basis. Engines: Twin 100hp Extra-long shaft outboard Engines complete with rigging kits, 2 x fuel tanks. Engines to be able to operate completely independently to each other re electrical and fuel systems in accordance with the code of practise WB3. Fuel minimum size of 2 x 100lt tanks which are easy to access and maintain. Fuel system piping to ISO 7840. Top mount controls, console dash mounted. Hydraulic steering system and helm pump. Electrics: All electrics to ISO 10133 supplied with installation diagrams. 2 x 110ah Dual purpose Marine and Leisure batteries with Blue sea systems Voltage monitoring. 1 independent power source fitted in sperate location to main batteries to supply nav lights, emergency deck lighting, VHF radio and navigation electronics in an emergency, in accordance with the code of practice WB3. Automatic split Charging relay. Battery isolator switches. Victron 12/230 1200 sinewave invertor to provide clean AC power to waterproof 2 gang socket. Inverter installed within helm consol while waterproof plugs fitted on aft face of consol. All cables Ocean-flex tinned copper to ISO 6722-1:2011 Class B. Electronics and Navigation equipment: Chart plotter with depth transducer, must be capable of providing a NMEA output and be able to integrate with other inputs. Fish finder echosounder and transducer incorporated/networked with chart plotter. Flux gate compass/electronic heading sensor installed and integrated/networked with other electronics. Dash mounted compass Fixed VHF/DSC with Antenna. AIS Receiver and class B transceiver integrated/networked into chart plotter Hand held searchlight with console mounted socket. Radar reflector. LED navigation lights. LED Deck lights 12V DC socket and USB charging points. waterproof switch panels. Safety Equipment: All safety equipment required for MCA coding including Pyrotechnics, first aid kit, Anchors, Life rings, Handheld VHF/DSC and firefighting equipment etc to meet WB3 Delivery: Delivery cost to be included in quotation - road haulage to Queen Annes Battery Marina, PL40LP The University would aim to take delivery by Q3 2026.

Planning Information

If interest in the protentional below threshold opportunity please contact megan.worth@plymouth.ac.uk to express interest.

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05fc8c
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/085829-2025
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
UK2 - Preliminary Market Engagement Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Not Specified
Procurement Method Details
Not specified
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

34 - Transport equipment and auxiliary products to transportation


CPV Codes

34520000 - Boats

Notice Value(s)

Tender Value
£120,000 £100K-£500K
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
23 Dec 20256 days ago
Submission Deadline
Not specified
Future Notice Date
9 Feb 20262 months to go
Award Date
Not specified
Contract Period
16 Feb 2026 - 31 Jul 2026 1-6 months
Recurrence
Not specified

Notice Status

Tender Status
Planning
Lots Status
Planning
Awards Status
Not Specified
Contracts Status
Not Specified

Buyer & Supplier

Contracting Authority (Buyer)

Main Buyer
UNIVERSITY OF PLYMOUTH
Contact Name
Megan Worth
Contact Email
megan.worth@plymouth.ac.uk
Contact Phone
+44 01752588167

Buyer Location

Locality
PLYMOUTH, DEVON
Postcode
PL4 8AA
Post Town
Plymouth
Country
England

Major Region (ITL 1)
TLK South West (England)
Basic Region (ITL 2)
TLK4 Devon
Small Region (ITL 3)
TLK41 Plymouth
Delivery Location
TLK South West (England)

Local Authority
Plymouth
Electoral Ward
Drake
Westminster Constituency
Plymouth Sutton and Devonport

