Award

HECLA 5

  • Ministry of Defence

UK5: Transparency notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-060129

Procurement identifier (OCID): ocds-h6vhtk-05a32c (view related notices)

Published 26 September 2025, 12:54pm



Scope

Reference

715612478

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.


Contract 1. HECLA 5

Supplier

Contract value

  • £3,500,000 excluding VAT
  • £4,200,000 including VAT

Above the relevant threshold

Earliest date the contract will be signed

8 October 2025

Contract dates (estimated)

  • 8 October 2025 to 8 October 2027
  • Possible extension to 8 October 2029
  • 4 years, 1 day

Description of possible extension:

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 £ 958,000 ex VAT (£1,149,600 inc VAT) with the option to increase this to a total value of £3,500,000) ex VAT (£4,200,000 inc VAT) to allow for the purchase of additional goods/services as detailed in the contract.

Main procurement category

Services

Options

The right to additional purchases while the contract is valid.

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 £ 958,000 ex VAT (£1,149,600 inc VAT) with the option to increase this to a total value of £3,500,000) ex VAT (£4,200,000 inc VAT) to allow for the purchase of additional goods/services as detailed in the contract.

CPV classifications

  • 50000000 - Repair and maintenance services

Other information

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Direct award

Special regime

Defence and security

Direct award justification

Additional or repeat goods, services or works - further goods, services or works following a competitive procedure

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.


Supplier

Teledyne Instruments Inc, D/B/A Teledyne Web Research

  • Public Procurement Organisation Number: PVLD-7113-RTZD

49 Edgerton Drive

North Falmouth

02556

United States

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

Contract 1. HECLA 5


Contracting authority

Ministry of Defence

  • Public Procurement Organisation Number: PHVX-4316-ZVGZ

Navy Commercial, NCHQ, Whale Island

Portsmouth

PO2 8BY

United Kingdom

Region: UKJ31 - Portsmouth

Organisation type: Public authority - central government