Notice Information
Notice Title
RPAS Testing Service Providers Framework
Notice Description
The MSA has a legislative obligation to carry out evaluations of drone products if the MSA believes a product presents a risk to health or safety, as per Article 36 of UK Regulation (EU) 2019/945. The third-party 'RPAS Testing Service Providers' may be expected to perform a variety of product evaluations for class marked drones. This could involve evaluating compliance against the regulatory requirements and product standards set out in UK Regulation (EU) 2019/945, The Electromagnetic Compatibility Regulations 2016 (Directive 2014/30/EU), The Radio Equipment Regulations 2017 (Directive 2014/53/EU) and The Supply of Machinery (Safety) Regulations 2008 (Directive 2006/42/EC)345. This requires technical knowledge and expertise across performance and design requirements, noise testing, verification methods, manufacturer manuals and instructions, geo-awareness, and remote identification, among others. In addition, the RPAS Testing Service Provider would require the capability to test non-drone specific product standards related to product safety (e.g. mechanics and electronics systems). The RPAS Testing Service Provider may also be requested to conduct product evaluations for any other concerns related to public health, safety and security, such as cyber security and chemical hazards. Technical standards will contain verification methods to perform some of the product evaluations. Existing standards are available, which may be similar to the potential designated standards (e.g. prEN 4709-001 'Aerospace series - Unmanned Aircraft Systems - Part 001: Product requirements and verification'). The MSA will be responsible for the management and oversight of the product evaluations performed by the RPAS Testing Service Providers, including the communication and coordination with other authorities, industry and the public. In addition, the MSA will be responsible for any decisions that are made on market intervention measures (e.g. product recalls) following the completion of a product evaluation. The MSA will procure the RPAS Testing Service Provider services. One option could be to have a procurement framework for the RPAS Testing Service Providers. The suppliers on this potential procurement framework would require the capability to perform some, if not all, of the product evaluations specified and ensure no conflict of interest would arise. If the MSA identifies the need for a product evaluation, the MSA would issue a set of requirements on that framework. The RPAS Testing Service Providers on the framework would prepare a statement of work (SOW) to outline their delivery approach with associated costs. The MSA would review the SOW responses and subsequently award the procurement to the winning RPAS Testing Service Provider. The RPAS Testing Service Provider would perform the product evaluation based on the MSA requirements and submit their results and recommendations to the MSA to inform a decision on the potential market intervention.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-7bb277db-854e-4145-b1e3-54ef60a3e9a1
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/3464aaa5-8c5a-4444-9665-1c91d1b69ee3
- Current Stage
- Award
- All Stages
- Planning, Tender, Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure (above threshold)
- Tender Suitability
- SME
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
71 - Architectural, construction, engineering and inspection services
73 - Research and development services and related consultancy services
-
- CPV Codes
71311200 - Transport systems consultancy services
71600000 - Technical testing, analysis and consultancy services
73430000 - Test and evaluation
Notice Value(s)
- Tender Value
- £1,500,000 £1M-£10M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 12 Feb 20261 weeks ago
- Submission Deadline
- 3 Oct 2025Expired
- Future Notice Date
- 28 Feb 2025Expired
- Award Date
- 12 Feb 20261 weeks ago
- Contract Period
- 1 Feb 2026 - 31 Jan 2030 4-5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Not Specified
- Awards Status
- Active
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- CIVIL AVIATION AUTHORITY
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- GATWICK
- Postcode
- RH6 0YR
- Post Town
- Redhill
- Country
- England
-
- Major Region (ITL 1)
- TLJ South East (England)
- Basic Region (ITL 2)
- TLJ2 Surrey, East and West Sussex
- Small Region (ITL 3)
- TLJ28 West Sussex (North East)
- Delivery Location
- Not specified
-
- Local Authority
- Crawley
- Electoral Ward
- Langley Green & Tushmore
- Westminster Constituency
