Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

Marine Consultancy Framework

  • First published: 04 December 2025
  • Last modified: 04 December 2025
  • Version: N/A
  •  

  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-042bf0
Published by:
NATIONAL GRID UK LIMITED
Authority ID:
AA80754
Publication date:
04 December 2025
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

National Grid is an international Electricity and Gas Network Company based in the UK with operations in north-eastern US, and one of the largest investor-owned energy companies in the world.

National Grid are looking to set up a multi-year Marine Consultancy Framework to service offshore cable laying as part of the Great Grid Upgrade.

The Framework will cover the full gamut of consultancy disciplines required to support end to end marine projects. Including Subsea Cable Technical Consultancy, Unexploded Ordinance (UXO ALARP), Metocean, Marine Survey Support and HVDC/HVAC Platform Engineering Services.

The Framework will be developed in line with National Grid processes, other best practice guidance i.e. DNVGL-RP-0360 and European Subsea Cables Association guidelines.

Full notice text

Contract award notice – utilities

Section I: Contracting entity

I.1) Name and addresses

NATIONAL GRID UK LIMITED

04508773

1-3 Strand

London

WC2N5EH

UK

Contact person: Luke Williams

E-mail: luke.williams7@nationalgrid.com

NUTS: UKI32

Internet address(es)

Main address: https://www.nationalgrid.com/

I.6) Main activity

Electricity

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Marine Consultancy Framework

Reference number: WS4309414434

II.1.2) Main CPV code

73112000

 

II.1.3) Type of contract

Services

II.1.4) Short description

National Grid is an international Electricity and Gas Network Company based in the UK with operations in north-eastern US, and one of the largest investor-owned energy companies in the world.

National Grid are looking to set up a multi-year Marine Consultancy Framework to service offshore cable laying as part of the Great Grid Upgrade.

The Framework will cover the full gamut of consultancy disciplines required to support end to end marine projects. Including Subsea Cable Technical Consultancy, Unexploded Ordinance (UXO ALARP), Metocean, Marine Survey Support and HVDC/HVAC Platform Engineering Services.

The Framework will be developed in line with National Grid processes, other best practice guidance i.e. DNVGL-RP-0360 and European Subsea Cables Association guidelines.

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Value excluding VAT: 45 000 000.00  GBP

II.2) Description

Lot No: 1

II.2.1) Title

Offshore Consultancy Support

II.2.2) Additional CPV code(s)

73112000

II.2.3) Place of performance

NUTS code:

UK

BE

DK

FR

DE

IS

IE

NL

NO

ES

SE

II.2.4) Description of the procurement

Marine Technical Consultant (MTC) will support the marine route selection work being undertaken by the separately appointed Marine Environmental Consultant. As part of this, the MTC shall provide technical input to the marine routeing and landfall options selection.

Fisheries Liaison Office (FLO) shall perform a desktop fisheries activity analysis, for input into the selection of the marine cable route corridor by other consultants. In addition, the FLO shall draft a Fisheries Engagement Strategy to inform project consultations and future works at site.

Onsite Client Reps (OCRs) may be required to deploy as representatives of NG and partner organisations during operations throughout the project life cycle.

II.2.5) Award criteria

Quality criterion: Technical / Weighting: 40

Cost criterion: Commercial / Weighting: 60

II.2.11) Information about options

Options: Yes

Description of options:

Initial term of 6 years, with optional extension of 2 years (8 years total).

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

National Grid UK Limited will conduct the procurement and enter into the framework agreement with the successfully appointed suppliers for its own benefit and for the benefit of the entities identified below.

National Grid UK Limited or any of the following entities shall be entitled to call off from the framework agreement and enter into contracts resulting from the call off:

1. Any parent undertakings or subsidiary undertakings (each term as defined in section 1162 Companies Act 2006 except that references in that section to "majority" shall be replaced by reference to "25% or more") of National Grid UK Limited and any subsidiary undertakings of any such parent undertakings at the time of the call off including without limitation:

a) National Grid Electricity Transmission Plc

b) National Grid LionLink Limited

c) National Grid Nautilus Limited

d) National Grid Continental Limited

e) National Grid Interconnector Holdings Limited

f) National Grid Interconnectors Limited

g) National Grid North Sea Link Limited-

h) National Grid Viking Link Limited

i) National Grid IFA 2 Limited

j) National Grid NSN Link Limited

k) National Grid Electricity Distribution (South West) plc

2. Any entity that is acting as a project partner with any National Grid call off partner (identified in paragraph 1 above) and which calls off jointly with any such National Grid entity including, without limitation,:

a) Scottish Hydro Electric Transmission Plc

b) TenneT TSO B.V.

c) TenneT TSO GmbH

d) TenneT Offshore GmbH

e) Elia Asset NV/SA

f) Energinet Eltransmission A/S

g) Statnett SF

h) Transmission system operators and other developers and/or operators of HVDC projects; and/or

3. Any special purpose vehicle, incorporated joint venture or contractual joint venture, between any of the parties identified in paragraphs 1 and 2 above.

