Notice Information
Notice Title
RFI0045 - Long Range Anti-Submarine Warfare Weapon (LRAW)
Notice Description
This RFI is not a bidding opportunity but a means by which industry can provide information. In accordance with the principles of the Defence and Security Industrial Strategy (DSIS) the Royal Navy is committed to developing an ever more productive and strategic relationship with defence and security industries, capitalising on your skills as part of our support for increased transparency and inclusivity. Any future procurement activity would be conducted in accordance with the relevant Procurement legislation in place at that point in time. A decision by any prospective provider not to submit a response to this RFI will not prejudice future engagements. The Royal Navy is seeking information for a future Long Range Anti-Submarine Warfare (ASW) Weapon (LRAW) that can be launched from surface ship combatants fitted with the Strike-length Mk41 Vertical Launcher System (VLS). The LRAW effector solution will be a 'missile/rocket' delivered system - although Uncrewed systems are being examined as potential future ASW enablers. The LRAW concept provides an extended range delivery means for a Lightweight Torpedo (LWT) or Very Light Weight (VLWT) Torpedo effector against submarine contacts, cued by organic or third-party sensor detection. Engagement ranges are to comfortably overmatch those of current and forecast threat Heavy Weight Torpedoes. The solution requires an interchangeable, stand-off, quick-reaction, all-weather ASW weapon delivery capability that enables a UK LWT to reach a water-entry point for a targeted submarine from any Mk41 VLS-fitted platform. LRAW will need to integrate with RN Combat or Sonar Systems and must be 'Secure by Design'. With assumed exportability in accordance with the Integrated Procurement Model, a global total stockpile requirement of 500 missiles should be used as a costing assumption. Specifically, responses to this RFI should include non-committal VROM costings for a potential MOTS or novel full or partial solution (stating the year in which you expect to field Minimum Deployable Capability) by addressing the questions posed in Annex A. Solutions involving or repurposing existing booster designs to deliver the Effector payload will also be considered. VROM costs are to specifically exclude the torpedo effector.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-7b5121d9-9996-4c39-8a0a-e149c3c9f428
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/48104ede-64e3-4c80-87ff-9019f2740d76
- Current Stage
- Planning
- All Stages
- Planning
Procurement Classification
- Notice Type
- Market Engagement Notice
- Procurement Type
- Standard
- Procurement Category
- Not specified
- Procurement Method
- Not Specified
- Procurement Method Details
- Not specified
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
73 - Research and development services and related consultancy services
-
- CPV Codes
73410000 - Military research and technology
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 13 Jun 20241 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- 1 Sep 2024Expired
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Planning
- Lots Status
- Not Specified
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- MINISTRY OF DEFENCE
- Contact Name
- Not specified
- Contact Email
- navycomrcl-rfi@mod.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- PORTSMOUTH
- Postcode
- PO2 8BY
- Post Town
- Portsmouth
- Country
- England
-
- Major Region (ITL 1)
- TLJ South East (England)
- Basic Region (ITL 2)
- TLJ3 Hampshire and Isle of Wight
- Small Region (ITL 3)
- TLJ31 Portsmouth
- Delivery Location
- Not specified
-
- Local Authority
- Portsmouth
- Electoral Ward
- Nelson
- Westminster Constituency
- Portsmouth North
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/48104ede-64e3-4c80-87ff-9019f2740d76
13th June 2024 - Early engagement notice on Contracts Finder -
https://www.contractsfinder.service.gov.uk/Notice/Attachment/b33a522d-da35-498f-a2c7-b2f663a36b8f
RFI description, instructions and annex for completion -
https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=58293
Link to Defence Sourcing Portal opportunity listing
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-b5fd17-7b5121d9-9996-4c39-8a0a-e149c3c9f428-2024-06-13T11:09:23+01:00",
