Tender

Project Wayfind

  • Ministry of Defence

F02: Contract notice

Notice identifier: 2025/S 000-005306

Procurement identifier (OCID): ocds-h6vhtk-04e27c

Published 17 February 2025, 10:34am



Section one: Contracting authority

one.1) Name and addresses

Ministry of Defence

Bristol

Email

douglas.kershaw102@mod.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

www.des.mod.uk

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

Internet address

www.des.mod.uk