Award

FMDG Persistent Oceanographic Data Collect

MINISTRY OF DEFENCE

This public procurement record has 4 releases in its history.

AwardUpdate

16 Apr 2026 at 21:11

Award

29 Mar 2026 at 18:20

Award

03 Feb 2026 at 23:45

Award

22 Dec 2025 at 12:20

Summary of the contracting process

The Ministry of Defence has engaged Teledyne Instruments Inc., operating as Teledyne Webb Research, for a two-year procurement process involving the supply of up to 15 oceanographic gliders and associated systems. This contract, entitled "FMDG Persistent Oceanographic Data Collect," has been awarded due to Teledyne's unique capabilities as the original manufacturer and its integration with the Royal Navy's existing glider fleet. The procurement, governed under the Defence and Security regime, is taking place in Portsmouth, United Kingdom, with contracts being executed from 16 March 2026 to 31 March 2028. Direct award procurement was executed because it ensures compatibility and avoids technical difficulties. The contract's value can escalate from £8,000,000 to £12,000,000 if additional items or support are needed.

This tender provides significant opportunities for businesses adept at supplying advanced maritime technologies, particularly concerning specialised navigation and data collection systems. Companies with expertise in oceanographic equipment that prioritise interoperability, security compliance, and seamless integration with defence systems would particularly benefit from similar opportunities in defence procurement. The involvement of an SME like Teledyne Webb Research exemplifies the space for innovative smaller enterprises to thrive within the defence sector, demonstrating the strategic advantage gained from specialised technical competencies and proprietary designs. Such partnerships allow for enhancing business stature by ensuring a pivotal role in securing technological advantages for military applications.

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

Notice Title

FMDG Persistent Oceanographic Data Collect

Notice Description

The Royal Navy intends to award a 2-year contract to Teledyne Instruments Inc. d/b/a Teledyne Webb Research for up to 15 gliders and supporting systems.

Procurement Information

The Royal Navy intends to award a 2-year contract to Teledyne Instruments Inc. d/b/a Teledyne Webb Research for up to 15 gliders and supporting systems. This approach is lawful under Schedule 5, paragraphs 6 and 7 of the Procurement Act 2023, as competition is absent for technical reasons and a change in supplier would result in incompatibility and disproportionate technical difficulties. Compatibility Context: Teledyne is the original equipment manufacturer and sole holder of proprietary design and integration protocols for the Royal Navy's existing glider fleet (nine Teledyne Slocum Gliders). These gliders are integrated into MOD's underwater battlespace architecture, including command-and-control systems and secure data exchange with strategic partners. Disproportionate Technical Difficulties: * Interoperability: Alternative gliders may fail to meet NATO-standard interoperability and encryption requirements, creating vulnerabilities in classified mission data exchange. * Safety Risks. Currently only Teledyne Gliders have a safety Case for Royal Navy Operations. New gliders will require new safety policy and permissions. * Operational Delays: Integration with existing systems would require extensive re-engineering and validation, delaying capability potentially up to 12-18 months. * Cost Impact: Additional costs for bespoke middleware, retraining, support, and duplicating spares inventory would exceed the contract value. Note: RN has a funded two year sole Teledyne Glider Support Contract. A different glider contract will require additional funds for support and interoperability provision. Not scoped currently. * Mission Continuity: Introducing a second platform would double logistic complexity and increase failure points during deployments. These difficulties are disproportionate because they would compromise safety, delay delivery, and impose costs far beyond the contract value, with no operational benefit. Teledyne remains the only supplier able to guarantee seamless interoperability, security compliance, and mission readiness into the Current RN Glider Fleet.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05fb72
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/034922-2026
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
UK7 - Contract Details Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Direct
Procurement Method Details
Direct award
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

34 - Transport equipment and auxiliary products to transportation


CPV Codes

34721000 - Gliders

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
£10,000,000 £10M-£100M
Contracts Value
£10,000,000 £10M-£100M

Notice Dates

Publication Date
16 Apr 20261 weeks ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
22 Dec 20254 months ago
Contract Period
16 Mar 2026 - 31 Mar 2028 2-3 years
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
MINISTRY OF DEFENCE
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

