Notice Information
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.
Notice Details
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
Buyer & Supplier
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
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/073627-2025
13th November 2025 - Contract details notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/060151-2025
26th September 2025 - Contract award notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/060129-2025
26th September 2025 - Transparency 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-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"
}
]
}
]
}