Award

HECLA 5

MINISTRY OF DEFENCE

This public procurement record has 3 releases in its history.

Award

13 Nov 2025 at 15:17

Award

26 Sep 2025 at 12:17

Award

26 Sep 2025 at 11:54

Summary of the contracting process

The UK Ministry of Defence, specifically the Royal Navy, has awarded a contract titled "HECLA 5" for a value of £3,500,000. This contract involves the in-service support solution and trials in support of operations, particularly for services related to repair and maintenance. The procurement process is regulated under the Procurement Act 2023, allowing for a direct award to Teledyne Instruments Inc, located in North Falmouth, United States, due to their established expertise and interoperability with the Ministry's existing systems. The procurement method is a direct award, justified by technical reasons, including the need for compatibility with the existing Slocum glider fleet. The contract period began on 10th November 2025 and is initially set to run until 31st March 2026, with possible extensions up to 31st March 2029.

This contract presents significant opportunities for entities within the defence and security maintenance industry, particularly those capable of providing specialised repair and maintenance services for high-tech marine and defence equipment. The contract's focus on interoperability and the integration of data flow systems implies that businesses with technical expertise in these areas could find opportunities for collaboration and sub-contracting. Given the specific technical requirements and the need for integrated systems, larger businesses or those with existing defence sector experience would be more suited to participate in this procurement opportunity.

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

HECLA 5

Notice Description

The Royal Navy, part of the UK Ministry of Defence, intends to award a 2 + 2 year contract with a value of PS3,500,000 to Teledyne for the IN-SERVICE SUPPORT SOLUTION AND TRIALS IN SUPPORT OF OPERATIONS (HECLA 5). As a covered procurement, this procurement falls to be regulated under the provisions of the Procurement Act 2023. In the circumstances, the authority may award this public contract directly in accordance with section 41 of the Procurement Act 2023. The applicable direct award justification is that set out in paragraph 7 of Schedule 5 of the Act. This justification applies because the HECLA contract concerns the supply of services by the existing supplier which are intended as an extension to existing services in circumstances where: a change in supplier would result in the contracting authority receiving services that are different from, or incompatible with, the existing services. Namely, a different supplier would lack Teledynes (i) deeply embedded operational expertise and established relationships with strategic partners, and (ii) critical interoperability with strategic partners. And the difference or incompatibility would result in disproportionate technical difficulties in operation and/or maintenance. In particular, the difference in service provided by a different supplier would result in: Incompatibility with existing systems: alternative suppliers would not have access to the proprietary design and technical information required to ensure seamless integration with the existing Slocum glider fleet and associated systems, leading to operational inefficiencies and reduced system performance Disruption to Data Flow: The integration of data from Gliders, profiling floats, and subsequent processing within the MoD's systems would be disrupted, compromising the ability to collect and utilise critical oceanographic data in real time. Loss of Interoperability: The inability to meet interoperability requirements with strategic partners would hinder joint operations and data-sharing capabilities, reducing the effectiveness of collaborative missions. As a result, the services provided by any alternative supplier would be incompatible with the existing Slocum glider fleet and associated systems, leading to disproportionate technical difficulties in operation, maintenance, and mission assurance. Teledyne's unique position as the OEM ensures that the services provided are fully aligned with the MoD's operational requirements, safeguarding the effectiveness and reliability of this critical capability.