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
1
Supplier Name

TELEDYNE WEBB RESEARCH, A BUSINESS UNIT OF TELEDYNE INSTRUMENTS

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-05fb72-2026-04-16T22:11:46+01:00",
    "date": "2026-04-16T22:11:46+01:00",
    "ocid": "ocds-h6vhtk-05fb72",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PHVX-4316-ZVGZ",
            "name": "Ministry of Defence",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PHVX-4316-ZVGZ"
            },
            "address": {
                "streetAddress": "Navy Commercial, NCHQ, Whale Island",
                "locality": "Portsmouth",
                "postalCode": "PO2 8BY",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKJ31"
            },
            "contactPoint": {
                "email": "lee.culshaw100@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/ministry-of-defence",
                "classifications": [
                    {
                        "id": "publicAuthorityCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - central government"
                    }
                ]
            }
        },
        {
            "id": "GB-PPON-PVLD-7113-RTZD",
            "name": "Teledyne Webb Research, a Business Unit of Teledyne Instruments, Inc",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PVLD-7113-RTZD"
            },
            "address": {
                "streetAddress": "49 Edgerton Drive",
                "locality": "North Falmouth",
                "postalCode": "MA 02556",
                "country": "US",
                "countryName": "United States",
                "region": "US"
            },
            "contactPoint": {
                "email": "arnar.steingrimsson@teledyne.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PHVX-4316-ZVGZ",
        "name": "Ministry of Defence"
    },
    "tender": {
        "id": "715738451",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "FMDG Persistent Oceanographic Data Collect",
        "description": "The Royal Navy intends to award a 2-year contract to Teledyne Instruments Inc. d/b/a Teledyne Webb Research for up to 15 gliders and supporting systems.",
        "status": "complete",
        "procurementMethod": "direct",
        "procurementMethodDetails": "Direct award",
        "procurementMethodRationale": "The Royal Navy intends to award a 2-year contract to Teledyne Instruments Inc. d/b/a Teledyne Webb Research for up to 15 gliders and supporting systems. This approach is lawful under Schedule 5, paragraphs 6 and 7 of the Procurement Act 2023, as competition is absent for technical reasons and a change in supplier would result in incompatibility and disproportionate technical difficulties. Compatibility Context: Teledyne is the original equipment manufacturer and sole holder of proprietary design and integration protocols for the Royal Navy's existing glider fleet (nine Teledyne Slocum Gliders). These gliders are integrated into MOD's underwater battlespace architecture, including command-and-control systems and secure data exchange with strategic partners. Disproportionate Technical Difficulties: * Interoperability: Alternative gliders may fail to meet NATO-standard interoperability and encryption requirements, creating vulnerabilities in classified mission data exchange. * Safety Risks. Currently only Teledyne Gliders have a safety Case for Royal Navy Operations. New gliders will require new safety policy and permissions. * Operational Delays: Integration with existing systems would require extensive re-engineering and validation, delaying capability potentially up to 12-18 months. * Cost Impact: Additional costs for bespoke middleware, retraining, support, and duplicating spares inventory would exceed the contract value. Note: RN has a funded two year sole Teledyne Glider Support Contract. A different glider contract will require additional funds for support and interoperability provision. Not scoped currently. * Mission Continuity: Introducing a second platform would double logistic complexity and increase failure points during deployments. These difficulties are disproportionate because they would compromise safety, delay delivery, and impose costs far beyond the contract value, with no operational benefit. Teledyne remains the only supplier able to guarantee seamless interoperability, security compliance, and mission readiness into the Current RN Glider Fleet.",
        "procurementMethodRationaleClassifications": [
            {
                "id": "singleSuppliersTechnicalReasons"
            },
            {
                "id": "additionalRepeatFurtherFollowingCompetitiveProcedure"
            }
        ],
        "specialRegime": [
            "defenceSecurity"
        ],
        "lots": [
            {
                "id": "1",
                "status": "complete"
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            }
        ]
    },
    "awards": [
        {
            "id": "1",
            "status": "active",
            "value": {
                "amountGross": 12000000,
                "amount": 10000000,
                "currency": "GBP"
            },
            "mainProcurementCategory": "goods",
            "aboveThreshold": true,
            "suppliers": [
                {
                    "id": "GB-PPON-PVLD-7113-RTZD",
                    "name": "Teledyne Webb Research, a Business Unit of Teledyne Instruments, Inc"
                }
            ],
            "items": [
                {
                    "id": "1",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "34721000",
                            "description": "Gliders"
                        }
                    ],
                    "deliveryAddresses": [
                        {
                            "region": "UK",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        },
                        {
                            "region": "UK",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        },
                        {
                            "region": "UK",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        },
                        {