It should be noted that, whilst National Grid Interconnector Holdings Limited and any of its subsidiaries whether current or future, which hold an interconnector licence, and National Grid Interconnectors Limited, are included within the scope of the Marine Survey Framework agreement, and therefore entitled to call off under it, these entities are not subject to the Utilities Contracts Regulations 2016 or any other relevant procurement regime. These entities' participation in this procurement process and/or the framework agreement does not cause them to be subject to those rules in whole or in part.

Lot No: 2

II.2.1) Title

Survey Support

II.2.2) Additional CPV code(s)

73112000

II.2.3) Place of performance

NUTS code:

UK

BE

DK

FR

DE

IS

IE

NL

NO

ES

SE

II.2.4) Description of the procurement

onduct a comprehensive review of all applicable regulatory requirements for the vessels planned scopes of operation. These should include but not be limited to International, national and local regulations as applicable to the contract. The review should identify all specific regulations relevant to the vessels planned operations and ensure compliance throughout the duration on task.

To ensure data meets the required specification National Grid require data across the following marine survey equipment types to be checked for quality and compliance:

Bathymetry

Seabed classification (from backscatter, side-scan sonar, and samples (physical and imagery)

Topography (point cloud and imagery)

Sub surface geology (from sub-bottom profilers, core penetration tests and core samples)

Anthropomorphic object detection (from magnetometer cross referenced with bathymetry and side-scan sonar).

Assurance of data from ancillary systems may also be required:

GNSS systems

USBL systems

II.2.5) Award criteria

Quality criterion: Technical / Weighting: 40

Cost criterion: Commercial / Weighting: 60

II.2.11) Information about options

Options: Yes

Description of options:

Initial term of 6 years, with optional extension of 2 years (8 years total).

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

National Grid UK Limited will conduct the procurement and enter into the framework agreement with the successfully appointed suppliers for its own benefit and for the benefit of the entities identified below.

National Grid UK Limited or any of the following entities shall be entitled to call off from the framework agreement and enter into contracts resulting from the call off:

1. Any parent undertakings or subsidiary undertakings (each term as defined in section 1162 Companies Act 2006 except that references in that section to "majority" shall be replaced by reference to "25% or more") of National Grid UK Limited and any subsidiary undertakings of any such parent undertakings at the time of the call off including without limitation:

a) National Grid Electricity Transmission Plc

b) National Grid LionLink Limited

c) National Grid Nautilus Limited

d) National Grid Continental Limited

e) National Grid Interconnector Holdings Limited

f) National Grid Interconnectors Limited

g) National Grid North Sea Link Limited-

h) National Grid Viking Link Limited

i) National Grid IFA 2 Limited

j) National Grid NSN Link Limited

k) National Grid Electricity Distribution (South West) plc

2. Any entity that is acting as a project partner with any National Grid call off partner (identified in paragraph 1 above) and which calls off jointly with any such National Grid entity including, without limitation,:

a) Scottish Hydro Electric Transmission Plc

b) TenneT TSO B.V.

c) TenneT TSO GmbH

d) TenneT Offshore GmbH

e) Elia Asset NV/SA

f) Energinet Eltransmission A/S

g) Statnett SF

h) Transmission system operators and other developers and/or operators of HVDC projects; and/or

3. Any special purpose vehicle, incorporated joint venture or contractual joint venture, between any of the parties identified in paragraphs 1 and 2 above.

It should be noted that, whilst National Grid Interconnector Holdings Limited and any of its subsidiaries whether current or future, which hold an interconnector licence, and National Grid Interconnectors Limited, are included within the scope of the Marine Survey Framework agreement, and therefore entitled to call off under it, these entities are not subject to the Utilities Contracts Regulations 2016 or any other relevant procurement regime. These entities' participation in this procurement process and/or the framework agreement does not cause them to be subject to those rules in whole or in part.