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-05fc8c-2025-12-23T13:00:24Z",
    "date": "2025-12-23T13:00:24Z",
    "ocid": "ocds-h6vhtk-05fc8c",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-UKPRN-10007801",
            "name": "University of Plymouth",
            "identifier": {
                "scheme": "GB-UKPRN",
                "id": "10007801"
            },
            "address": {
                "streetAddress": "Drake Circus",
                "locality": "Plymouth, Devon",
                "postalCode": "PL4 8AA",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKK41"
            },
            "contactPoint": {
                "name": "Megan Worth",
                "email": "megan.worth@plymouth.ac.uk",
                "telephone": "+44 01752588167"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.plymouth.ac.uk/about-us/university-structure/service-areas/procurement",
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-UKPRN-10007801",
        "name": "University of Plymouth"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "If interest in the protentional below threshold opportunity please contact megan.worth@plymouth.ac.uk to express interest.",
                "dueDate": "2026-01-30T23:59:59Z",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "085829-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/085829-2025",
                "datePublished": "2025-12-23T13:00:24Z",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "MW/UOP/Workboat/137/25",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "New HDPE Workboat",
        "description": "The University of Plymouth is looking to procure a new workboat to add to its research and diving support vessels to extend and enhance excellence in marine related research and teaching. This new HDPE workboat designed and built to Category B, coded to the MCA's Workboat Code Ed. 3, is intended to support operational diving and have sufficient utility to be used for research and teaching within the bounds of Category 4 waters with restricted Category 3 usage. It will have a capacity 8 persons and be approximately 8m in length. For full specification details please see the below information or attached document on the Mercell Platform. If interested in this protentional opportunity please email Megan.worth@plymouth.ac.uk Hull: Max 8m LOA by max 2.7m beam HDPE workboat Hull with console, Hull and Tubes filled with High Density Polystyrene. Max overall height 3.2m Max lightships weight 2000kg Manufactured to Design Category B. Built to and coded under Workboat code Ed. 3 at point of build by either Mecal, SCMS or YDSA to include in build visits and verification at key stages of completion. Coded to sea are Category 4 with restricted Category 3. Coded to carry 8 persons. Coded to included deck cargo of 400kg. 2 X manual bilge pumps. 1 x Electric bilge pump Self-bailing deck with non-return valve scuppers. 4 x lifting/Mooring eyes fitted with cleats fitted inboard of gunnels and close to associated fairleads. Access doors fitted in gunnels on both port and starboard shoulder. Stainless steel towing bollards, 1 at the bow and one on each quarter. Man Overboard recovery system. Marine grade 316 stainless steel A frame at the stern incorporating life raft cradle, lights, antennas (antennas must be able to be lowered to conform with max overall height). Extruded HDPE mounting points either side of gunnel door for mounting a dive ladder. HDPE tube with 33mmID welded and reinforced. To be discussed. WBV shock mitigation Seating for 8 persons consisting of the following: 4 jockey seats behind the helm consol and four jockey seats in front of the helm consol. Seating to comprise of individual jockey seats with padded winged backs, all seats to be located in the after 2/3 of the vessel LOA, suitable handholds must be provided forward of all seats. The four seats forward of the consol must have a quick release arrangement to easily remove seat/pod/handholds on an individual basis. Engines: Twin 100hp Extra-long shaft outboard Engines complete with rigging kits, 2 x fuel tanks. Engines to be able to operate completely independently to each other re electrical and fuel systems in accordance with the code of practise WB3. Fuel minimum size of 2 x 100lt tanks which are easy to access and maintain. Fuel system piping to ISO 7840. Top mount controls, console dash mounted. Hydraulic steering system and helm pump. Electrics: All electrics to ISO 10133 supplied with installation diagrams. 2 x 110ah Dual purpose Marine and Leisure batteries with Blue sea systems Voltage monitoring. 1 independent power source fitted in sperate location to main batteries to supply nav lights, emergency deck lighting, VHF radio and navigation electronics in an emergency, in accordance with the code of practice WB3. Automatic split Charging relay. Battery isolator switches. Victron 12/230 1200 sinewave invertor to provide clean AC power to waterproof 2 gang socket. Inverter installed within helm consol while waterproof plugs fitted on aft face of consol. All cables Ocean-flex tinned copper to ISO 6722-1:2011 Class B. Electronics and Navigation equipment: Chart plotter with depth transducer, must be capable of providing a NMEA output and be able to integrate with other inputs. Fish finder echosounder and transducer incorporated/networked with chart plotter. Flux gate compass/electronic heading sensor installed and integrated/networked with other electronics. Dash mounted compass Fixed VHF/DSC with Antenna. AIS Receiver and class B transceiver integrated/networked into chart plotter Hand held searchlight with console mounted socket. Radar reflector. LED navigation lights. LED Deck lights 12V DC socket and USB charging points. waterproof switch panels. Safety Equipment: All safety equipment required for MCA coding including Pyrotechnics, first aid kit, Anchors, Life rings, Handheld VHF/DSC and firefighting equipment etc to meet WB3 Delivery: Delivery cost to be included in quotation - road haulage to Queen Annes Battery Marina, PL40LP The University would aim to take delivery by Q3 2026.",
        "items": [
            {
                "id": "LOT-0000",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "34520000",
                        "description": "Boats"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "LOT-0000"
            }
        ],
        "value": {
            "amountGross": 120000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "goods",
        "aboveThreshold": false,
        "lots": [
            {
                "id": "LOT-0000",
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-02-16T00:00:00Z",
                    "endDate": "2026-07-31T23:59:59Z"
                },
                "status": "planning"
            }
        ],
        "communication": {
            "futureNoticeDate": "2026-02-09T23:59:59Z"
        },
        "status": "planning"
    },
    "language": "en"
}