Notice Information
Notice Title
Flexible Tactical Uncrewed Air System (FTUAS) - Navy UCR
Notice Description
The requirement is for the provision of a number of Uncrewed Air Systems (UAS) and ancillaries under a Military Owned Military Operated (MOMO) arrangement to be delivered to the Royal Navy (RN) and Integrated onto a Naval Warship, to provide the RN with a Flexible Tactical Uncrewed Air System (FTUAS) Urgent Capability Requirement (UCR) for RN forward presence shipping to counter Crewed and Uncrewed Surface Vessels (USVs) in an operational theatre. The requirement will also require the Contractor to provide a FTUAS system at a UK Royal Navy Air Station, technical information, through life support, as well as the provision of training for operators and maintainers. The requirement is for a capability to FIND, FIX, TRACK and ASSESS Fast Inshore Attack Craft, Crewed and Uncrewed, operating alone, in large numbers. It is anticipated that the solution will permanently embark on a Naval Warship to provide a persistent, intimate, integrated and assured capability. The ability to operate at sufficient range from its parent ship to facilitate timely decision making is anticipated as is the need for a Maritime Surface Surveillance Radar to satisfactorily deliver "FIND". It is anticipated that the equipment will be in service for a period of 24 months from the date of the delivery of the initial operating capability (IOC), with options including a Contract extension up to an additional 24 months, subject to Ministry of Defence approval.
Lot Information
Lot 1
There are a number of Key Principles, which the Authority believe the Contractor and its supply chain will need to be able to fulfil, in order for the FTUAS solution to be able to operate effectively. These Key Principles include: 1. The ability to supply a Rotary Wing Air Vehicle able to operate embarked within the constraints posed by a Naval Warship, with integrated Intelligence, Surveillance and Reconnaissance (including a Maritime Surface Surveillance Radar), and the Air System being able to supply / disseminate / process information in the format designated for the Combat Management System, all to be delivered within the programme timescales. 2. The successful solution will most likely be a mature system, possibly with some civil approvals and need little adaptation or modification (e.g. COTS / MOTS) to meet the requirement and be deployable in the operational theatre at sea. 3. Hold ISO9001 or AS9100 accreditation or equivalent 4. The ability to immediately engage with the Authority at the correct classification of Security, manage this information securely, manage export controls appropriately, and supply personnel security cleared to the appropriate level. There will be a requirement for the Contractor to occasionally deploy Field Service Representatives (FSRs) / trainers to embark on the vessel to provide short term support. Depending on the nature of operations, deployment of the FSR may need to be governed by policy and processes in line with Contractors on Deployed Operations (CONDO). There may be a requirement for the chosen supplier to transfer the equipment to a different class of Naval Warship in an emergency situation / unforeseen circumstance.
Options: Options including the extension to the Contract, additional goods and services.
Renewal: Options including a Contract extension up to an additional 24 months, subject to Ministry of Defence approval.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02b502
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/004114-2023
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Goods
- Procurement Method
- Selective
- Procurement Method Details
- Competitive procedure with negotiation
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
35 - Security, fire-fighting, police and defence equipment
-
- CPV Codes
35613000 - Unmanned aerial vehicles
Notice Value(s)
- Tender Value
- £52,000,000 £10M-£100M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £16,603,402 £10M-£100M
Notice Dates
- Publication Date
- 10 Feb 20233 years ago
- Submission Deadline
- 1 Jul 2021Expired
- Future Notice Date
- Not specified
- Award Date
- 29 Nov 20223 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- MINISTRY OF DEFENCE
- Contact Name
- Steve Eustace
- Contact Email
- steven.eustace100@mod.gov.uk
- Contact Phone
- +44 7890636176
Buyer Location
- Locality
- BISTOL
- 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
- TLJ31 Portsmouth
-
- Local Authority
- South Gloucestershire
- Electoral Ward
- Stoke Park & Cheswick
- Westminster Constituency
- Filton and Bradley Stoke
Further Information
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-h6vhtk-02b502-2023-02-10T09:09:13Z",
"date": "2023-02-10T09:09:13Z",
"ocid": "ocds-h6vhtk-02b502",
"description": "Security during the PQQ Procedure During the PQQ procedure, the level of classification of the information or material that will need to be protected, processed, stored or transmitted by suppliers will be a maximum of Official Sensitive. Security during the Tendering Procedure During the invitation to negotiate procedure, the level of classification of the information or material that will need to be protected, processed, stored or transmitted by the Authority to Tenderers will be a maximum of UK Secret. To enable the Authority to transmit UK Secret information or material to a Tenderer, suppliers will need to advise the Authority of their designated List X Facility, or one that holds an equivalent Facility Security Clearance (FSC) status. In addition, prior to receiving tender documentation, Tenderers will need to provide evidence that they have the personnel with the necessary security clearance to protect, process, store and transmit information or material with a maximum classification of UK Secret. Should the Authority determine that there is insufficient evidence that the Supplier has met the facility security and/or personnel security conditions the supplier will be unable to participate in the invitation to negotiate exercise. Security during the Performance of the Contract Prior to the deployment of the FTUAS System, the level of classification of the information or material that will need to be protected, processed, stored or transmitted by the Contractor