Procurement Information

The Royal Navy, part of the UK Ministry of Defence, intends to award a 2 + 2 year contract with a value of PS3,500,000 to Teledyne for the IN-SERVICE SUPPORT SOLUTION AND TRIALS IN SUPPORT OF OPERATIONS (HECLA 5). As a covered procurement, this procurement falls to be regulated under the provisions of the Procurement Act 2023. In the circumstances, the authority may award this public contract directly in accordance with section 41 of the Procurement Act 2023. The applicable direct award justification is that set out in paragraph 7 of Schedule 5 of the Act. This justification applies because the HECLA contract concerns the supply of services by the existing supplier which are intended as an extension to existing services in circumstances where: a change in supplier would result in the contracting authority receiving services that are different from, or incompatible with, the existing services. Namely, a different supplier would lack Teledynes (i) deeply embedded operational expertise and established relationships with strategic partners, and (ii) critical interoperability with strategic partners. And the difference or incompatibility would result in disproportionate technical difficulties in operation and/or maintenance. In particular, the difference in service provided by a different supplier would result in: Incompatibility with existing systems: alternative suppliers would not have access to the proprietary design and technical information required to ensure seamless integration with the existing Slocum glider fleet and associated systems, leading to operational inefficiencies and reduced system performance Disruption to Data Flow: The integration of data from Gliders, profiling floats, and subsequent processing within the MoD's systems would be disrupted, compromising the ability to collect and utilise critical oceanographic data in real time. Loss of Interoperability: The inability to meet interoperability requirements with strategic partners would hinder joint operations and data-sharing capabilities, reducing the effectiveness of collaborative missions. As a result, the services provided by any alternative supplier would be incompatible with the existing Slocum glider fleet and associated systems, leading to disproportionate technical difficulties in operation, maintenance, and mission assurance. Teledyne's unique position as the OEM ensures that the services provided are fully aligned with the MoD's operational requirements, safeguarding the effectiveness and reliability of this critical capability.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05a32c
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/073627-2025
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
UK7 - Contract Details 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


CPV Codes

50000000 - Repair and maintenance services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
£3,500,000 £1M-£10M
Contracts Value
£3,500,000 £1M-£10M

Notice Dates

Publication Date
13 Nov 20253 months ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
23 Sep 20255 months ago
Contract Period
10 Nov 2025 - 31 Mar 2026 1-6 months
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Active, Pending
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
MINISTRY OF DEFENCE
Contact Name
Not specified
Contact Email
eleanor.rust100@mod.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
PORTSMOUTH
Postcode
PO2 8BY
Post Town
Portsmouth
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ3 Hampshire and Isle of Wight
Small Region (ITL 3)
TLJ31 Portsmouth
Delivery Location
Not specified

Local Authority
Portsmouth
Electoral Ward
Nelson
Westminster Constituency
Portsmouth North