Lot No: 3

II.2.1) Title

Marine UXO Consultant

II.2.2) Additional CPV code(s)

73112000

II.2.3) Place of performance

NUTS code:

UK

BE

DK

FR

DE

IS

IE

NL

NO

ES

SE

II.2.4) Description of the procurement

The UXO Consultant shall provide a review of legislation and Best Practice Guidance for Marine UXO in the UK Exclusive Economic Zone. The review should highlight the standards for the planning, design, delivery, operation and maintenance, decommissioning or regulation of projects in the marine environment for UXO risk. The review should focus on abandoned explosive ordnance (such as sea-dumped munitions or abandoned ship or aircraft wrecks), rather than chemical warfare agents.

The review shall provide a review of the known industry techniques (and their effectiveness) for lower noise alternatives to high order detonation of UXOs within the marine environment.

II.2.5) Award criteria

Quality criterion: Technical / Weighting: 40

Cost criterion: Commercial / Weighting: 60

II.2.11) Information about options

Options: Yes

Description of options:

Initial term of 6 years, with optional extension of 2 years (8 years total).

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

National Grid UK Limited will conduct the procurement and enter into the framework agreement with the successfully appointed suppliers for its own benefit and for the benefit of the entities identified below.

National Grid UK Limited or any of the following entities shall be entitled to call off from the framework agreement and enter into contracts resulting from the call off:

1. Any parent undertakings or subsidiary undertakings (each term as defined in section 1162 Companies Act 2006 except that references in that section to "majority" shall be replaced by reference to "25% or more") of National Grid UK Limited and any subsidiary undertakings of any such parent undertakings at the time of the call off including without limitation:

a) National Grid Electricity Transmission Plc

b) National Grid LionLink Limited

c) National Grid Nautilus Limited

d) National Grid Continental Limited

e) National Grid Interconnector Holdings Limited

f) National Grid Interconnectors Limited

g) National Grid North Sea Link Limited-

h) National Grid Viking Link Limited

i) National Grid IFA 2 Limited

j) National Grid NSN Link Limited

k) National Grid Electricity Distribution (South West) plc

2. Any entity that is acting as a project partner with any National Grid call off partner (identified in paragraph 1 above) and which calls off jointly with any such National Grid entity including, without limitation,:

a) Scottish Hydro Electric Transmission Plc

b) TenneT TSO B.V.

c) TenneT TSO GmbH

d) TenneT Offshore GmbH

e) Elia Asset NV/SA

f) Energinet Eltransmission A/S

g) Statnett SF

h) Transmission system operators and other developers and/or operators of HVDC projects; and/or

3. Any special purpose vehicle, incorporated joint venture or contractual joint venture, between any of the parties identified in paragraphs 1 and 2 above.

It should be noted that, whilst National Grid Interconnector Holdings Limited and any of its subsidiaries whether current or future, which hold an interconnector licence, and National Grid Interconnectors Limited, are included within the scope of the Marine Survey Framework agreement, and therefore entitled to call off under it, these entities are not subject to the Utilities Contracts Regulations 2016 or any other relevant procurement regime. These entities' participation in this procurement process and/or the framework agreement does not cause them to be subject to those rules in whole or in part.

Lot No: 4

II.2.1) Title

Weather/Metocean

II.2.2) Additional CPV code(s)

73112000

II.2.3) Place of performance

NUTS code:

UK

BE

DK

FR

DE

IS

IE

NL

NO

ES

SE

II.2.4) Description of the procurement

To better understand project timelines, risks and costs, there is a requirement to understand the environment prior to, during and after the several project stages that make up a successful marine project.

To this end the Client requires the following types of analysis / reports to inform the planning and successful completion of its marine works:

Projects weather forecasts based on climatological data for planning and contractor assessments.

Weather downtime predictions for marine works.

Tidal stream and oceanic current modelling to assist in offshore engineering design.

II.2.5) Award criteria

Quality criterion: Technical / Weighting: 40

Cost criterion: Commercial / Weighting: 60

II.2.11) Information about options

Options: Yes

Description of options:

Initial term of 6 years, with optional extension of 2 years (8 years total).

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

National Grid UK Limited will conduct the procurement and enter into the framework agreement with the successfully appointed suppliers for its own benefit and for the benefit of the entities identified below.

