Award

CONTRACT FOR THE RENEWAL OF AN INDEPENDENT SUPPORT CONTRACT FOR THE PROVISION OF MARITIME CLASSIFICATION AND CERTIFICATION SERVICES BETWEEN COMBAT SHIPS OPERATIONS (CSO) HYDROGRAPHIC & PATROL SHIPS (H&P) TEAM & DNV SERVICES UK LIMITED

DEFENCE EQUIPMENT AND SUPPORT

This public procurement record has 1 release in its history.

Award

16 Apr 2026 at 14:08

Summary of the contracting process

The Ministry of Defence’s Defence Equipment and Support department, located in Bristol, has completed the award stage of a contract aimed at renewing an independent support arrangement for maritime classification and certification services. This contract involves DNV Services UK Limited and is valued at £2,500,000 over five years, with the potential for two additional one-year options. The procurement is categorised under central government as a direct award due to technical reasons, ensuring compliance with military and International Maritime Organization standards. Key industry categories include repair and maintenance, maritime safety inspection, and certification services, which are crucial for sustaining safe operations of combat ships operating in hydrographic and patrol capacities within UK and international waters.

This tender presents an opportunity for businesses focused on maritime safety and ship classification services, particularly those with expertise in compliance with international codes and military standards. The contract signifies substantial business growth potential by offering coveted specialised services that ensure operational safety and compliance. DNV Services UK Limited has been deemed uniquely suitable to fulfil this contract due to its technical proficiency, notably in ice vessel certification, making it an ideal player in situations requiring rapid and reliable classification services without disrupting vessel availability or operational capabilities. Such contracts enable businesses within the marine inspection and certification field to enhance their market presence and showcase their expertise in adhering to demanding safety and performance standards.

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

Notice Title

CONTRACT FOR THE RENEWAL OF AN INDEPENDENT SUPPORT CONTRACT FOR THE PROVISION OF MARITIME CLASSIFICATION AND CERTIFICATION SERVICES BETWEEN COMBAT SHIPS OPERATIONS (CSO) HYDROGRAPHIC & PATROL SHIPS (H&P) TEAM & DNV SERVICES UK LIMITED

Notice Description

THE PROVISION OF MARITIME CLASSIFICATION AND CERTIFICATION SERVICES Defence Equipment & Support, Ships Support (Hydrographic and Patrol), part of the Ministry of Defence (MoD), intends to award an independent support contract for the provision of maritime classification and certification services to DNV Services UK Limited to provide independent classification and certification services to ensure the supported classes of ships maintain the right certification for safe and legal operations and ensuring compliance with IMO and military standards. The contract will be for 5 years (3 years +2 option years) and have an estimated value of PS2,500,000.00.

Procurement Information

715665462 CONTRACT FOR THE RENEWAL OF AN INDEPENDENT SUPPORT CONTRACT FOR THE PROVISION OF MARITIME CLASSIFICATION AND CERTIFICATION SERVICES BETWEEN COMBAT SHIPS OPERATIONS (CSO) HYDROGRAPHIC & PATROL SHIPS (H&P) TEAM & DNV SERVICES UK LIMITED Defence Equipment & Support, Ships Support (Hydrographic and Patrol), part of the Ministry of Defence (MoD), intends to award an independent support contract for the provision of maritime classification and certification services to DNV Services UK Limited to provide independent classification and certification services to ensure the supported classes of ships maintain the right certification for safe and legal operations and ensuring compliance with IMO and military standards. The contract will be for 5 years (3 years +2 option years) and have an estimated value of PS2,500,000.00. This procurement falls to be regulated under the provisions of the Procurement Act 2023. In accordance with Section 41(1)(a) of the Procurement Act 2023 (the "Act"), the MoD intends to rely on the Single Supplier direct award justification, as set out in Paragraph 6 of Schedule 5 of the Act, to award a public contract directly to DNV, [a supplier that is not an excluded supplier ]. It is considered that a Direct Award is justified under the Act on the basis that, due to an absence of competition for technical reasons, only DNV can provide the necessary third-party certification services and there are no alternatives to those services without causing significant and unacceptable operational disruption. The authority requires classification services for three offshore patrol vessels (OPVs), one Ice Patrol Ship (IPS) and two RFA vessels, all of which are currently classified in accordance with DNV certification and assurance processes It is essential that the authority keep them under classification and certification services and keep third party assurance against risk. Firstly, with regards to the certification of the IPS, technical expertise relating to ice-class vessel safety and performance is required to ensure MOD's safety case is credible and robust. DNV is internationally recognised as specialists in the necessary Polar Code relating to this vessel. Although it is recognised that other Classification Societies could theoretically deliver the certification services for this vessel, it is considered that no other supplier possesses the necessary degree of technical expertise in ice vessels to comply with the relevant standards. Furthermore, it is considered that a change in the supplier providing the certification of these current DNV certified vessels would result in the reclassification of these vessels in line with the incoming supplier's own certification and assurance processes. Although the certificates for these currently DNV certified vessels remain valid for a maximum of five years, interim checks, surveys and audits are required to be carried out during this period. It is considered that a reclassification of the vessels in line with the incoming supplier's own assurance and certification processes would be required in order to carry out these interim surveys. Where baseline reclassification of a vessel is required, it is considered that this would take an incoming supplier at least two weeks longer to complete than DNV. In these circumstances, the vessel would be out of operation for an unfeasible amount of time. Such a gap in the certification of the vessel would result in operational disruption where it is prevented from entering certain ports as required in accordance with FCO direction and policy. The time delay and incurred costs are unacceptable to authority requirements for vessel availability, justifying a single source approach to contracting with DNV Services UK Limited. Accordingly, due to an absence of competition for technical reasons, DNV is considered as the only supplier that can provide the certification services for the currently DNV certified vessels in question and there are no reasonable alternatives to those services as required by the MoD.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-068464
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/034790-2026
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
UK5 - Transparency Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Direct
Procurement Method Details
Direct award
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

