Planning

712835450 - Project Brakestop

MINISTRY OF DEFENCE

This public procurement record has 1 release in its history.

Planning

25 Sep 2024 at 15:11

Summary of the contracting process

The Ministry of Defence (MOD) is currently in the planning stage of a procurement process for Project Brakestop, which falls under the military research and technology industry category. The project is aimed at developing a cost-effective, long-range One Way Effector (OWE) capable of being safely ground launched from a mobile platform. This Prior Information Notice (PIN) informs potential suppliers of an upcoming competition. Key dates include the industry day on 8th October 2024 in London and the submission deadline on 2nd October 2024 by 15:00 (GMT+1). The procurement method involves rapid down-selection and a 3-2-1 procurement model.

This tender offers significant opportunities for businesses that specialise in military technology, particularly those with expertise in propulsion systems, airframes, navigation and targeting, scalability, and launcher systems. The project prioritises scalability and rapid development, with a demonstration firing slated for Q2 2025 and potential serial production starting in Q3 2025. Organisations with innovative solutions that can meet the stringent requirements outlined in the SSUN and demonstrate their capabilities swiftly will find this an ideal opportunity to collaborate with the MOD and secure substantial funding for development.

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

712835450 - Project Brakestop

Notice Description

This Prior Information Notice serves to inform industry about the upcoming competition for Project Brakestop. Please see the single statement of user need (SSUN) below and further details around the project including an industry day. SSUN: "The User requires a cost-effective, long range (>500km) One Way Effector (OWE) Heavy, capable of being safely ground launched from a mobile platform in a high threat tactical environment, navigating to and accurately striking a user-programmed target. It shall be: operable in harsh physical environments, day and night, of low multispectral signature, resilient in a complex Electromagnetic environment (EME), including within a GNSS denied & degraded environment, and resistant against targeted EW attack and spoofing. Subject to potential future contract, manufacturing shall be scalable to meet operational requirements at a minimum of 20 units per month, with the ability to further increase." Overview: UK MOD requires the ability to deliver an 200kg - 300kg class payload (Mk 82 for reference) over a target range of 600km at a speed of around 600km/h. This must be capable of being safely ground launched from a mobile platform in a high threat tactical environment, with reduced probability of detection / high survivability with minimal take-off distance. It should be mobile via vehicle, fitted to or towed by. This can be done via any trajectory (ballistic or low-level cruise) and could use a missile, a drone, or another technology to deliver the effect, at day or night, following a pre-programmed route. If low level cruise, it must be able to navigate in a GNSS denied environment and have some form of end stage guidance as required, to an accuracy of CEP (0.5) of 30m. The target cost per delivery platform must be no higher than PS400,000 Ex VAT and excludes the launcher system and any GFX as listed below. This requirement is for technologies that can be packaged and demonstrated rapidly, including firing in a test range. The design should be free from external government trade and usage restrictions. The design must have the ability to be spirally developed, to improve performance characteristics. Whilst a complete solution is being sought, if you are offering part of the solution, we encourage you to participate in the industry day and to explicitly state which part of the problem you are answering within the categories of: 1. Propulsion system, e.g. engine, 2. Airframe, 3. Navigation and targeting, 4. Ability to scale, 5. Launcher system. The project will be prioritising scalability over exquisite solutions. The following will likely be government furnished (GFX): 1. Payload 2. Fuses 3. Testing ranges/facilities 4. Manufacturing Technology Centre (MTC) support for scaling 5. DSTL advice Procurement Approach and timelines: FCI will down select from submitted proposals using the proven 3-2-1 procurement model and invite a number of companies to a face-to-face presentation where a further down selection will be made to a small number of companies (2-5) and, subject to contract, will provide up to PS5m of funding for the rapid development of those proposals. Those companies will be required to rapidly demonstrate their systems. The aim is to deliver this product at pace, which means there is an aggressive timeline of a demonstration firing in Q2 2025 and, subject to contract, potential serial production from Q3 2025, producing a minimum around 20 platforms per month. Industry day information: The Authority will be holding a Project Brakestop industry day on Tuesday 8th October 2024 in London UK. Please use the following link for further detail and to submit a request form to attend the industry day: https://forms.office.com/Pages/ResponsePage.aspx?id=7WB3vlNZS0iuldChbfoJ5XUTJJOnMC1Guv5Ej0GV_QpUOE9GWDdSMTFOT1hLVFJEQUhYMERTQVRENyQlQCN0PWcu Please note that responses must be submitted by 15:00 (GMT+1) 2nd October 2024 Due to capacity limitations, this industry day is limited to 2 personnel from each company. In the event of the location's capacity being exceeded, the Authority will reduce down to 1 person from each company. Additional information: Industry day information: The Authority will be holding a Project Brakestop industry day on Tuesday 8th October 2024 in London UK. Please use the following link for further detail and to submit a request form to attend the industry day: https://forms.office.com/Pages/ResponsePage.aspx?id=7WB3vlNZS0iuldChbfoJ5XUTJJOnMC1Guv5Ej0GV_QpUOE9GWDdSMTFOT1hLVFJEQUhYMERTQVRENyQlQCN0PWcu Please note that responses must be submitted by 15:00 (GMT+1) 2nd October 2024 Due to capacity limitations, this industry day is limited to 2 personnel from each company. In the event of the location's capacity being exceeded, the Authority will reduce down to 1 personnel from each company.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-04a2d3
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/030651-2024
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Standard
Procurement Category
Services
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