Supplier Information

Number of Suppliers
2
Supplier Names

TELEDYNE INSTRUMENTS INC D/B/A TELEDYNE WEBB RESEARCH

TELEDYNE INSTRUMENTS INC, D/B/A TELEDYNE WEB RESEARCH

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-05a32c-2025-11-13T15:17:45Z",
    "date": "2025-11-13T15:17:45Z",
    "ocid": "ocds-h6vhtk-05a32c",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PHVX-4316-ZVGZ",
            "name": "Ministry of Defence",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PHVX-4316-ZVGZ"
            },
            "address": {
                "streetAddress": "Leech Building, Whale Island",
                "locality": "Portsmouth",
                "postalCode": "PO2 8BY",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKJ31"
            },
            "contactPoint": {
                "email": "eleanor.rust100@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/ministry-of-defence",
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthorityCentralGovernment",
                        "description": "Public authority - central government"
                    }
                ]
            }
        },
        {
            "id": "GB-PPON-PVLD-7113-RTZD",
            "name": "Teledyne Instruments Inc, D/B/A Teledyne Web Research",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PVLD-7113-RTZD"
            },
            "address": {
                "streetAddress": "49 Edgerton Drive",
                "locality": "North Falmouth",
                "postalCode": "02556",
                "country": "US",
                "countryName": "United States",
                "region": "US"
            },
            "contactPoint": {
                "email": "webbresearch@teledyne.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PHVX-4316-ZVGZ",
        "name": "Ministry of Defence"
    },
    "tender": {
        "id": "715612478",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "HECLA 5",
        "description": "The Royal Navy, part of the UK Ministry of Defence, intends to award a 2 + 2 year contract with a value of PS3,500,000 to Teledyne for the IN-SERVICE SUPPORT SOLUTION AND TRIALS IN SUPPORT OF OPERATIONS (HECLA 5). As a covered procurement, this procurement falls to be regulated under the provisions of the Procurement Act 2023. In the circumstances, the authority may award this public contract directly in accordance with section 41 of the Procurement Act 2023. The applicable direct award justification is that set out in paragraph 7 of Schedule 5 of the Act. This justification applies because the HECLA contract concerns the supply of services by the existing supplier which are intended as an extension to existing services in circumstances where: a change in supplier would result in the contracting authority receiving services that are different from, or incompatible with, the existing services. Namely, a different supplier would lack Teledynes (i) deeply embedded operational expertise and established relationships with strategic partners, and (ii) critical interoperability with strategic partners. And the difference or incompatibility would result in disproportionate technical difficulties in operation and/or maintenance. In particular, the difference in service provided by a different supplier would result in: Incompatibility with existing systems: alternative suppliers would not have access to the proprietary design and technical information required to ensure seamless integration with the existing Slocum glider fleet and associated systems, leading to operational inefficiencies and reduced system performance Disruption to Data Flow: The integration of data from Gliders, profiling floats, and subsequent processing within the MoD's systems would be disrupted, compromising the ability to collect and utilise critical oceanographic data in real time. Loss of Interoperability: The inability to meet interoperability requirements with strategic partners would hinder joint operations and data-sharing capabilities, reducing the effectiveness of collaborative missions. As a result, the services provided by any alternative supplier would be incompatible with the existing Slocum glider fleet and associated systems, leading to disproportionate technical difficulties in operation, maintenance, and mission assurance. Teledyne's unique position as the OEM ensures that the services provided are fully aligned with the MoD's operational requirements, safeguarding the effectiveness and reliability of this critical capability.",
        "status": "complete",
        "procurementMethod": "direct",
        "procurementMethodDetails": "Direct award",
        "procurementMethodRationale": "The Royal Navy, part of the UK Ministry of Defence, intends to award a 2 + 2 year contract with a value of PS3,500,000 to Teledyne for the IN-SERVICE SUPPORT SOLUTION AND TRIALS IN SUPPORT OF OPERATIONS (HECLA 5). As a covered procurement, this procurement falls to be regulated under the provisions of the Procurement Act 2023. In the circumstances, the authority may award this public contract directly in accordance with section 41 of the Procurement Act 2023. The applicable direct award justification is that set out in paragraph 7 of Schedule 5 of the Act. This justification applies because the HECLA contract concerns the supply of services by the existing supplier which are intended as an extension to existing services in circumstances where: a change in supplier would result in the contracting authority receiving services that are different from, or incompatible with, the existing services. Namely, a different supplier would lack Teledynes (i) deeply embedded operational expertise and established relationships with strategic partners, and (ii) critical interoperability with strategic partners. And the difference or incompatibility would result in disproportionate technical difficulties in operation and/or maintenance. In particular, the difference in service provided by a different supplier would result in: Incompatibility with existing systems: alternative suppliers would not have access to the proprietary design and technical information required to ensure seamless integration with the existing Slocum glider fleet and associated systems, leading to operational inefficiencies and reduced system performance Disruption to Data Flow: The integration of data from Gliders, profiling floats, and subsequent processing within the MoD's systems would be disrupted, compromising the ability to collect and utilise critical oceanographic data in real time. Loss of Interoperability: The inability to meet interoperability requirements with strategic partners would hinder joint operations and data-sharing capabilities, reducing the effectiveness of collaborative missions. As a result, the services provided by any alternative supplier would be incompatible with the existing Slocum glider fleet and associated systems, leading to disproportionate technical difficulties in operation, maintenance, and mission assurance. Teledyne's unique position as the OEM ensures that the services provided are fully aligned with the MoD's operational requirements, safeguarding the effectiveness and reliability of this critical capability.",