- Crawley
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/3464aaa5-8c5a-4444-9665-1c91d1b69ee3
12th February 2026 - Awarded contract notice on Contracts Finder -
https://www.contractsfinder.service.gov.uk/Notice/d832e8b0-f523-4668-8dd1-fd4787087e12
13th August 2025 - Opportunity notice on Contracts Finder -
https://www.contractsfinder.service.gov.uk/Notice/b252ad01-49f1-4862-b150-c0eb9d293a13
20th February 2025 - Early engagement notice on Contracts Finder
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-b5fd17-7bb277db-854e-4145-b1e3-54ef60a3e9a1-2026-02-12T09:23:25Z",
"date": "2026-02-12T09:23:25Z",
"ocid": "ocds-b5fd17-7bb277db-854e-4145-b1e3-54ef60a3e9a1",
"language": "en",
"initiationType": "tender",
"title": "RPAS Testing Service Providers - EME",
"planning": {
"milestones": [
{
"id": "1",
"title": "Engagement end date",
"type": "engagement",
"dueDate": "2025-02-28T23:59:59Z"
}
],
"documents": [
{
"id": "1",
"documentType": "marketEngagementNotice",
"description": "Early engagement notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/b252ad01-49f1-4862-b150-c0eb9d293a13",
"datePublished": "2025-02-20T15:41:14Z",
"format": "text/html",
"language": "en"
}
]
},
"tender": {
"id": "3655 / Access Code 972401487 (delta)",
"title": "RPAS Testing Service Providers Framework",
"description": "The MSA has a legislative obligation to carry out evaluations of drone products if the MSA believes a product presents a risk to health or safety, as per Article 36 of UK Regulation (EU) 2019/945. The third-party 'RPAS Testing Service Providers' may be expected to perform a variety of product evaluations for class marked drones. This could involve evaluating compliance against the regulatory requirements and product standards set out in UK Regulation (EU) 2019/945, The Electromagnetic Compatibility Regulations 2016 (Directive 2014/30/EU), The Radio Equipment Regulations 2017 (Directive 2014/53/EU) and The Supply of Machinery (Safety) Regulations 2008 (Directive 2006/42/EC)345. This requires technical knowledge and expertise across performance and design requirements, noise testing, verification methods, manufacturer manuals and instructions, geo-awareness, and remote identification, among others. In addition, the RPAS Testing Service Provider would require the capability to test non-drone specific product standards related to product safety (e.g. mechanics and electronics systems). The RPAS Testing Service Provider may also be requested to conduct product evaluations for any other concerns related to public health, safety and security, such as cyber security and chemical hazards. Technical standards will contain verification methods to perform some of the product evaluations. Existing standards are available, which may be similar to the potential designated standards (e.g. prEN 4709-001 'Aerospace series - Unmanned Aircraft Systems - Part 001: Product requirements and verification'). The MSA will be responsible for the management and oversight of the product evaluations performed by the RPAS Testing Service Providers, including the communication and coordination with other authorities, industry and the public. In addition, the MSA will be responsible for any decisions that are made on market intervention measures (e.g. product recalls) following the completion of a product evaluation. The MSA will procure the RPAS Testing Service Provider services. One option could be to have a procurement framework for the RPAS Testing Service Providers. The suppliers on this potential procurement framework would require the capability to perform some, if not all, of the product evaluations specified and ensure no conflict of interest would arise. If the MSA identifies the need for a product evaluation, the MSA would issue a set of requirements on that framework. The RPAS Testing Service Providers on the framework would prepare a statement of work (SOW) to outline their delivery approach with associated costs. The MSA would review the SOW responses and subsequently award the procurement to the winning RPAS Testing Service Provider. The RPAS Testing Service Provider would perform the product evaluation based on the MSA requirements and submit their results and recommendations to the MSA to inform a decision on the potential market intervention.",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "71311200",
"description": "Transport systems consultancy services"
},
"additionalClassifications": [
{
"id": "71600000",
"scheme": "CPV",
"description": "Technical testing, analysis and consultancy services"
},
{
"id": "73430000",
"scheme": "CPV",
"description": "Test and evaluation"
