Award

Heavy Lift Challenge

MINISTRY OF DEFENCE

This public procurement record has 2 releases in its history.

Award

28 Oct 2021 at 21:45

Tender

28 Jun 2021 at 21:45

Summary of the contracting process

The public procurement process titled "Heavy Lift Challenge" is managed by the Ministry of Defence, based in Bristol, UK. The procurement falls under the services industry, specifically focused on research and development services related to autonomous Heavy Lift Uncrewed Air Systems. The procurement method utilised is an open procedure, and this tender is currently in the active stage. Key dates include a tender submission deadline of 26th July 2021 and a contract value of £20,000,000, which aims to facilitate the development of innovative solutions for the maritime domain.

This tender presents significant opportunities for growth particularly for small to medium enterprises (SMEs) specialising in autonomous systems, research and development, and consultancy services. Businesses that can demonstrate expertise in uncrewed air system technologies and meet the Authority's defined Minimum Viable Product requirements could benefit greatly. The framework's competitive nature encourages suppliers to showcase innovative capabilities and explore collaborative development, making it an attractive prospect for companies aiming to expand their market presence in cutting-edge defence solutions.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Heavy Lift Challenge

Notice Description

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.

Lot Information

20,000,000

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.

Lot 1

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.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02c120
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/027124-2021
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

73 - Research and development services and related consultancy services


CPV Codes

73000000 - Research and development services and related consultancy services

Notice Value(s)

Tender Value
£20,000,000 £10M-£100M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£20,000,000 £10M-£100M

Notice Dates

Publication Date
28 Oct 20214 years ago
Submission Deadline
26 Jul 2021Expired
Future Notice Date
Not specified
Award Date
25 Oct 20214 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Active, Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
MINISTRY OF DEFENCE
Contact Name
Not specified
Contact Email
george.hollingdale100@mod.gov.uk, leroy.howell101@mod.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
BRISTOL
Postcode
N/A
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
Not specified

Local Authority
South Gloucestershire
Electoral Ward
Stoke Park & Cheswick
Westminster Constituency
Filton and Bradley Stoke

Supplier Information

Number of Suppliers
2
Supplier Names

MALLOY AERONAUTICS

W AUTONOMOUS SYSTEMS

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-02c120-2021-10-28T22:45:01+01:00",
    "date": "2021-10-28T22:45:01+01:00",
    "ocid": "ocds-h6vhtk-02c120",
    "initiationType": "tender",
    "tender": {
        "id": "701570378",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Heavy Lift Challenge",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "73000000",
            "description": "Research and development services and related consultancy services"
        },
        "mainProcurementCategory": "services",
        "description": "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.",
        "value": {
            "amount": 20000000,
            "currency": "GBP"
        },
        "lotDetails": {
            "maximumLotsBidPerSupplier": 1
        },
        "lots": [
            {
                "id": "1 & 2",
                "title": "20,000,000",
                "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.",
                "contractPeriod": {
                    "endDate": "2025-08-22T23:59:59+01:00"
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            },
            {
                "id": "1",
                "description": "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.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Social Value",
                            "type": "quality",
                            "description": "10%"
                        },
                        {
                            "name": "Presentation",
                            "type": "quality",
                            "description": "10%"
                        },
                        {
                            "name": "Fly-Off",
                            "type": "quality",
                            "description": "80%"
                        },
                        {
                            "type": "price",
                            "description": "Framework; no price criterion"
                        }
                    ]
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1 & 2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "73000000",
                        "description": "Research and development services and related consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1 & 2"
            },
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://www.contracts.mod.uk/web/login.html",
        "communication": {
            "atypicalToolUrl": "https://www.contracts.mod.uk/web/login.html"
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "techniques": {
            "hasFrameworkAgreement": true
        },
        "tenderPeriod": {
            "endDate": "2021-07-26T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "awardPeriod": {
            "startDate": "2021-07-26T12:00:00+01:00"
        },
        "bidOpening": {
            "date": "2021-07-26T12:00:00+01:00"
        },
        "hasRecurrence": false,
        "contractTerms": {
            "hasElectronicPayment": true
        }
    },
    "parties": [
        {
            "id": "GB-FTS-5483",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "locality": "Bristol",
                "region": "UK",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "Leroy.Howell101@mod.gov.uk",
                "url": "https://www.contracts.mod.uk/web/login.html"
            },
            "roles": [
                "buyer",
                "reviewBody"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/ministry-of-defence",
                "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-12610",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "locality": "Bristol",
                "region": "UK",
                "postalCode": "BS34 8JH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "George.Hollingdale100@mod.gov.uk"
            },
            "roles": [
                "buyer",
                "reviewBody"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/ministry-of-defence",
                "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-33084",
            "name": "Malloy Aeronautics Ltd",
            "identifier": {
                "legalName": "Malloy Aeronautics Ltd"
            },
            "address": {
                "locality": "Beasconsfield",
                "region": "UK",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-33085",
            "name": "W Autonomous Systems Ltd",
            "identifier": {
                "legalName": "W Autonomous Systems Ltd"
            },
            "address": {
                "locality": "Harrow",
                "region": "UK",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-12610",
        "name": "Ministry of Defence"
    },
    "language": "en",
    "awards": [
        {
            "id": "027124-2021-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-33084",
                    "name": "Malloy Aeronautics Ltd"
                },
                {
                    "id": "GB-FTS-33085",
                    "name": "W Autonomous Systems Ltd"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "027124-2021-1",
            "awardID": "027124-2021-1",
            "status": "active",
            "value": {
                "amount": 20000000,
                "currency": "GBP"
            },
            "dateSigned": "2021-10-26T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 8
            }
        ]
    }
}