                            "region": "UK",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        }
                    ],
                    "relatedLot": "1"
                }
            ],
            "contractPeriod": {
                "startDate": "2026-03-01T00:00:00+00:00",
                "endDate": "2028-03-31T23:59:59+01:00",
                "maxExtentDate": "2030-03-31T23:59:59+01:00"
            },
            "relatedLots": [
                "1"
            ],
            "documents": [
                {
                    "id": "085354-2025",
                    "documentType": "awardNotice",
                    "noticeType": "UK5",
                    "description": "Transparency notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/085354-2025",
                    "datePublished": "2025-12-22T12:20:06Z",
                    "format": "text/html"
                },
                {
                    "id": "009716-2026",
                    "documentType": "awardNotice",
                    "noticeType": "UK6",
                    "description": "Contract award notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/009716-2026",
                    "datePublished": "2026-02-03T23:45:11Z",
                    "format": "text/html"
                }
            ],
            "milestones": [
                {
                    "id": "1",
                    "type": "futureSignatureDate",
                    "dueDate": "2026-02-28T23:59:59+00:00",
                    "status": "scheduled"
                }
            ],
            "date": "2026-02-03T00:00:00+00:00",
            "standstillPeriod": {
                "endDate": "2026-02-12T23:59:59+00:00"
            },
            "hasRenewal": true,
            "renewal": {
                "description": "Contract can be extended if additional items and/or support is purchased prior to 31/03/28 and requires and warranty period."
            },
            "hasOptions": true,
            "options": {
                "description": "Contract is for an initial value of PS6,666,666 (excluding VAT)/PS8,000,000 (including VAT) with option to increaase value to PS10,000,000 (excluding VAT)/PS12,000,000 (including VAT) to purchase additional equipment and/or support."
            }
        }
    ],
    "language": "en",
    "contracts": [
        {
            "id": "1",
            "awardID": "1",
            "title": "FMDG Persistent Oceanographic Data Collect",
            "status": "active",
            "period": {
                "startDate": "2026-03-16T00:00:00+00:00",
                "endDate": "2028-03-31T23:59:59+01:00"
            },
            "hasOptions": true,
            "options": {
                "description": "Contract is for an initial value of PS6,666,666 (excluding VAT)/PS8,000,000 (including VAT) with option to increaase value to PS10,000,000 (excluding VAT)/PS12,000,000 (including VAT) to purchase additional equipment and/or support."
            },
            "value": {
                "amountGross": 12000000,
                "amount": 10000000,
                "currency": "GBP"
            },
            "aboveThreshold": true,
            "dateSigned": "2026-03-16T00:00:00+00:00",
            "documents": [
                {
                    "id": "A-14122",
                    "documentType": "contractSigned",
                    "description": "Contract For Transparency",
                    "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-14122",
                    "format": "application/pdf"
                },
                {
                    "id": "028810-2026",
                    "documentType": "contractNotice",
                    "noticeType": "UK7",
                    "description": "Contract details notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/028810-2026",
                    "datePublished": "2026-03-29T19:20:02+01:00",
                    "format": "text/html"
                },
                {
                    "id": "034922-2026",
                    "documentType": "contractNotice",
                    "noticeType": "UK7",
                    "description": "Contract details notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/034922-2026",
                    "datePublished": "2026-04-16T22:11:46+01:00",
                    "format": "text/html"
                }
            ],
            "agreedMetrics": [
                {
                    "id": "1",
                    "title": "Delivery of equipment within agreed timescales",
                    "description": "Number of days delivered after agreed date",
                    "observations": [
                        {
                            "id": "frequency",
                            "period": {
                                "durationInMonths": 1
                            }
                        }
                    ]
                },
                {
                    "id": "2",
                    "title": "Equipment functional on delivery",
                    "description": "Number of items which are not fully functional on delivery",
                    "observations": [
                        {
                            "id": "frequency",
                            "period": {
                                "durationInMonths": 1
                            }
                        }
                    ]
                },
                {
                    "id": "3",
                    "title": "Support provided when required",
                    "description": "Number of instances of required support not being provided",
                    "observations": [
                        {
                            "id": "frequency",
                            "period": {
                                "durationInMonths": 3
                            }
                        }
                    ]
                }
            ],
            "amendments": [
                {
                    "id": "034922-2026",
                    "description": "Correction to maximum contract value which had an incorrect entry on original version of the notice."
                }
            ]
        }
    ]
}