National Grid UK Limited or any of the following entities shall be entitled to call off from the framework agreement and enter into contracts resulting from the call off:

1. Any parent undertakings or subsidiary undertakings (each term as defined in section 1162 Companies Act 2006 except that references in that section to "majority" shall be replaced by reference to "25% or more") of National Grid UK Limited and any subsidiary undertakings of any such parent undertakings at the time of the call off including without limitation:

a) National Grid Electricity Transmission Plc

b) National Grid LionLink Limited

c) National Grid Nautilus Limited

d) National Grid Continental Limited

e) National Grid Interconnector Holdings Limited

f) National Grid Interconnectors Limited

g) National Grid North Sea Link Limited-

h) National Grid Viking Link Limited

i) National Grid IFA 2 Limited

j) National Grid NSN Link Limited

k) National Grid Electricity Distribution (South West) plc

2. Any entity that is acting as a project partner with any National Grid call off partner (identified in paragraph 1 above) and which calls off jointly with any such National Grid entity including, without limitation,:

a) Scottish Hydro Electric Transmission Plc

b) TenneT TSO B.V.

c) TenneT TSO GmbH

d) TenneT Offshore GmbH

e) Elia Asset NV/SA

f) Energinet Eltransmission A/S

g) Statnett SF

h) Transmission system operators and other developers and/or operators of HVDC projects; and/or

3. Any special purpose vehicle, incorporated joint venture or contractual joint venture, between any of the parties identified in paragraphs 1 and 2 above.

It should be noted that, whilst National Grid Interconnector Holdings Limited and any of its subsidiaries whether current or future, which hold an interconnector licence, and National Grid Interconnectors Limited, are included within the scope of the Marine Survey Framework agreement, and therefore entitled to call off under it, these entities are not subject to the Utilities Contracts Regulations 2016 or any other relevant procurement regime. These entities' participation in this procurement process and/or the framework agreement does not cause them to be subject to those rules in whole or in part.

Lot No: 5

II.2.1) Title

HVDC Platform Engineering Services

II.2.2) Additional CPV code(s)

73112000

II.2.3) Place of performance

NUTS code:

UK

BE

DK

FR

DE

IS

IE

NL

NO

ES

SE

II.2.4) Description of the procurement

Support the Client with Platform knowledge and expertise. A range of tasks and responsibilities aimed at ensuring that the project is executed according to the specifications, schedule, and budget. This work will include but not limited to Platform related tasks:

· Technical advisor, subject matter expert for all things 'Platform'.

· Creating, developing, and reviewing Platform technical documentation.

· Performing quality assurance and quality control on all designs, drawings and relevant materials that are produced by others relating to the Platform.

· Providing and managing all necessary markups, feedback, comments, and edits.

· Maintaining and tracking Platform submissions, drawings, applications, etc.

· Design review and management.

· Procurement support.

· Project management support.

· Programme management support.

· Offshore Platform Health, Safety, and Environmental Compliance.

The Technical Consultant (TC) will support the platform feasibility and concept evaluation work to help ensure that the HND solutions are technically viable, and economically and environmentally sustainable.

The results of this SoW will be critical in the decision making for the project. The works will be used in communications with decision makers, management, investors, Ofgem and various stakeholders.

II.2.5) Award criteria

Quality criterion: Technical / Weighting: 40

Cost criterion: Commercial / Weighting: 60

II.2.11) Information about options

Options: Yes

Description of options:

Initial term of 6 years, with optional extension of 2 years (8 years total).

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

National Grid UK Limited will conduct the procurement and enter into the framework agreement with the successfully appointed suppliers for its own benefit and for the benefit of the entities identified below.

National Grid UK Limited or any of the following entities shall be entitled to call off from the framework agreement and enter into contracts resulting from the call off:

1. Any parent undertakings or subsidiary undertakings (each term as defined in section 1162 Companies Act 2006 except that references in that section to "majority" shall be replaced by reference to "25% or more") of National Grid UK Limited and any subsidiary undertakings of any such parent undertakings at the time of the call off including without limitation:

a) National Grid Electricity Transmission Plc

b) National Grid LionLink Limited

c) National Grid Nautilus Limited

d) National Grid Continental Limited

e) National Grid Interconnector Holdings Limited

f) National Grid Interconnectors Limited

g) National Grid North Sea Link Limited-

h) National Grid Viking Link Limited

i) National Grid IFA 2 Limited

j) National Grid NSN Link Limited

k) National Grid Electricity Distribution (South West) plc

2. Any entity that is acting as a project partner with any National Grid call off partner (identified in paragraph 1 above) and which calls off jointly with any such National Grid entity including, without limitation,:

a) Scottish Hydro Electric Transmission Plc

b) TenneT TSO B.V.

c) TenneT TSO GmbH

d) TenneT Offshore GmbH

e) Elia Asset NV/SA

f) Energinet Eltransmission A/S

g) Statnett SF

h) Transmission system operators and other developers and/or operators of HVDC projects; and/or

3. Any special purpose vehicle, incorporated joint venture or contractual joint venture, between any of the parties identified in paragraphs 1 and 2 above.