"date": "2024-06-13T11:09:23+01:00",
"ocid": "ocds-b5fd17-7b5121d9-9996-4c39-8a0a-e149c3c9f428",
"language": "en",
"initiationType": "tender",
"title": "RFI0045 - Long Range Anti-Submarine Warfare Weapon (LRAW)",
"planning": {
"milestones": [
{
"id": "1",
"title": "Engagement end date",
"type": "engagement",
"dueDate": "2024-09-01T23:59:59+01:00"
}
],
"documents": [
{
"id": "1",
"documentType": "marketEngagementNotice",
"description": "Early engagement notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/48104ede-64e3-4c80-87ff-9019f2740d76",
"datePublished": "2024-06-13T11:09:23+01:00",
"format": "text/html",
"language": "en"
},
{
"id": "2",
"description": "RFI description, instructions and annex for completion",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/b33a522d-da35-498f-a2c7-b2f663a36b8f",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "3",
"description": "Link to Defence Sourcing Portal opportunity listing",
"url": "https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=58293"
}
]
},
"tender": {
"id": "tender_442767/1365426",
"title": "RFI0045 - Long Range Anti-Submarine Warfare Weapon (LRAW)",
"description": "This RFI is not a bidding opportunity but a means by which industry can provide information. In accordance with the principles of the Defence and Security Industrial Strategy (DSIS) the Royal Navy is committed to developing an ever more productive and strategic relationship with defence and security industries, capitalising on your skills as part of our support for increased transparency and inclusivity. Any future procurement activity would be conducted in accordance with the relevant Procurement legislation in place at that point in time. A decision by any prospective provider not to submit a response to this RFI will not prejudice future engagements. The Royal Navy is seeking information for a future Long Range Anti-Submarine Warfare (ASW) Weapon (LRAW) that can be launched from surface ship combatants fitted with the Strike-length Mk41 Vertical Launcher System (VLS). The LRAW effector solution will be a 'missile/rocket' delivered system - although Uncrewed systems are being examined as potential future ASW enablers. The LRAW concept provides an extended range delivery means for a Lightweight Torpedo (LWT) or Very Light Weight (VLWT) Torpedo effector against submarine contacts, cued by organic or third-party sensor detection. Engagement ranges are to comfortably overmatch those of current and forecast threat Heavy Weight Torpedoes. The solution requires an interchangeable, stand-off, quick-reaction, all-weather ASW weapon delivery capability that enables a UK LWT to reach a water-entry point for a targeted submarine from any Mk41 VLS-fitted platform. LRAW will need to integrate with RN Combat or Sonar Systems and must be 'Secure by Design'. With assumed exportability in accordance with the Integrated Procurement Model, a global total stockpile requirement of 500 missiles should be used as a costing assumption. Specifically, responses to this RFI should include non-committal VROM costings for a potential MOTS or novel full or partial solution (stating the year in which you expect to field Minimum Deployable Capability) by addressing the questions posed in Annex A. Solutions involving or repurposing existing booster designs to deliver the Effector payload will also be considered. VROM costs are to specifically exclude the torpedo effector.",
"status": "planning",
"classification": {
"scheme": "CPV",
"id": "73410000",
"description": "Military research and technology"
},
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"countryName": "British Oversea Territories"
},
{
"countryName": "Channel Islands"
},
{
"countryName": "Europe"
},
{
"countryName": "Isle of Man"
},
{
"countryName": "Rest of the World"
},
{
"countryName": "United Kingdom"
}
]
}
],
"suitability": {
"sme": true,
"vcse": false
}
},
"parties": [
{
"id": "GB-CFS-171478",
"name": "Ministry of Defence",
"identifier": {
"legalName": "Ministry of Defence"
},
"address": {
"streetAddress": "Leach Building, Whale Island",
"locality": "Portsmouth",
"postalCode": "PO2 8BY",
"countryName": "England"
},
"contactPoint": {
"email": "NAVYCOMRCL-RFI@mod.gov.uk"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"id": "GB-CFS-171478",
"name": "Ministry of Defence"
}
}