        "specialRegime": [
            "defenceSecurity"
        ],
        "lots": [
            {
                "id": "1",
                "status": "complete"
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            }
        ],
        "procurementMethodRationaleClassifications": [
            {
                "id": "singleSuppliersTechnicalReasons"
            }
        ]
    },
    "awards": [
        {
            "id": "1",
            "title": "HECLA 5",
            "status": "pending",
            "value": {
                "amountGross": 4200000,
                "amount": 3500000,
                "currency": "GBP"
            },
            "mainProcurementCategory": "services",
            "aboveThreshold": true,
            "suppliers": [
                {
                    "id": "GB-PPON-PVLD-7113-RTZD",
                    "name": "Teledyne Instruments Inc d/b/a Teledyne Webb Research"
                }
            ],
            "items": [
                {
                    "id": "1",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "50000000",
                            "description": "Repair and maintenance services"
                        }
                    ],
                    "relatedLot": "1"
                }
            ],
            "contractPeriod": {
                "startDate": "2025-10-08T00:00:00+01:00",
                "endDate": "2027-10-08T23:59:59+01:00",
                "maxExtentDate": "2029-10-08T23:59:59+01:00"
            },
            "hasRenewal": true,
            "renewal": {
                "description": "The contract will include the option to extend by up to two years after the initial end date of 8th October 2027, giving a maximum duration up to 8th October 2027. The contract is set at an initial value of PS 958,000 ex VAT (PS1,149,600 inc VAT) with the option to increase this to a total value of PS3,500,000) ex VAT (PS4,200,000 inc VAT) to allow for the purchase of additional goods/services as detailed in the contract."
            },
            "hasOptions": true,
            "options": {
                "description": "The contract will include the option to extend by up to two years after the initial end date of 8th October 2027, giving a maximum duration up to 8th October 2027. The contract is set at an initial value of PS 958,000 ex VAT (PS1,149,600 inc VAT) with the option to increase this to a total value of PS3,500,000) ex VAT (PS4,200,000 inc VAT) to allow for the purchase of additional goods/services as detailed in the contract."
            },
            "relatedLots": [
                "1"
            ],
            "documents": [
                {
                    "id": "060129-2025",
                    "documentType": "awardNotice",
                    "noticeType": "UK5",
                    "description": "Transparency notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/060129-2025",
                    "datePublished": "2025-09-26T12:54:59+01:00",
                    "format": "text/html"
                },
                {
                    "id": "060151-2025",
                    "documentType": "awardNotice",
                    "noticeType": "UK6",
                    "description": "Contract award notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/060151-2025",
                    "datePublished": "2025-09-26T13:17:17+01:00",
                    "format": "text/html"
                }
            ],
            "milestones": [
                {
                    "id": "1",
                    "type": "futureSignatureDate",
                    "dueDate": "2025-10-08T23:59:59+01:00",
                    "status": "scheduled"
                }
            ],
            "date": "2025-09-24T00:00:00+01:00",
            "standstillPeriod": {
                "endDate": "2025-10-07T23:59:59+01:00"
            }
        },
        {
            "id": "2",
            "status": "active",
            "mainProcurementCategory": "services",
            "suppliers": [
                {
                    "id": "GB-PPON-PVLD-7113-RTZD",
                    "name": "Teledyne Instruments Inc, D/B/A Teledyne Web Research"
                }
            ],
            "items": [
                {
                    "id": "1",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "50000000",
                            "description": "Repair and maintenance services"
                        }
                    ],
                    "deliveryAddresses": [
                        {
                            "region": "UKJ31",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        }
                    ],
                    "relatedLot": "1"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "language": "en",
    "contracts": [
        {
            "id": "2",
            "awardID": "2",
            "status": "active",
            "period": {
                "startDate": "2025-11-10T00:00:00+00:00",
                "endDate": "2026-03-31T23:59:59+01:00",
                "maxExtentDate": "2029-03-31T23:59:59+01:00"
            },
            "hasRenewal": true,
            "renewal": {
                "description": "The contract will include the option to extend by up to three years after the initial end date of 31 March 2026, giving a maximum duration up to 31 March 2029. The contract is set at an initial value of PS958,333.34 ex VAT (PS1,150,000 inc VAT) with the option to increase this to a total value of PS3,500,000 ex VAT (PS4,200,000 inc VAT) to allow for the purchase of additional goods/services as detailed in the contract."
            },
            "hasOptions": true,
            "options": {
                "description": "The contract will include the option to extend by up to three years after the initial end date of 31 March 2026, giving a maximum duration up to 31 March 2029. The contract is set at an initial value of PS958,333.34 ex VAT (PS1,150,000 inc VAT) with the option to increase this to a total value of PS3,500,000 ex VAT (PS4,200,000 inc VAT) to allow for the purchase of additional goods/services as detailed in the contract."
            },
            "value": {
                "amountGross": 4200000,
                "amount": 3500000,
                "currency": "GBP"
            },
            "aboveThreshold": true,
            "dateSigned": "2025-11-07T00:00:00+00:00",
            "noAgreedMetricsRationale": "Below KPI threshold",
            "documents": [
                {
                    "id": "073627-2025",
                    "documentType": "contractNotice",
                    "noticeType": "UK7",
                    "description": "Contract details notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/073627-2025",
                    "datePublished": "2025-11-13T15:17:45Z",
                    "format": "text/html"
                }
            ]
        }
    ]
}