will be a maximum level of UK Secret. Air Vehicle - Once the FTUAS System has been deployed, the maximum level of classification of the information or material with regards to the air vehicle that will need to be protected, processed, stored or transmitted during periods of support provided by the Contractor will be a maximum of UK SECRET. Ground Control Station (GCS) - Once the FTUAS GCS has been deployed, the maximum level of classification of the information or material with regards to the GCS that will need to be protected, processed, stored or transmitted during periods of activities of support provided by the Contractor will be a maximum of SECRET UK EYES ONLY (SUKEO). Field Service Representatives (FSRs) / embarked Trainers - Once the FTUAS System has been deployed, the maximum level of classification of the information or material that will need to be protected, processed, stored or transmitted during the conduct of the services by Contractor's FSRs / embarked trainers will be a maximum of Secret UK Eyes Only. As such, the ability to provide appropriately security cleared personnel will be assessed as part of the ITN, and then within a reasonable time after contract award, the Contractor will need to provide details to the Authority of its deployable personnel with the necessary security clearance to protect, process, store and transmit information or material with a maximum classification of SECRET UK EYES ONLY (SUKEO). This is used to designate classified assets to UK national interests and cannot be shared with overseas contractor's personnel. The link below to the Gov.uk website provides information on the Government Security Classification Insert Link: https//www.gov.uk/government/publications/government-security-classifications Participation: Interested suppliers are then required to complete the Dynamic Pre-Qualification Questionnaire (DPQQ) to provide the Authority with information to evaluate the supplier's capacity and capability against the selection criteria: The Authority will use the DPQQ response to create a shortlist of tenderers who: (i) are eligible to participate; (ii) fulfil any minimum economic, financial, professional and technical standards, as mandated by Defence and Security Public Contracting Regulations 2011; and (iii) best meet, in terms of capacity and capability, the selection criteria set out in this notice and the DPQQ. Further details of the method for choosing the tenderers is set out in the DPQQ.",
"initiationType": "tender",
"tender": {
"id": "RPAS/00002",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Flexible Tactical Uncrewed Air System (FTUAS) - Navy UCR",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "35613000",
"description": "Unmanned aerial vehicles"
},
"mainProcurementCategory": "goods",
"description": "The requirement is for the provision of a number of Uncrewed Air Systems (UAS) and ancillaries under a Military Owned Military Operated (MOMO) arrangement to be delivered to the Royal Navy (RN) and Integrated onto a Naval Warship, to provide the RN with a Flexible Tactical Uncrewed Air System (FTUAS) Urgent Capability Requirement (UCR) for RN forward presence shipping to counter Crewed and Uncrewed Surface Vessels (USVs) in an operational theatre. The requirement will also require the Contractor to provide a FTUAS system at a UK Royal Navy Air Station, technical information, through life support, as well as the provision of training for operators and maintainers. The requirement is for a capability to FIND, FIX, TRACK and ASSESS Fast Inshore Attack Craft, Crewed and Uncrewed, operating alone, in large numbers. It is anticipated that the solution will permanently embark on a Naval Warship to provide a persistent, intimate, integrated and assured capability. The ability to operate at sufficient range from its parent ship to facilitate timely decision making is anticipated as is the need for a Maritime Surface Surveillance Radar to satisfactorily deliver \"FIND\". It is anticipated that the equipment will be in service for a period of 24 months from the date of the delivery of the initial operating capability (IOC), with options including a Contract extension up to an additional 24 months, subject to Ministry of Defence approval.",
"value": {
"amount": 52000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "There are a number of Key Principles, which the Authority believe the Contractor and its supply chain will need to be able to fulfil, in order for the FTUAS solution to be able to operate effectively. These Key Principles include: 1. The ability to supply a Rotary Wing Air Vehicle able to operate embarked within the constraints posed by a Naval Warship, with integrated Intelligence, Surveillance and Reconnaissance (including a Maritime Surface Surveillance Radar), and the Air System being able to supply / disseminate / process information in the format designated for the Combat Management System, all to be delivered within the programme timescales. 2. The successful solution will most likely be a mature system, possibly with some civil approvals and need little adaptation or modification (e.g. COTS / MOTS) to meet the requirement and be deployable in the operational theatre at sea. 3. Hold ISO9001 or AS9100 accreditation or equivalent 4. The ability to immediately engage with the Authority at the correct classification of Security, manage this information securely, manage export controls appropriately, and supply personnel security cleared to the appropriate level. There will be a requirement for the Contractor to occasionally deploy Field Service Representatives (FSRs) / trainers to embark on the vessel to provide short term support. Depending on the nature of operations, deployment of the FSR may need to be governed by policy and processes in line with Contractors on Deployed Operations (CONDO). There may be a requirement for the chosen supplier to transfer the equipment to a different class of Naval Warship in an emergency situation / unforeseen circumstance.",
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "Options including a Contract extension up to an additional 24 months, subject to Ministry of Defence approval."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "Options including the extension to the Contract, additional goods and services."