It should be noted that, whilst National Grid Interconnector Holdings Limited and any of its subsidiaries whether current or future, which hold an interconnector licence, and National Grid Interconnectors Limited, are included within the scope of the Marine Survey Framework agreement, and therefore entitled to call off under it, these entities are not subject to the Utilities Contracts Regulations 2016 or any other relevant procurement regime. These entities' participation in this procurement process and/or the framework agreement does not cause them to be subject to those rules in whole or in part.

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Negotiated with call for competition

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with a single operator.

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2024/S 000-000758

Section V: Award of contract

Lot No: 2 & 5

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

06/09/2025

V.2.2) Information about tenders

Number of tenders received: 38

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

DNV SERVICES UK LIMITED

01503799

London

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 6 500 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 1, 2 & 4

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

14/10/2025

V.2.2) Information about tenders

Number of tenders received: 38

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

ENVIRONMENTAL RESOURCES MANAGEMENT LIMITED

01014622

London

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 39 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 1, 2 & 3

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

05/09/2025

V.2.2) Information about tenders

Number of tenders received: 38

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

HYDROFIX LIMITED

04713320

Helsby

UK

NUTS: UK

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 38 500 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 1 & 4

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

02/09/2025

V.2.2) Information about tenders

Number of tenders received: 38

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

JACOBS U.K. LIMITED

02594504

London

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 37 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 1, 2 & 4

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

02/09/2025

V.2.2) Information about tenders

Number of tenders received: 38

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

METOC LIMITED

01489779

Brentwood

UK

NUTS: UK

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 39 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 1 & 2

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

02/09/2025

V.2.2) Information about tenders

Number of tenders received: 38

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

OFFSHORE WIND CONSULTANTS LIMITED

07861245

London

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 37 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 1, 2, 4 & 5

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

02/09/2025

V.2.2) Information about tenders

Number of tenders received: 38

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

OVE ARUP & PARTNERS LIMITED

01312453

London

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 43 500 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 1 & 2

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

02/09/2025

V.2.2) Information about tenders

Number of tenders received: 38

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

RED PENGUIN ASSOCIATES LTD

06430404

Portsmouth

UK

NUTS: UK

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 37 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 1, 2 & 3

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

02/09/2025

V.2.2) Information about tenders

Number of tenders received: 38

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

XODUS GROUP LIMITED

SC286421

Aberdeen

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 38 500 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 1

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

24/06/2025

V.2.2) Information about tenders

Number of tenders received: 38

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

TGS 4C OFFSHORE LIMITED

06955052

Weybridge

UK

NUTS: UK

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 35 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 3

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

06/09/2025

V.2.2) Information about tenders

Number of tenders received: 38

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

6 ALPHA ASSOCIATES LIMITED

05119798

Rickmansworth

UK

NUTS: UK

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 1 500 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 3

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

02/09/2025

V.2.2) Information about tenders

Number of tenders received: 38

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

TETRA TECH RPS ENERGY LIMITED

01465554

Abingdon

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 1 500 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 4

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

02/09/2025

V.2.2) Information about tenders

Number of tenders received: 38

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

ABP MARINE ENVIRONMENTAL RESEARCH LIMITED

01956748

London

UK

NUTS: UK

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 2 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 5

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

02/09/2025

V.2.2) Information about tenders

Number of tenders received: 38

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

AKER SOLUTIONS LIMITED

04977339

Leeds

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 4 500 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 5

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

07/10/2025

V.2.2) Information about tenders

Number of tenders received: 38

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

MOTT MACDONALD LIMITED

01243967

London

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 4 500 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 5

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

09/09/2025

V.2.2) Information about tenders

Number of tenders received: 38

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

WOOD GROUP UK LIMITED

SC296737

Aberdeen

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 4 500 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.4) Procedures for review

VI.4.1) Review body

High Court

Royal Courts of Justice

London

WC2A 2LL

UK

VI.5) Date of dispatch of this notice

03/12/2025

Coding

Commodity categories

ID Title Parent category
73112000 Marine research services Research services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
luke.williams7@nationalgrid.com
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.