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"countryName": "United Kingdom"
},
{
"countryName": "United Kingdom"
},
{
"countryName": "United Kingdom"
}
]
}
],
"suitability": {
"sme": true,
"vcse": false
},
"datePublished": "2025-08-13T15:51:07+01:00",
"value": {
"amount": 1500000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure (above threshold)",
"tenderPeriod": {
"endDate": "2025-10-03T12:00:00+01:00"
},
"contractPeriod": {
"startDate": "2026-02-01T00:00:00Z",
"endDate": "2030-01-31T23:59:59Z"
},
"mainProcurementCategory": "services",
"documents": [
{
"id": "1",
"documentType": "tenderNotice",
"description": "Opportunity notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/d832e8b0-f523-4668-8dd1-fd4787087e12",
"datePublished": "2025-08-13T15:51:07+01:00",
"format": "text/html",
"language": "en"
}
]
},
"parties": [
{
"id": "GB-GOR-PC469",
"name": "Civil Aviation Authority",
"identifier": {
"legalName": "Civil Aviation Authority",
"scheme": "GB-GOR",
"id": "PC469"
},
"address": {
"streetAddress": "Aviation House",
"locality": "GATWICK",
"postalCode": "RH60YR",
"countryName": "England"
},
"contactPoint": {
"name": "Carolina Blanco",
"email": "Carolina.Blanco@caa.co.uk",
"telephone": "03301 384032"
},
"roles": [
"buyer"
]
},
{
"id": "GB-CFS-331045",
"name": "ALTER TECHNOLOGY TUV NORD SAU,",
"identifier": {
"legalName": "ALTER TECHNOLOGY TUV NORD SAU,"
},
"address": {
"streetAddress": "C/ TOMAS A. EDISON, 4, 41092, SEVILLE"
},
"details": {
"scale": "sme",
"vcse": false
},
"roles": [
"supplier"
]
},
{
"id": "GB-CFS-331046",
"name": "LGAI TECHNOLOGICAL CENTRE",
"identifier": {
"legalName": "LGAI TECHNOLOGICAL CENTRE"
},
"address": {
"streetAddress": "Ronda de La Font Del Carme, SN 08193, Bellaterra, Barcelona, Spain"
},
"details": {
"scale": "sme",
"vcse": false
},
"roles": [
"supplier"
]
},
{
"id": "GB-CFS-331047",
"name": "SATALLITE APPLICATIONS CATAPULT LTD,",
"identifier": {
"legalName": "SATALLITE APPLICATIONS CATAPULT LTD,"
},
"address": {
"streetAddress": "Electron Building, Harwell, Oxfordshire, OX11 0QR"
},
"details": {
"scale": "sme",
"vcse": false
},
"roles": [
"supplier"
]
},
{
"id": "GB-CFS-331048",
"name": "DEKRA GmbH,",
"identifier": {
"legalName": "DEKRA GmbH,"
},
"address": {
"streetAddress": "Handwerkstrae 15, D-70565, Stuttgart, Germany"
},
"details": {
"scale": "sme",
"vcse": false
},
"roles": [
"supplier"
]
},
{
"id": "GB-CFS-331049",
"name": "MADRONES LTD,",
"identifier": {
"legalName": "MADRONES LTD,"
},
"address": {
"streetAddress": "7 Buckland Close, Burnham on Sea, TA8 2TZ"
},
"details": {
"scale": "sme",
"vcse": false
},
"roles": [
"supplier"
]
},
{
"id": "GB-CFS-331050",
"name": "SPYRIAN ENGINEERING LTD",
"identifier": {
"legalName": "SPYRIAN ENGINEERING LTD"
},
"address": {
"streetAddress": "1-2 Waterside Terrace, Waterside, Darwen, Lancashire, BB3 3PD, United Kingdom"
},
"details": {
"scale": "sme",
"vcse": false
},
"roles": [
"supplier"
]
},
{
"id": "GB-CFS-331051",
"name": "TUV RHEINLAND UK LTD",
"identifier": {
"legalName": "TUV RHEINLAND UK LTD"
},
"address": {
"streetAddress": "Friars Gate (Third Floor), 1011 Stratford Road, Shirley, Solihull, B90 4BN"
},
"details": {
"scale": "sme",
"vcse": false
},
"roles": [
"supplier"
]
},
{
"id": "GB-CFS-331052",
"name": "VANTAGEUAV LTD",
"identifier": {
"legalName": "VANTAGEUAV LTD"
},
"address": {
"streetAddress": "Unit 76 Cressex Enterprise Centre, Cressex Business Park, Lincoln Road, High Wycombe, HP12 3RL"
},
"details": {
"scale": "sme",
"vcse": false
},
"roles": [
"supplier"
]
}
],
"buyer": {
"id": "GB-GOR-PC469",
"name": "Civil Aviation Authority"
},
"awards": [
{
"id": "ocds-b5fd17-7bb277db-854e-4145-b1e3-54ef60a3e9a1-1",
"status": "active",
"date": "2026-02-12T00:00:00Z",
"datePublished": "2026-02-12T09:23:23Z",
"value": {
"amount": 0,
"currency": "GBP"
},
"suppliers": [
{
"id": "GB-CFS-331045",
"name": "ALTER TECHNOLOGY TUV NORD SAU,"
},
{
"id": "GB-CFS-331046",
"name": "LGAI TECHNOLOGICAL CENTRE"
},
{
"id": "GB-CFS-331047",
"name": "SATALLITE APPLICATIONS CATAPULT LTD,"
},
{
"id": "GB-CFS-331048",
"name": "DEKRA GmbH,"
},
{
"id": "GB-CFS-331049",
"name": "MADRONES LTD,"
},
{
"id": "GB-CFS-331050",
"name": "SPYRIAN ENGINEERING LTD"
},
{
"id": "GB-CFS-331051",
"name": "TUV RHEINLAND UK LTD"
},
{
"id": "GB-CFS-331052",
"name": "VANTAGEUAV LTD"
}
],
"contractPeriod": {
"startDate": "2026-02-01T00:00:00Z",
"endDate": "2030-01-31T23:59:59Z"
},
"documents": [
{
"id": "1",
"documentType": "awardNotice",
"description": "Awarded contract notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/3464aaa5-8c5a-4444-9665-1c91d1b69ee3",
"datePublished": "2026-02-12T09:23:23Z",
"format": "text/html",
"language": "en"
}
]
}
]
}