Notice Information
Notice Title
Applications are invited for the assessment of C-sUAS (Counter-Drone) Soldier-Carried Systems by the UK MoD RIC
Notice Description
The misuse of small unmanned aircraft systems (sUAS) represents a significant and growing risk to operations and day-to-day Defence activity both in the UK and overseas. The Rapid Innovation Cell (RIC), endorsed by the Military Capability Board, has been established as part of the UAS Capability Development Centre (UASCDC) to test and evaluate (T&E) mature C-sUAS capabilities and generate a managed Defence database of available capabilities. Through a regular programme of T&E events, the RIC will establish the efficacy of commercially available capabilities. It will also increase broader awareness of the C-sUAS market and support a more agile method of delivering capability to the front line. To prevent capability gaps and ensure interoperability, it is intended that Defence C-sUAS systems will use the 'SAPIENT' open architecture. This will also ensure that our systems can evolve at the component level enabling the spiral development of capability. RIC Test Cycle #3 The RIC has established a series of Test Cycles. Each Test Cycle will focus on a particular subset of C-sUAS systems. Test Cycles are scheduled for every six months, nominally in the spring and autumn of each year. Suppliers of mature C-sUAS Soldier Carried Systems are invited to apply to have their product's performance assessed by the RIC. To apply you must complete an online questionnaire for your product. The product questionnaire will be available from 11:00am Monday 12th July, 2021, and responses must be fully completed and submitted by 11:00am Monday 9th August, 2021. Please complete a separate product questionnaire for each product that you wish to put forward for assessment. Test Cycle #3, will focus on mature C-sUAS products that conform to the following scope: 1. The total weight of the product must be <6kg and must be capable of being operated whilst being carried by a single soldier (i.e. body-worn; handheld; and/or back-pack mounted). Suppliers of products having a total weight between 6-10kg may complete an application, however, these heavier products will only be tested if we have spare test slots available. 2. The product must have capability against both Fixed Wing and Rotary Wing sUAS. 3. The product may use any detection/mitigation technologies, provided they are safe for the soldier to carry and operate whilst being carried. 4. The product must be fully design certified, having a maturity that is ready for operational deployment with UK armed forces. 5. The product must provide at least one of the following capabilities: a. A sUAS detection system that automatically alerts the soldier when a sUAS is active, whilst the soldier is dismounted and moving b. A sUAS mitigation system that can mitigate sUAS operations whilst the soldier is dismounted and moving; and/or dismounted and within 5s of coming to a stop (the system must be operated whilst being carried; i.e. tripods and other mounts are not within scope).
Lot Information
Lot 1
Your response to the product questionnaire will be carefully evaluated. Your product will be eligible for the next phase of testing (Factory Tests) if it meets our maturity requirements and is clearly within the scope described above. A full set of guidance and testing criteria are provided on the UK C-sUAS Defence Portal. The RIC maintains a register of potential C-sUAS suppliers. All potential suppliers registered with the RIC will receive access to the UK C-sUAS Defence Portal. The online product questionnaire will be hosted on the UK C-sUAS Defence Portal and is the only way to apply for testing with the RIC. Please use the following web address to register with the RIC: https://uascdc.com/industry/open-supplier-register.aspx This PIN does not constitute the start of any procurement activity or resultant contract - it is for information only, to advise industry on the next stage of the trials programme and where further information can be sought. A questionnaire is completed at your own risk and, if successful, does not automatically enter you into the next phase. At the RIC's discretion, the Test Programme is subject to change. {Contact e-mail for enquiries: UASCDC-RIC@qinetiq.com, 01684 895836} Additional information: {Contact e-mail for enquiries: UASCDC-RIC@qinetiq.com, 01684 895836}
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02c6fe
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/016268-2021
- Current Stage
- Planning
- All Stages
- Planning
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Standard
- Procurement Category
- Goods
- Procurement Method
- Not Specified
- Procurement Method Details
- Not specified
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
35 - Security, fire-fighting, police and defence equipment
-
- CPV Codes
35125100 - Sensors
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 12 Jul 20214 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- 11 Jul 2021Expired
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Planned
- Lots Status
- Planned
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- MINISTRY OF DEFENCE
- Contact Name
- Peter Clarke
- Contact Email
- uascdc-ric@qinetiq.com
- Contact Phone
- +44 1684895836
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
- Not specified
-
- 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-02c6fe-2021-07-12T22:45:02+01:00",
"date": "2021-07-12T22:45:02+01:00",