50 - Repair and maintenance services

71 - Architectural, construction, engineering and inspection services

79 - Business services: law, marketing, consulting, recruitment, printing and security


CPV Codes

50000000 - Repair and maintenance services

71631420 - Maritime safety inspection services

79132000 - Certification services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
£2,500,000 £1M-£10M
Contracts Value
Not specified

Notice Dates

Publication Date
16 Apr 20261 weeks ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
16 Apr 20261 weeks ago
Contract Period
31 May 2026 - 1 Jun 2029 3-4 years
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Pending
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
DEFENCE EQUIPMENT AND SUPPORT
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
BRISTOL
Postcode
BS34 8JH
Post Town
Bristol
Country
England

Major Region (ITL 1)
TLK South West (England)
Basic Region (ITL 2)
TLK5 West of England
Small Region (ITL 3)
TLK52 Bath & North East Somerset and South Gloucestershire
Delivery Location
Not specified

Local Authority
South Gloucestershire
Electoral Ward
Stoke Park & Cheswick
Westminster Constituency
Filton and Bradley Stoke

Supplier Information

Number of Suppliers
1
Supplier Name

DNV SERVICES

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-068464-2026-04-16T15:08:00+01:00",
    "date": "2026-04-16T15:08:00+01:00",
    "ocid": "ocds-h6vhtk-068464",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PVRL-5831-GLMM",
            "name": "Defence Equipment and Support",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PVRL-5831-GLMM"
            },
            "address": {
                "streetAddress": "MOD Abbey Wood",
                "locality": "Bristol",
                "postalCode": "BS34 8JH",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKK12"
            },
            "contactPoint": {
                "name": "CONTRACT FOR THE RENEWAL OF AN INDEPENDENT SUPPORT CONTRACT FOR THE PROVISION OF MARITIME CLASSIFICATION AND CERTIFICATION SERVICES BETWEEN COMBAT SHIPS OPERATIONS (CSO) HYDROGRAPHIC & PATROL SHIPS (H&P) TEAM & DNV SERVICES UK LIMITED",
                "email": "joshua.kinderman100@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/defence-equipment-and-support",
                "classifications": [
                    {
                        "id": "publicAuthorityCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - central government"
                    }
                ]
            }
        },
        {
            "id": "GB-COH-09208322",
            "name": "DNV Services UK Limited",
            "identifier": {
                "scheme": "GB-COH",
                "id": "09208322"
            },
            "address": {
                "streetAddress": "30 Stamford Street, 5th Floor, Vivo Building,",
                "locality": "London",
                "postalCode": "SE1 9LQ",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI44"
            },
            "contactPoint": {
                "email": "brian.wilson@dnv.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "vcse": false
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PVRL-5831-GLMM",
        "name": "Defence Equipment and Support"
    },
    "tender": {
        "id": "ocds-h6vhtk-068464",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "CONTRACT FOR THE RENEWAL OF AN INDEPENDENT SUPPORT CONTRACT FOR THE PROVISION OF MARITIME CLASSIFICATION AND CERTIFICATION SERVICES BETWEEN COMBAT SHIPS OPERATIONS (CSO) HYDROGRAPHIC & PATROL SHIPS (H&P) TEAM & DNV SERVICES UK LIMITED",
        "description": "THE PROVISION OF MARITIME CLASSIFICATION AND CERTIFICATION SERVICES Defence Equipment & Support, Ships Support (Hydrographic and Patrol), part of the Ministry of Defence (MoD), intends to award an independent support contract for the provision of maritime classification and certification services to DNV Services UK Limited to provide independent classification and certification services to ensure the supported classes of ships maintain the right certification for safe and legal operations and ensuring compliance with IMO and military standards. The contract will be for 5 years (3 years +2 option years) and have an estimated value of PS2,500,000.00.",
        "status": "complete",
        "procurementMethod": "direct",
        "procurementMethodDetails": "Direct award",
        "procurementMethodRationale": "715665462 CONTRACT FOR THE RENEWAL OF AN INDEPENDENT SUPPORT CONTRACT FOR THE PROVISION OF MARITIME CLASSIFICATION AND CERTIFICATION SERVICES BETWEEN COMBAT SHIPS OPERATIONS (CSO) HYDROGRAPHIC & PATROL SHIPS (H&P) TEAM & DNV SERVICES UK LIMITED Defence Equipment & Support, Ships Support (Hydrographic and Patrol), part of the Ministry of Defence (MoD), intends to award an independent support contract for the provision of maritime classification and certification services to DNV Services UK Limited to provide independent classification and certification services to ensure the supported classes of ships maintain the right certification for safe and legal operations and ensuring compliance with IMO and military standards. The contract will be for 5 years (3 years +2 option years) and have an estimated value of PS2,500,000.00. This procurement falls to be regulated under the provisions of the Procurement Act 2023. In accordance with Section 41(1)(a) of the Procurement Act 2023 (the \"Act\"), the MoD intends to rely on the Single Supplier direct award justification, as set out in Paragraph 6 of Schedule 5 of the Act, to award a public contract directly to DNV, [a supplier that is not an excluded supplier ]. It is considered that a Direct Award is justified under the Act on the basis