Opportunity

Heavy Lift Challenge

  • Ministry of Defence

F02: Contract notice

Notice reference: 2021/S 000-014466

Published 24 June 2021, 10:45pm



Section one: Contracting authority

one.1) Name and addresses

Ministry of Defence

Bristol

BS34 8JH

Email

leroy.howell101@mod.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/government/organisations/ministry-of-defence

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.contracts.mod.uk/web/login.html

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.contracts.mod.uk/web/login.html

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://www.contracts.mod.uk/web/login.html

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

Heavy Lift Challenge

Reference number

701570378

two.1.2) Main CPV code

  • 73000000 - Research and development services and related consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

Heavy Lift Challenge

The Heavy Lift Challenge (HLC) Framework (the Framework) has been created by the Authority in order to accelerate the development of a range of autonomous Heavy Lift Uncrewed Air Systems for use predominantly, but not exclusively, in the maritime domain.

The intention is to address the lack of current options in the market by increasing the number of delivery ready platforms in order to help support and develop the Authority’s understanding of the potential capabilities and uses for of such autonomous systems.

The Authority will facilitate accelerated development of a number of Supplier Uncrewed Air Systems (UAS) to meet or exceed the requirements of an Authority defined Minimum Viable Product.

Our intent is to ensure that Defence will have access at the speed of relevance to current and future emerging cutting-edge capabilities for use within the Royal Navy and other domains.

The Authority will facilitate, via the use of this competitive framework, an environment whereby suppliers are able to demonstrate current capabilities, set out product development and commercial exploitation roadmaps and work with both the Authority and potentially with other suppliers to accelerate pace of development and reduce time to market.

The purpose of the HLC Framework is therefore to support and inform the development of Maritime operating concepts and enable assessment, analysis, exploration and evaluation of the use of un-crewed air systems (UAS) for beyond visual line of sight (BVLOS) payload delivery.

The Framework is designed specifically to:

i) provide Sponsor / User confidence in the potential for UAS systems to provide recoverable, adaptable, remotely piloted air systems, capable of accurately delivering heavy payloads at range;

ii) enable the Authority to identify and as appropriate fund the most viable solutions in the market for accelerated further development in order to meet the Authority’s minimum requirement (the Minimum Viable Product or “MVP”) within the times stated,

iii) provide the Authority with a mechanism for end users to potentially acquire for further evaluation or other use those solutions which demonstrably meet or exceed the MVP.

Risk Assessment Reference: 927478142

Cyber Risk Profile: Not Applicable

two.1.5) Estimated total value

Value excluding VAT: £20,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for one lot only

two.2) Description

two.2.1) Title

20,000,000

Lot No

1 & 2

two.2.2) Additional CPV code(s)

  • 73000000 - Research and development services and related consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Heavy Lift Challenge

The Heavy Lift Challenge (HLC) Framework (the Framework) has been created by the Authority in order to accelerate the development of a range of autonomous Heavy Lift Uncrewed Air Systems for use predominantly, but not exclusively, in the maritime domain.

The intention is to address the lack of current options in the market by increasing the number of delivery ready platforms in order to help support and develop the Authority’s understanding of the potential capabilities and uses for of such autonomous systems.

The Authority will facilitate accelerated development of a number of Supplier Uncrewed Air Systems (UAS) to meet or exceed the requirements of an Authority defined Minimum Viable Product.

Our intent is to ensure that Defence will have access at the speed of relevance to current and future emerging cutting-edge capabilities for use within the Royal Navy and other domains.

The Authority will facilitate, via the use of this competitive framework, an environment whereby suppliers are able to demonstrate current capabilities, set out product development and commercial exploitation roadmaps and work with both the Authority and potentially with other suppliers to accelerate pace of development and reduce time to market.

The purpose of the HLC Framework is therefore to support and inform the development of Maritime operating concepts and enable assessment, analysis, exploration and evaluation of the use of un-crewed air systems (UAS) for beyond visual line of sight (BVLOS) payload delivery.

The Framework is designed specifically to:

i) provide Sponsor / User confidence in the potential for UAS systems to provide recoverable, adaptable, remotely piloted air systems, capable of accurately delivering heavy payloads at range;

ii) enable the Authority to identify and as appropriate fund the most viable solutions in the market for accelerated further development in order to meet the Authority’s minimum requirement (the Minimum Viable Product or “MVP”) within the times stated,

iii) provide the Authority with a mechanism for end users to potentially acquire for further evaluation or other use those solutions which demonstrably meet or exceed the MVP.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

End date

22 August 2025

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.2.13) 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.1.2) 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

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

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

26 July 2021

Local time

12:00pm

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

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

26 July 2021

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

Ministry of Defence

Bristol

Country

United Kingdom