← Back to opportunities

HECLA 5

Ministry of Defence

Buyer Contact Info

Buyer Name: Ministry of Defence

Buyer Address: Leech Building, Whale Island, Portsmouth, UKJ31, PO2 8BY, United Kingdom

Contact Email: eleanor.rust100@mod.gov.uk

Status
complete
Procedure
direct
Value
3500000.0 GBP
Published
13 Nov 2025, 15:17
Deadline
n/a
Contract Start
10 Nov 2025, 00:00
Contract End
31 Mar 2026, 22:59
Category
n/a
CPV
50000000 - Repair and maintenance services
Region
n/a
Awarded To
Teledyne Instruments Inc, D/B/A Teledyne Web Research
Official Source
Open Find a Tender

Description

The Royal Navy, part of the UK Ministry of Defence, intends to award a 2 + 2 year contract with a value of £3,500,000 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.

Linked Documents

No linked documents found for this notice.

Opportunity Context

Lots

Lot 1 Status: complete

Documents

Document Description: Not published

Raw Notice JSON

Expand raw payload
{
  "awards": [
    {
      "id": "2",
      "items": [
        {
          "additionalClassifications": [
            {
              "description": "Repair and maintenance services",
              "id": "50000000",
              "scheme": "CPV"
            }
          ],
          "deliveryAddresses": [
            {
              "country": "GB",
              "countryName": "United Kingdom",
              "region": "UKJ31"
            }
          ],
          "id": "1",
          "relatedLot": "1"
        }
      ],
      "mainProcurementCategory": "services",
      "relatedLots": [
        "1"
      ],
      "status": "active",
      "suppliers": [
        {
          "id": "GB-PPON-PVLD-7113-RTZD",
          "name": "Teledyne Instruments Inc, D/B/A Teledyne Web Research"
        }
      ]
    }
  ],
  "buyer": {
    "id": "GB-PPON-PHVX-4316-ZVGZ",
    "name": "Ministry of Defence"
  },
  "contracts": [
    {
      "aboveThreshold": true,
      "awardID": "2",
      "dateSigned": "2025-11-07T00:00:00+00:00",
      "documents": [
        {
          "datePublished": "2025-11-13T15:17:45Z",
          "description": "Contract details notice on Find a Tender",
          "documentType": "contractNotice",
          "format": "text/html",
          "id": "073627-2025",
          "noticeType": "UK7",
          "url": "https://www.find-tender.service.gov.uk/Notice/073627-2025"
        }
      ],
      "hasOptions": true,
      "hasRenewal": true,
      "id": "2",
      "noAgreedMetricsRationale": "Below KPI threshold",
      "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 \u00a3958,333.34 ex VAT (\u00a31,150,000 inc VAT) with the option to increase this to a total value of \u00a33,500,000 ex VAT (\u00a34,200,000 inc VAT) to allow for the purchase of additional goods/services as detailed in the contract."
      },
      "period": {
        "endDate": "2026-03-31T23:59:59+01:00",
        "maxExtentDate": "2029-03-31T23:59:59+01:00",
        "startDate": "2025-11-10T00:00:00+00:00"
      },
      "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 \u00a3958,333.34 ex VAT (\u00a31,150,000 inc VAT) with the option to increase this to a total value of \u00a33,500,000 ex VAT (\u00a34,200,000 inc VAT) to allow for the purchase of additional goods/services as detailed in the contract."
      },
      "status": "active",
      "value": {
        "amount": 3500000,
        "amountGross": 4200000,
        "currency": "GBP"
      }
    }
  ],
  "date": "2025-11-13T15:17:45Z",
  "id": "073627-2025",
  "initiationType": "tender",
  "language": "en",
  "ocid": "ocds-h6vhtk-05a32c",
  "parties": [
    {
      "address": {
        "country": "GB",
        "countryName": "United Kingdom",
        "locality": "Portsmouth",
        "postalCode": "PO2 8BY",
        "region": "UKJ31",
        "streetAddress": "Leech Building, Whale Island"
      },
      "contactPoint": {
        "email": "eleanor.rust100@mod.gov.uk"
      },
      "details": {
        "classifications": [
          {
            "description": "Public authority - central government",
            "id": "publicAuthorityCentralGovernment",
            "scheme": "UK_CA_TYPE"
          }
        ],
        "url": "https://www.gov.uk/government/organisations/ministry-of-defence"
      },
      "id": "GB-PPON-PHVX-4316-ZVGZ",
      "identifier": {
        "id": "PHVX-4316-ZVGZ",
        "scheme": "GB-PPON"
      },
      "name": "Ministry of Defence",
      "roles": [
        "buyer"
      ]
    },
    {
      "address": {
        "country": "US",
        "countryName": "United States",
        "locality": "North Falmouth",
        "postalCode": "02556",
        "region": "US",
        "streetAddress": "49 Edgerton Drive"
      },
      "contactPoint": {
        "email": "webbresearch@teledyne.com"
      },
      "details": {
        "publicServiceMissionOrganization": false,
        "scale": "large",
        "shelteredWorkshop": false,
        "vcse": false
      },
      "id": "GB-PPON-PVLD-7113-RTZD",
      "identifier": {
        "id": "PVLD-7113-RTZD",
        "scheme": "GB-PPON"
      },
      "name": "Teledyne Instruments Inc, D/B/A Teledyne Web Research",
      "roles": [
        "supplier"
      ]
    }
  ],
  "tag": [
    "award",
    "contract"
  ],
  "tender": {
    "description": "The Royal Navy, part of the UK Ministry of Defence, intends to award a 2 + 2 year contract with a value of \u00a33,500,000 to Teledyne for the IN-SERVICE SUPPORT SOLUTION AND TRIALS IN SUPPORT OF OPERATIONS (HECLA 5).\nAs a covered procurement, this procurement falls to be regulated under the provisions of the Procurement Act 2023.\nIn 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.\nThis 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:\na 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.  \nAnd\nthe 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:\nIncompatibility 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\nDisruption to Data Flow: The integration of data from Gliders, profiling floats, and subsequent processing within the MoD\u2019s systems would be disrupted, compromising the ability to collect and utilise critical oceanographic data in real time.\nLoss 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.\nAs 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\u2019s unique position as the OEM ensures that the services provided are fully aligned with the MoD\u2019s operational requirements, safeguarding the effectiveness and reliability of this critical capability.",
    "documents": [
      {
        "description": "Not published",
        "documentType": "conflictOfInterest",
        "id": "conflictOfInterest"
      }
    ],
    "id": "715612478",
    "legalBasis": {
      "id": "2023/54",
      "scheme": "UKPGA",
      "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
    },
    "lots": [
      {
        "id": "1",
        "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 \u00a33,500,000 to Teledyne for the IN-SERVICE SUPPORT SOLUTION AND TRIALS IN SUPPORT OF OPERATIONS (HECLA 5).\nAs a covered procurement, this procurement falls to be regulated under the provisions of the Procurement Act 2023.\nIn 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.\nThis 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:\na 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.  \nAnd\nthe 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:\nIncompatibility 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\nDisruption to Data Flow: The integration of data from Gliders, profiling floats, and subsequent processing within the MoD\u2019s systems would be disrupted, compromising the ability to collect and utilise critical oceanographic data in real time.\nLoss 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.\nAs 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\u2019s unique position as the OEM ensures that the services provided are fully aligned with the MoD\u2019s operational requirements, safeguarding the effectiveness and reliability of this critical capability.",
    "procurementMethodRationaleClassifications": [
      {
        "id": "singleSuppliersTechnicalReasons"
      }
    ],
    "status": "complete",
    "title": "HECLA 5"
  }
}