Section one: Contracting authority
one.1) Name and addresses
Ministry of Defence
Bristol
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=59416
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=59416
Tenders or requests to participate must be submitted to the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=59416
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
Defence
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Project Wayfind
Reference number
713697452
two.1.2) Main CPV code
- 38112100 - Global navigation and positioning systems (GPS or equivalent)
two.1.3) Type of contract
Supplies
two.1.4) Short description
The increase in the threat of GNSS denial and degradation, coupled with the use of UAVs within operational environments is focusing the MOD on the importance of using alternative sources of position, navigation & time, alongside GNSS. To be able to use these multiple different sources of PNT to generate a more trustworthy single estimate of position and time, it is necessary to use a PNT sensor fusion engine. Fusing different PNT sensors is not a new concept, but this contract will focus on being able to robustly test the performance of fusion engines, as well as adopting a common data standard for them, whilst seeking to also leverage performance improvements from strongly performing alternative PNT sensors.
WAYFINDER is a Space Delivery Team owned project for a preferred supplier to develop and prove the performance of at least 2 multi-PNT-sensor fusion engines within at least 4 x 3-month spirals. There is a particular focus on improving Uncrewed Aerial Vehicle (UAV) operation within environments where the Global Navigation Satellite System (GNSS) is degraded and/or denied. To achieve this objective, Space DT are seeking to let a contract with an industry partner who can:
Quickly identify existing, potentially suitable PNT sensor fusion products and alternative PNT sensors. Collate and communicate detail surrounding their performance and availability.
Organise, facilitate, and regularly repeat trials that can provide robust evidence of how the PNT sensor fusion products and individual sensors perform in a GNSS denied and degraded environment.
Lead on fast-paced improvements to those PNT sensor fusion products, with the aim of providing fieldable technology through spiral development in approximately 3-month increments. A key focus for Space DT is on a PNT sensor fusion product that can quickly and easily operate on a range of UAVs in a variety of different environments, with different PNT sensors, i.e. using a common data standard such as All Source Position and Navigation (ASPN).
Space Delivery Team intend to run a short-term contract (6-weeks) to an estimated 5 suppliers where the short-term contract will then be used to down select to 1 or more suppliers to enter into a full-term contract (between approximately 1-2 years). The Statement of Work for each contract will be provided via the DSP at the relevant times within the procurement. There will be no options within the short-term contract. The Authority may include Options to procure the items requested under the full-term contract which a decision will be made when the tender documents and relevant Statement of Works are released.
The total value of the approximately 5-6 short-term contracts is intended to be approximately £1Million, to be split between the down selected suppliers and the total value of any full-term contracts is estimated to be approximately £9Million.
The Wayfinder short-term contract will be run primarily at OFFICIAL with an option to use higher classification of information, if the preferred supplier is able to operate at that level of classification.
The Cyber Risk Level for the short-term contract has been assessed as Not Applicable. As the Statement of Work for the main contract is still being finalised, the Cyber Risk Level for the main-contract will be identified and communicated at the appropriate point of industry engagement. The Risk Assessment Reference for the short-term contract is (RAR) 250121A09
A full description of the Cyber Risk levels is available at DEFSTAN 05-138. Potential Providers should make themselves familiar with the requirements against the profile assessment for this risk level.
two.1.5) Estimated total value
Value excluding VAT: £10,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 73210000 - Research consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The increase in the threat of GNSS denial and degradation, coupled with the use of UAVs within operational environments is focusing the MOD on the importance of using alternative sources of position, navigation & time, alongside GNSS. To be able to use these multiple different sources of PNT to generate a more trustworthy single estimate of position and time, it is necessary to use a PNT sensor fusion engine. Fusing different PNT sensors is not a new concept, but this contract will focus on being able to robustly test the performance of fusion engines, as well as adopting a common data standard for them, whilst seeking to also leverage performance improvements from strongly performing alternative PNT sensors.
WAYFINDER is a Space Delivery Team owned project for a preferred supplier to develop and prove the performance of at least 2 multi-PNT-sensor fusion engines within at least 4 x 3-month spirals. There is a particular focus on improving Uncrewed Aerial Vehicle (UAV) operation within environments where the Global Navigation Satellite System (GNSS) is degraded and/or denied. To achieve this objective, Space DT are seeking to let a contract with an industry partner who can:
Quickly identify existing, potentially suitable PNT sensor fusion products and alternative PNT sensors. Collate and communicate detail surrounding their performance and availability.
Organise, facilitate, and regularly repeat trials that can provide robust evidence of how the PNT sensor fusion products and individual sensors perform in a GNSS denied and degraded environment.
Lead on fast-paced improvements to those PNT sensor fusion products, with the aim of providing fieldable technology through spiral development in approximately 3-month increments. A key focus for Space DT is on a PNT sensor fusion product that can quickly and easily operate on a range of UAVs in a variety of different environments, with different PNT sensors, i.e. using a common data standard such as All Source Position and Navigation (ASPN).
Space Delivery Team intend to run a short-term contract (6-weeks) to an estimated 5 suppliers where the short-term contract will then be used to down select to 1 or more suppliers to enter into a full-term contract (between approximately 1-2 years). The Statement of Work for each contract will be provided via the DSP at the relevant times within the procurement. There will be no options within the short-term contract. The Authority may include Options to procure the items requested under the full-term contract which a decision will be made when the tender documents and relevant Statement of Works are released.
The total value of the approximately 5-6 short-term contracts is intended to be approximately £1Million, to be split between the down selected suppliers and the total value of any full-term contracts is estimated to be approximately £9Million.
The Wayfinder short-term contract will be run primarily at OFFICIAL with an option to use higher classification of information, if the preferred supplier is able to operate at that level of classification.
The Cyber Risk Level for the short-term contract has been assessed as Not Applicable. As the Statement of Work for the main contract is still being finalised, the Cyber Risk Level for the main-contract will be identified and communicated at the appropriate point of industry engagement. The Risk Assessment Reference for the short-term contract is (RAR) 250121A09
A full description of the Cyber Risk levels is available at DEFSTAN 05-138. Potential Providers should make themselves familiar with the requirements against the profile assessment for this risk level.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £10,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
2
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
As per guidelines in the RFQ documentation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
Accelerated procedure
Justification:
This is an Urgent Capability Requirement so are exempt from the current Procurement Regulations
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
21 February 2025
Local time
11:59am
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 6 April 2025
four.2.7) Conditions for opening of tenders
Date
10 March 2025
Local time
8:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The Authority will be using the Contract, Purchasing and Financing software platform to receive and pay invoices. The supplier must ensure they are registered prior to Contract Award
six.4) Procedures for review
six.4.1) Review body
Space DT
Bristol
BS34 8JH
Country
United Kingdom