"ocid": "ocds-h6vhtk-02c6fe",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-02c6fe",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Applications are invited for the assessment of C-sUAS (Counter-Drone) Soldier-Carried Systems by the UK MoD RIC",
"status": "planned",
"classification": {
"scheme": "CPV",
"id": "35125100",
"description": "Sensors"
},
"mainProcurementCategory": "goods",
"description": "The misuse of small unmanned aircraft systems (sUAS) represents a significant and growing risk to operations and day-to-day Defence activity both in the UK and overseas. The Rapid Innovation Cell (RIC), endorsed by the Military Capability Board, has been established as part of the UAS Capability Development Centre (UASCDC) to test and evaluate (T&E) mature C-sUAS capabilities and generate a managed Defence database of available capabilities. Through a regular programme of T&E events, the RIC will establish the efficacy of commercially available capabilities. It will also increase broader awareness of the C-sUAS market and support a more agile method of delivering capability to the front line. To prevent capability gaps and ensure interoperability, it is intended that Defence C-sUAS systems will use the 'SAPIENT' open architecture. This will also ensure that our systems can evolve at the component level enabling the spiral development of capability. RIC Test Cycle #3 The RIC has established a series of Test Cycles. Each Test Cycle will focus on a particular subset of C-sUAS systems. Test Cycles are scheduled for every six months, nominally in the spring and autumn of each year. Suppliers of mature C-sUAS Soldier Carried Systems are invited to apply to have their product's performance assessed by the RIC. To apply you must complete an online questionnaire for your product. The product questionnaire will be available from 11:00am Monday 12th July, 2021, and responses must be fully completed and submitted by 11:00am Monday 9th August, 2021. Please complete a separate product questionnaire for each product that you wish to put forward for assessment. Test Cycle #3, will focus on mature C-sUAS products that conform to the following scope: 1. The total weight of the product must be <6kg and must be capable of being operated whilst being carried by a single soldier (i.e. body-worn; handheld; and/or back-pack mounted). Suppliers of products having a total weight between 6-10kg may complete an application, however, these heavier products will only be tested if we have spare test slots available. 2. The product must have capability against both Fixed Wing and Rotary Wing sUAS. 3. The product may use any detection/mitigation technologies, provided they are safe for the soldier to carry and operate whilst being carried. 4. The product must be fully design certified, having a maturity that is ready for operational deployment with UK armed forces. 5. The product must provide at least one of the following capabilities: a. A sUAS detection system that automatically alerts the soldier when a sUAS is active, whilst the soldier is dismounted and moving b. A sUAS mitigation system that can mitigate sUAS operations whilst the soldier is dismounted and moving; and/or dismounted and within 5s of coming to a stop (the system must be operated whilst being carried; i.e. tripods and other mounts are not within scope).",
"lots": [
{
"id": "1",
"description": "Your response to the product questionnaire will be carefully evaluated. Your product will be eligible for the next phase of testing (Factory Tests) if it meets our maturity requirements and is clearly within the scope described above. A full set of guidance and testing criteria are provided on the UK C-sUAS Defence Portal. The RIC maintains a register of potential C-sUAS suppliers. All potential suppliers registered with the RIC will receive access to the UK C-sUAS Defence Portal. The online product questionnaire will be hosted on the UK C-sUAS Defence Portal and is the only way to apply for testing with the RIC. Please use the following web address to register with the RIC: https://uascdc.com/industry/open-supplier-register.aspx This PIN does not constitute the start of any procurement activity or resultant contract - it is for information only, to advise industry on the next stage of the trials programme and where further information can be sought. A questionnaire is completed at your own risk and, if successful, does not automatically enter you into the next phase. At the RIC's discretion, the Test Programme is subject to change. {Contact e-mail for enquiries: UASCDC-RIC@qinetiq.com, 01684 895836} Additional information: {Contact e-mail for enquiries: UASCDC-RIC@qinetiq.com, 01684 895836}",
"status": "planned"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "35125100",
"description": "Sensors"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"relatedLot": "1"
}
],
"communication": {
"futureNoticeDate": "2021-07-12T00:00:00+01:00"
}
},
"parties": [
{
"id": "GB-FTS-22251",
"name": "Ministry of Defence",
"identifier": {
"legalName": "Ministry of Defence"
},
"address": {
"streetAddress": "Ministry of Defence, Abbey Wood, Bristol, United Kingdom",
"locality": "Bristol",
"region": "UK",
"postalCode": "BS34 8JH",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Peter Clarke",
"telephone": "+44 1684895836",
"email": "UASCDC-RIC@qinetiq.com"
},
"roles": [
"buyer"
],
"details": {
"url": "https://uascdc.com/industry/open-supplier-register.aspx",
"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"
}
]
}
}
],
"buyer": {
"id": "GB-FTS-22251",
"name": "Ministry of Defence"
},
"language": "en"
}