Notice Information
Notice Title
Uncrewed Surface & Subsurface Vessel (USSV)
Notice Description
The Authority has a developing requirement to demonstrate a full-scale prototype of an autonomous vessel capability that is able to transit on the surface at speed, quickly transitioning sub-surface for covert delivery of capabilities. Integration into an open architecture network (NSN) will be critical for these vessels to operate autonomously and deploy modular mission payloads. The littoral strike battlespace commander requires surveillance, reconnaissance, electronic warfare, and strike effectors, which can be covertly deployed to multiple simultaneous maritime locations and persist to enhance commando operations. The capability must have a useful service life, operate from the broadest range of platforms, worldwide, by day and night, survive likely threats and be deliverable. Due to the rapid timescales the authority is driving, we would expect that companies we will be working with will have already successfully designed, manufactured and operated an autonomous vessel (as described above) capable of surface and sub-surface operation up to at least fully-operational demonstrator stage. If companies have not achieved this to date, we would expect companies to achieve a minimum entry criteria, potentially backed up by authority SQEP panel via on-site visits to confirm that you have capabilities, resources, plans and measures in place to meet this requirement within the given timescales. Please provide supporting evidence to the above within the white paper. It is expected that the work will involve experimentation and demonstrations of an uncrewed Surface and subsurface vessel. The contractual mechanism is intended to be a multi-supplier framework. Potential bidders are invited to register their interest in receiving an Invitation to Tender to join the framework by first completing the associated Pre-Qualification Questionnaire (PQQ) and White Paper template. The Authority intends to invite all eligible companies who pass the PQQ to tender for the Framework. Companies who successfully pass the PQQ will be considered eligible to receive an Invitation to Tender at the next stage of the programme. c.PS4.45M inc VAT is available to be split amongst multiple companies under a competitive process and assessed for best Value For Money (VFM), awarding to 1 or more companies to accelerate towards Min Viable Product (MVP) within the Design/Re-design, Manufacture and Demo phases between Dec 22 and Mar 25. The process as currently defined post PQQ will be to issue an ITT against a minimum requirement, select bidders, accelerate the proposed systems through funding, with the intent of having a full scale demonstration within the framework duration. As with any framework, there can be no guarantee of any particular quantity of work being put through it.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-8adf5d0c-6c64-4ac6-9736-e669b4dc3def
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/d755aaa2-888f-45b0-a428-63a8054f9f86
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Not specified
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure (above threshold)
- 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
- £4,445,000 £1M-£10M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 2 Sep 20223 years ago
- Submission Deadline
- 4 Oct 2022Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 16 Oct 2022 - 31 Mar 2025 2-3 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Not Specified
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- MINISTRY OF DEFENCE
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- BRISTOL
- Postcode
- BS34 8JH
- Post Town
- Bristol
- Country
- England
-
- Major Region (ITL 1)
- TLK South West (England)
- Basic Region (ITL 2)
- TLK5 West of England
- Small Region (ITL 3)
- TLK52 Bath & North East Somerset and South Gloucestershire
- Delivery Location
- TLK South West (England)
-
- Local Authority
- South Gloucestershire
- Electoral Ward
- Stoke Park & Cheswick
- Westminster Constituency
- Filton and Bradley Stoke
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/d755aaa2-888f-45b0-a428-63a8054f9f86
2nd September 2022 - Opportunity 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-b5fd17-8adf5d0c-6c64-4ac6-9736-e669b4dc3def-2022-09-02T20:55:41+01:00",
"date": "2022-09-02T20:55:41+01:00",
"ocid": "ocds-b5fd17-8adf5d0c-6c64-4ac6-9736-e669b4dc3def",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "tender_285187/1103348",
"title": "Uncrewed Surface & Subsurface Vessel (USSV)",
"description": "The Authority has a developing requirement to demonstrate a full-scale prototype of an autonomous vessel capability that is able to transit on the surface at speed, quickly transitioning sub-surface for covert delivery of capabilities. Integration into an open architecture network (NSN) will be critical for these vessels to operate autonomously and deploy modular mission payloads. The littoral strike battlespace commander requires surveillance, reconnaissance, electronic warfare, and strike effectors, which can be covertly deployed to multiple simultaneous maritime locations and persist to enhance commando operations. The capability must have a useful service life, operate from the broadest range of platforms, worldwide, by day and night, survive likely threats and be deliverable. Due to the rapid timescales the authority is driving, we would expect that companies we will be working with will have already successfully designed, manufactured and operated an autonomous vessel (as described above) capable of surface and sub-surface operation up to at least fully-operational demonstrator stage. If companies have not achieved this to date, we would expect companies to achieve a minimum entry criteria, potentially backed up by authority SQEP panel via on-site visits to confirm that you have capabilities, resources, plans and measures in place to meet this requirement within the given timescales. Please provide supporting evidence to the above within the white paper. It is expected that the work will involve experimentation and demonstrations of an uncrewed Surface and subsurface vessel. The contractual mechanism is intended to be a multi-supplier framework. Potential bidders are invited to register their interest in receiving an Invitation to Tender to join the framework by first completing the associated Pre-Qualification Questionnaire (PQQ) and White Paper template. The Authority intends to invite all eligible companies who pass the PQQ to tender for the Framework. Companies who successfully pass the PQQ will be considered eligible to receive an Invitation to Tender at the next stage of the programme. c.PS4.45M inc VAT is available to be split amongst multiple companies under a competitive process and assessed for best Value For Money (VFM), awarding to 1 or more companies to accelerate towards Min Viable Product (MVP) within the Design/Re-design, Manufacture and Demo phases between Dec 22 and Mar 25. The process as currently defined post PQQ will be to issue an ITT against a minimum requirement, select bidders, accelerate the proposed systems through funding, with the intent of having a full scale demonstration within the framework duration. As with any framework, there can be no guarantee of any particular quantity of work being put through it.",
"datePublished": "2022-09-02T20:55:41+01:00",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "73410000",
"description": "Military research and technology"
},
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"postalCode": "BS34 8JH"
},
{
"region": "South West",
"countryName": "United Kingdom"
}
]
}
],
"value": {
"amount": 4445000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure (above threshold)",
"tenderPeriod": {
"endDate": "2022-10-04T17:00:00+01:00"
},
"contractPeriod": {
"startDate": "2022-10-17T00:00:00+01:00",
"endDate": "2025-03-31T23:59:59+01:00"
},
"suitability": {
"sme": true,
"vcse": false
},
"documents": [
{
"id": "1",
"documentType": "tenderNotice",
"description": "Opportunity notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/d755aaa2-888f-45b0-a428-63a8054f9f86",
"datePublished": "2022-09-02T20:55:41+01:00",
"format": "text/html",
"language": "en"
},
{
"id": "2",
"description": "Link to PQQ",
"url": "https://www.contracts.mod.uk/go/354527430182FFAD1B7F"
}
]
},
"parties": [
{
"id": "GB-CFS-210574",
"name": "Ministry of Defence",
"identifier": {
"legalName": "Ministry of Defence"
},
"address": {
"streetAddress": "#1261 Spruce 2B, DE&S Abbey Wood, Filton",
"locality": "Bristol",
"postalCode": "BS34 8JH",
"countryName": "England"
},
"contactPoint": {
"name": "Toby Love",
"email": "toby.Love103@mod.gov.uk"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"id": "GB-CFS-210574",
"name": "Ministry of Defence"
}
}