},
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Willingness to Pay",
"type": "quality",
"description": "100"
},
{
"name": "Willingness to Pay",
"type": "cost",
"description": "100"
}
]
}
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "UKJ31"
},
{
"region": "UKJ31"
}
],
"relatedLot": "1",
"deliveryLocation": {
"description": "Portsmouth"
}
}
],
"participationFees": [
{
"id": "1",
"type": [
"document"
]
}
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://award.bravosolution.co.uk/ftuas2/web/project/a6739ee7-4d34-44dd-b206-9ed7437b7a93/register",
"communication": {
"atypicalToolUrl": "https://award.bravosolution.co.uk/ftuas2/web/project/a6739ee7-4d34-44dd-b206-9ed7437b7a93/register"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive procedure with negotiation",
"tenderPeriod": {
"endDate": "2021-07-01T23:59:00+01:00"
},
"secondStage": {
"invitationDate": "2021-09-08T00:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
]
},
"hasRecurrence": false,
"contractTerms": {
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
}
},
"parties": [
{
"id": "GB-FTS-17473",
"name": "Ministry of Defence",
"identifier": {
"legalName": "Ministry of Defence"
},
"address": {
"streetAddress": "RPAS DT, DE&S, Yew 2C, Abbey Wood, #1251",
"locality": "Bistol",
"region": "UKK11",
"postalCode": "BS34 8JH",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Steve Eustace",
"telephone": "+44 7890636176",
"email": "Steven.Eustace100@mod.gov.uk",
"url": "https://award.bravosolution.co.uk/ftuas2/web/project/a6739ee7-4d34-44dd-b206-9ed7437b7a93/register"
},
"roles": [
"buyer"
],
"details": {
"url": "https://des.mod.uk/",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "MINISTRY",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"scheme": "COFOG",
"id": "02",
"description": "Defence"
}
]
}
},
{
"id": "GB-FTS-17474",
"name": "Ministry of Defence",
"identifier": {
"legalName": "Ministry of Defence"
},
"address": {
"streetAddress": "RPAS DT, DE&S, Yew 2C #1251, Abbey Wood",
"locality": "Bristol",
"postalCode": "BS34 8JH",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-74955",
"name": "Ministry of Defence",
"identifier": {
"legalName": "Ministry of Defence"
},
"address": {
"streetAddress": "DE&S, Abbey Wood",
"locality": "Bristol",
"region": "UKK11",
"postalCode": "BS348JH",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "Steven.Eustace100@mod.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://des.mod.uk/",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "MINISTRY",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"scheme": "COFOG",
"id": "02",
"description": "Defence"
}
]
}
},
{
"id": "GB-FTS-74956",
"name": "Thales UK Ltd",
"identifier": {
"legalName": "Thales UK Ltd"
},
"address": {
"streetAddress": "350 Longwater Avenue, Green Park",
"locality": "Reading",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-74957",
"name": "Ministry of Defence",
"identifier": {
"legalName": "Ministry of Defence"
},
"address": {
"streetAddress": "RPAS DT, DE&S, Abbey Wood",
"locality": "Bristol",
"postalCode": "BS348JH",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-74955",
"name": "Ministry of Defence"
},
"language": "en",
"awards": [
{
"id": "004114-2023-RPAS/00002-1",
"relatedLots": [
"1"
],
"title": "Flexible Tactical Uncrewed Air System (FTUAS) - Navy UCR",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-74956",
"name": "Thales UK Ltd"
}
]
}
],
"contracts": [
{
"id": "004114-2023-RPAS/00002-1",
"awardID": "004114-2023-RPAS/00002-1",
"title": "Flexible Tactical Uncrewed Air System (FTUAS) - Navy UCR",
"status": "active",
"value": {
"amount": 16603402,
"currency": "GBP"
},
"dateSigned": "2022-11-29T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 2
},
{
"id": "2",
"measure": "electronicBids",
"relatedLot": "1",
"value": 2
}
]
}
}