Notice Information
Notice Title
Deployment and Translation of a set of hydrophones and test panels into an underwater acoustic facility.
Notice Description
NPL is seeking a solution for the deployment and translation of a set of hydrophones and test panels into an underwater acoustic facility. The facility is an underwater acoustic calibration tank consisting of a large wooden vessel (5.5m in diameter and 4.7m deep) filled with potted water. The calibration activities will be performed with either 2 or 3 hydrophones and a test panel deployed at the mid-depth point of the vessel. The hydrophones and test panel are mounted at the end of carbon fibre poles. The design of the poles is flexible and may be adjusted to the solution (this will be the responsibility of NPL). The schematic and model of the facility are available upon request by emailing etenders@npl.co.uk depict a desired concept solution including dimensions, room features and required specifications for the carriage system and interlocks. The facility is operated from the first floor and the water tank expands through both the ground and first floor. The size of the room cannot be altered, but modifications to the concrete floor and steel framework are feasible for attachment/fixing of the carriage system solution. NPL has conducted initial research into possible solutions such as carriage systems. NPL is open to explore different solutions to meet the requirements below. NPL is seeking engagement from suppliers who have capability to provide a solution to the following requirements: * The solution must be able to deploy the hydrophones and test panels into the water tank. The solution must be able to mount either existing carbon fibre poles or, with a suitable adaptor, large acoustic test panels. NPL will be responsible for the design and manufacture of the poles and adaptors, but the solution must provide a common mounting flange (to be agreed during the design phase). * The solution must be able to translate the mounting flange in X, Y & Z, and rotate about Z. * The required accuracy and precision of the solution is as below (these parameters can be relaxed upon agreement): o X, Y & Z precision: +-0.5mm o Z-rotation precision: +-0.1deg o Maximum X, Y & Z linearity/orthogonality deviation: 0.5mm o Repeatability of position: 0.1mm o Minimum linear movement (scanning step): 0.5mm o Minimum speed: 0.06m/min o Maximum speed: 30m/min * The solution must have a minimum payload capability of 50kg in two of the three carriages, and a minimum payload capability of 300kg in one of the three carriages. * The solution must be able to lift the flange out of the water to the loading position at a defined height as shown in the model. * The solution must provide the following interlocks: o Interlock door from laboratory space to loading area o Interlock door from loading area to open water space * The solution control software should be compatible with LabVIEW (others considered) * The supplier must demonstrate that the solution complies with, as a minimum but not limited to, Machinery Directive (2006/42/EC), Low Voltage Directive (2014/35/EU) and Electrical Safety EN 60204. * Design aspects such as the location of the solution control hub and operator, power and structural requirements, and IP rating will be determined during the design phase. This is not an evaluation exercise and nothing in this activity will limit the opportunity to engage in any follow-on ITT.
Planning Information
Prior to initiating the procurement, NPL wishes to establish the level of market interest in the forthcoming procurement process. Suitably qualified and experienced suppliers who may have an interest in this project are invited to register for this Preliminary Market Engagement. The purpose of the market engagement is to help assess the reaction of the market, to understand risks and future possibilities to ensure a future proofed procurement strategy and resulting contract. Any submission received in response to this exercise will not constitute any contractual agreement between the respondent and NPL. Nor does the receipt of a response automatically include the respondent in the procurement process. A Tender Notice will be issued to the market which will provide details of how the relating procurement documentation can be accessed and timescales for submission of the said tender response. Interested parties shall bear their own costs of participation in this Market Engagement of whatever nature. NPL shall not be liable for the costs, expenses or losses howsoever arising (including, without limitation, any loss of profit or other economic loss incurred), regardless of the outcome of the Market Engagement. The next stage in the process will be considered once this exercise has been completed. Questions Your Organisation 1. What is your organisation's name? 2. What is your name and role at the organisation? 3. Please Provide a brief description of your Organisation 4. Please provide the location (s) of your organisations operational facilities (eg headquarters, manufacturing site). Capabilities 5. Does your organisation have the capability to deliver a solution in line with the requirements described in the Scope section of this document. a. If yes, please provide an estimated lead time for delivery from the point of contract award. b. Are there any current or upcoming commitments, capacity constraints, or resource limitations that may affect your ability to submit an offer or deliver the project. Scope Delivery & Budget Alignment 6. Would your organisation be able to deliver the full project scope independently? If not, please specify which elements would require sub-contracting and identify any anticipated delivery partners (if known). 7. Are there any risks, issues, or opportunities that you believe NPL should consider in relation to the delivery of this project? 