that, due to an absence of competition for technical reasons, only DNV can provide the necessary third-party certification services and there are no alternatives to those services without causing significant and unacceptable operational disruption. The authority requires classification services for three offshore patrol vessels (OPVs), one Ice Patrol Ship (IPS) and two RFA vessels, all of which are currently classified in accordance with DNV certification and assurance processes It is essential that the authority keep them under classification and certification services and keep third party assurance against risk. Firstly, with regards to the certification of the IPS, technical expertise relating to ice-class vessel safety and performance is required to ensure MOD's safety case is credible and robust. DNV is internationally recognised as specialists in the necessary Polar Code relating to this vessel. Although it is recognised that other Classification Societies could theoretically deliver the certification services for this vessel, it is considered that no other supplier possesses the necessary degree of technical expertise in ice vessels to comply with the relevant standards. Furthermore, it is considered that a change in the supplier providing the certification of these current DNV certified vessels would result in the reclassification of these vessels in line with the incoming supplier's own certification and assurance processes. Although the certificates for these currently DNV certified vessels remain valid for a maximum of five years, interim checks, surveys and audits are required to be carried out during this period. It is considered that a reclassification of the vessels in line with the incoming supplier's own assurance and certification processes would be required in order to carry out these interim surveys. Where baseline reclassification of a vessel is required, it is considered that this would take an incoming supplier at least two weeks longer to complete than DNV. In these circumstances, the vessel would be out of operation for an unfeasible amount of time. Such a gap in the certification of the vessel would result in operational disruption where it is prevented from entering certain ports as required in accordance with FCO direction and policy. The time delay and incurred costs are unacceptable to authority requirements for vessel availability, justifying a single source approach to contracting with DNV Services UK Limited. Accordingly, due to an absence of competition for technical reasons, DNV is considered as the only supplier that can provide the certification services for the currently DNV certified vessels in question and there are no reasonable alternatives to those services as required by the MoD.",
        "lots": [
            {
                "id": "1",
                "status": "complete"
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            }
        ],
        "procurementMethodRationaleClassifications": [
            {
                "id": "singleSuppliersTechnicalReasons"
            }
        ]
    },
    "awards": [
        {
            "id": "1",
            "status": "pending",
            "value": {
                "amountGross": 2500000,
                "amount": 2500000,
                "currency": "GBP"
            },
            "mainProcurementCategory": "services",
            "aboveThreshold": true,
            "suppliers": [
                {
                    "id": "GB-COH-09208322",
                    "name": "DNV Services UK Limited"
                }
            ],
            "items": [
                {
                    "id": "1",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "50000000",
                            "description": "Repair and maintenance services"
                        },
                        {
                            "scheme": "CPV",
                            "id": "71631420",
                            "description": "Maritime safety inspection services"
                        },
                        {
                            "scheme": "CPV",
                            "id": "79132000",
                            "description": "Certification services"
                        }
                    ],
                    "relatedLot": "1"
                }
            ],
            "contractPeriod": {
                "startDate": "2026-06-01T00:00:00+01:00",
                "endDate": "2029-06-01T23:59:59+01:00",
                "maxExtentDate": "2031-06-01T23:59:59+01:00"
            },
            "hasRenewal": true,
            "renewal": {
                "description": "2x 1 year costed options for extensions. to be taken up by contract amendment."
            },
            "hasOptions": true,
            "options": {
                "description": "2x 1 year costed options for extensions. to be taken up by contract amendment."
            },
            "relatedLots": [
                "1"
            ],
            "documents": [
                {
                    "id": "034790-2026",
                    "documentType": "awardNotice",
                    "noticeType": "UK5",
                    "description": "Transparency notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/034790-2026",
                    "datePublished": "2026-04-16T15:08:00+01:00",
                    "format": "text/html"
                }
            ],
            "milestones": [
                {
                    "id": "1",
                    "type": "futureSignatureDate",
                    "dueDate": "2026-06-01T23:59:59+01:00",
                    "status": "scheduled"
                }
            ]
        }
    ],
    "language": "en"
}