8. NPL's estimated budget for this project is £200,000 excluding VAT. Please confirm if delivery within this budget is feasible. If not please provide an indicative budget for a project of this nature. Route to Market, Contractual Terms & Timescales 9. NPL intends to conduct the Invitation to Tender (ITT) under the Flexible Procedure. Would your organisation be interested in participating via this route to market? If not please outline any concerns or barriers 10. Are there any contract terms or commercial conditions that your organisation would consider unacceptable, or any terms that if not included would deter your participation? Other Considerations 11. Are there any residual risks / recommendations / issues that you think we should consider when drafting the scope and the procurement strategy for this project? If you have any questions, or would like to provide a response to the above, please email etenders@npl.co.uk to request a Preliminary Market Engagement Supplier Questionnaire "FOR RESPONSES" excel spreadsheet. Please return all responses by 17.00, Friday 3rd April 2026
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-066d26
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/024440-2026
- 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, VCSE
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
38 - Laboratory, optical and precision equipments (excl. glasses)
42 - Industrial machinery
51 - Installation services (except software)
71 - Architectural, construction, engineering and inspection services
73 - Research and development services and related consultancy services
-
- CPV Codes
38000000 - Laboratory, optical and precision equipments (excl. glasses)
42000000 - Industrial machinery
51000000 - Installation services (except software)
71000000 - Architectural, construction, engineering and inspection services
73000000 - Research and development services and related consultancy services
Notice Value(s)
- Tender Value
- £200,000 £100K-£500K
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 18 Mar 20264 days ago
- Submission Deadline
- Not specified
- Future Notice Date
- 3 Apr 20262 weeks to go
- Award Date
- Not specified
- Contract Period
- 29 Apr 2026 - 31 Mar 2027 6-12 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
- NPL MANAGEMENT LIMITED
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- TEDDINGTON
- Postcode
- TW11 0LW
- Post Town
- Twickenham
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI7 Outer London - West and North West
- Small Region (ITL 3)
- TLI75 Hounslow and Richmond upon Thames
- Delivery Location
- Not specified
-
- Local Authority
- Richmond upon Thames
- Electoral Ward
- Teddington
- Westminster Constituency
- Twickenham
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/024440-2026
18th March 2026 - Preliminary market engagement notice on Find a Tender
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-066d26-2026-03-18T10:36:32Z",
"date": "2026-03-18T10:36:32Z",
"ocid": "ocds-h6vhtk-066d26",
"initiationType": "tender",
"parties": [
{
"id": "GB-COH-02937881",
"name": "NPL Management Limited",
"identifier": {
"scheme": "GB-COH",
"id": "02937881"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PYDB-8862-JBYM"
}
],
"address": {
"streetAddress": "National Physical Laboratory",
"locality": "Teddington",
"postalCode": "TW11 0LW",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI75"
},
"contactPoint": {
"email": "etenders@npl.co.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.npl.co.uk",
"classifications": [
{
"id": "publicUndertaking",
"scheme": "UK_CA_TYPE",
"description": "Public undertaking"
}
]
}
}
],
"buyer": {
"id": "GB-COH-02937881",
"name": "NPL Management Limited"
},
"planning": {
"milestones": [
{
"id": "engagement",
"type": "engagement",
"description": "Prior to initiating the procurement, NPL wishes to establish the level of market interest in the forthcoming procurement process. Suitably qualified and experienced suppliers who may have an interest in this project are invited to register for this Preliminary Market Engagement. The purpose of the market engagement is to help assess the reaction of the market, to understand risks and future possibilities to ensure a future proofed procurement strategy and resulting contract. Any submission received in response to this exercise will not constitute any contractual agreement between the respondent and NPL. Nor does the receipt of a response automatically include the respondent in the procurement process. A Tender Notice will be issued to the market which will provide details of how the relating procurement documentation can be accessed and timescales for submission of the said tender response. Interested parties shall bear their own costs of participation in this Market Engagement of whatever nature. NPL shall not be liable for the costs, expenses or losses howsoever arising (including, without limitation, any loss of profit or other economic loss incurred), regardless of the outcome of the Market Engagement. The next stage in the process will be considered once this exercise has been completed. Questions Your Organisation 1. What is your organisation's name? 2. What is your name and role at the organisation? 3. Please Provide a brief description of your Organisation 4. Please provide the location (s) of your organisations operational facilities (eg headquarters, manufacturing site). Capabilities 5. Does your organisation have the capability to deliver a solution in line with the requirements described in the Scope section of this document. a. If yes, please provide an estimated lead time for delivery from the point of contract award. b. Are there any current or upcoming commitments, capacity constraints, or resource limitations that may affect your ability to submit an offer or deliver the project. Scope Delivery & Budget Alignment 6. Would your organisation be able to deliver the full project scope independently? If not, please specify which elements would require sub-contracting and identify any anticipated delivery partners (if known). 7. Are there any risks, issues, or opportunities that you believe NPL should consider in relation to the delivery of this project? 8. NPL's estimated budget for this project is PS200,000 excluding VAT. Please confirm if delivery within this budget is feasible. If not please provide an indicative budget for a project of this nature. Route to Market, Contractual Terms & Timescales 9. NPL intends to conduct the Invitation to Tender (ITT) under the Flexible Procedure. Would your organisation be interested in participating via this route to market? If not please outline any concerns or barriers 10. Are there any contract terms or commercial conditions that your organisation would consider unacceptable, or any terms that if not included would deter your participation? Other Considerations 11. Are there any residual risks / recommendations / issues that you think we should consider when drafting the scope and the procurement strategy for this project? If you have any questions, or would like to provide a response to the above, please email etenders@npl.co.uk to request a Preliminary Market Engagement Supplier Questionnaire \"FOR RESPONSES\" excel spreadsheet. Please return all responses by 17.00, Friday 3rd April 2026",
"dueDate": "2026-04-03T23:59:59+01:00",
"status": "scheduled"
}
],
"documents": [
{
"id": "024440-2026",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/024440-2026",
"datePublished": "2026-03-18T10:36:32Z",
"format": "text/html"
}
]
},
"tender": {
"id": "ocds-h6vhtk-066d26",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Deployment and Translation of a set of hydrophones and test panels into an underwater acoustic facility.",
"description": "NPL is seeking a solution for the deployment and translation of a set of hydrophones and test panels into an underwater acoustic facility. The facility is an underwater acoustic calibration tank consisting of a large wooden vessel (5.5m in diameter and 4.7m deep) filled with potted water. The calibration activities will be performed with either 2 or 3 hydrophones and a test panel deployed at the mid-depth point of the vessel. The hydrophones and test panel are mounted at the end of carbon fibre poles. The design of the poles is flexible and may be adjusted to the solution (this will be the responsibility of NPL). The schematic and model of the facility are available upon request by emailing etenders@npl.co.uk depict a desired concept solution including dimensions, room features and required specifications for the carriage system and interlocks. The facility is operated from the first floor and the water tank expands through both the ground and first floor. The size of the room cannot be altered, but modifications to the concrete floor and steel framework are feasible for attachment/fixing of the carriage system solution. NPL has conducted initial research into possible solutions such as carriage systems. NPL is open to explore different solutions to meet the requirements below. NPL is seeking engagement from suppliers who have capability to provide a solution to the following requirements: * The solution must be able to deploy the hydrophones and test panels into the water tank. The solution must be able to mount either existing carbon fibre poles or, with a suitable adaptor, large acoustic test panels. NPL will be responsible for the design and manufacture of the poles and adaptors, but the solution must provide a common mounting flange (to be agreed during the design phase). * The solution must be able to translate the mounting flange in X, Y & Z, and rotate about Z. * The required accuracy and precision of the solution is as below (these parameters can be relaxed upon agreement): o X, Y & Z precision: +-0.5mm o Z-rotation precision: +-0.1deg o Maximum X, Y & Z linearity/orthogonality deviation: 0.5mm o Repeatability of position: 0.1mm o Minimum linear movement (scanning step): 0.5mm o Minimum speed: 0.06m/min o Maximum speed: 30m/min * The solution must have a minimum payload capability of 50kg in two of the three carriages, and a minimum payload capability of 300kg in one of the three carriages. * The solution must be able to lift the flange out of the water to the loading position at a defined height as shown in the model. * The solution must provide the following interlocks: o Interlock door from laboratory space to loading area o Interlock door from loading area to open water space * The solution control software should be compatible with LabVIEW (others considered) * The supplier must demonstrate that the solution complies with, as a minimum but not limited to, Machinery Directive (2006/42/EC), Low Voltage Directive (2014/35/EU) and Electrical Safety EN 60204. * Design aspects such as the location of the solution control hub and operator, power and structural requirements, and IP rating will be determined during the design phase. This is not an evaluation exercise and nothing in this activity will limit the opportunity to engage in any follow-on ITT.",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "38000000",
"description": "Laboratory, optical and precision equipments (excl. glasses)"
},
{
"scheme": "CPV",
"id": "42000000",
"description": "Industrial machinery"
},
{
"scheme": "CPV",
"id": "51000000",
"description": "Installation services (except software)"
},
{
"scheme": "CPV",
"id": "71000000",
"description": "Architectural, construction, engineering and inspection services"
},
{
"scheme": "CPV",
"id": "73000000",
"description": "Research and development services and related consultancy services"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 240000,
"amount": 200000,
"currency": "GBP"
},
"mainProcurementCategory": "goods",
"aboveThreshold": true,
"lots": [
{
"id": "1",
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2026-04-30T00:00:00+01:00",
"endDate": "2027-03-31T23:59:59+01:00"
},
"status": "planning"
}
],
"status": "planning"
},
"language": "en"
}