73 - Research and development services and related consultancy services


CPV Codes

35613100 - Unmanned combat aerial vehicles

35623100 - Air/ground/sea launched cruise missiles

73410000 - Military research and technology

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
25 Sep 20241 years ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Planned
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
MINISTRY OF DEFENCE
Contact Name
Attn: DE&S
Contact Email
desfcg-comrcl@mod.uk
Contact Phone
Not specified

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

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-04a2d3-2024-09-25T16:11:28+01:00",
    "date": "2024-09-25T16:11:28+01:00",
    "ocid": "ocds-h6vhtk-04a2d3",
    "description": "Conditions regarding this PIN: 1) This PIN is not a call for competition and is not published to reduce time limits for the receipt of tenders; 2) The Authority reserves the right not to commence any procurement or award any contract in respect of this opportunity; 3) The information contained in this PIN may be subject to change due to the impact of governance, assurance, regulatory changes and/or the pre-market engagement outcomes. Insofar as is permitted by law, the Authority shall not be liable for any losses incurred by any party as a result of reliance on the information contained/linked herein; 4) Failure to register an interest in connection with this PIN shall not prevent an organisation from participating in any formal call for competition.",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-04a2d3",
        "legalBasis": {
            "id": "32009L0081",
            "scheme": "CELEX"
        },
        "title": "712835450 - Project Brakestop",
        "status": "planned",
        "classification": {
            "scheme": "CPV",
            "id": "73410000",
            "description": "Military research and technology"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "35613100",
                "description": "Unmanned combat aerial vehicles"
            },
            {
                "scheme": "CPV",
                "id": "35623100",
                "description": "Air/ground/sea launched cruise missiles"
            },
            {
                "scheme": "TED_SERVICE_CATEGORY_DEFENCE",
                "id": "3",
                "description": "Defence services, military defence services and civil defence services"
            }
        ],
        "mainProcurementCategory": "services",
        "description": "This Prior Information Notice serves to inform industry about the upcoming competition for Project Brakestop. Please see the single statement of user need (SSUN) below and further details around the project including an industry day. SSUN: \"The User requires a cost-effective, long range (>500km) One Way Effector (OWE) Heavy, capable of being safely ground launched from a mobile platform in a high threat tactical environment, navigating to and accurately striking a user-programmed target. It shall be: operable in harsh physical environments, day and night, of low multispectral signature, resilient in a complex Electromagnetic environment (EME), including within a GNSS denied & degraded environment, and resistant against targeted EW attack and spoofing. Subject to potential future contract, manufacturing shall be scalable to meet operational requirements at a minimum of 20 units per month, with the ability to further increase.\" Overview: UK MOD requires the ability to deliver an 200kg - 300kg class payload (Mk 82 for reference) over a target range of 600km at a speed of around 600km/h. This must be capable of being safely ground launched from a mobile platform in a high threat tactical environment, with reduced probability of detection / high survivability with minimal take-off distance. It should be mobile via vehicle, fitted to or towed by. This can be done via any trajectory (ballistic or low-level cruise) and could use a missile, a drone, or another technology to deliver the effect, at day or night, following a pre-programmed route. If low level cruise, it must be able to navigate in a GNSS denied environment and have some form of end stage guidance as required, to an accuracy of CEP (0.5) of 30m. The target cost per delivery platform must be no higher than PS400,000 Ex VAT and excludes the launcher system and any GFX as listed below. This requirement is for technologies that can be packaged and demonstrated rapidly, including firing in a test range. The design should be free from external government trade and usage restrictions. The design must have the ability to be spirally developed, to improve performance characteristics. Whilst a complete solution is being sought, if you are offering part of the solution, we encourage you to participate in the industry day and to explicitly state which part of the problem you are answering within the categories of: 1. Propulsion system, e.g. engine, 2. Airframe, 3. Navigation and targeting, 4. Ability to scale, 5. Launcher system. The project will be prioritising scalability over exquisite solutions. The following will likely be government furnished (GFX): 1. Payload 2. Fuses 3. Testing ranges/facilities 4. Manufacturing Technology Centre (MTC) support for scaling 5. DSTL advice Procurement Approach and timelines: FCI will down select from submitted proposals using the proven 3-2-1 procurement model and invite a number of companies to a face-to-face presentation where a further down selection will be made to a small number of companies (2-5) and, subject to contract, will provide up to PS5m of funding for the rapid development of those proposals. Those companies will be required to rapidly demonstrate their systems. The aim is to deliver this product at pace, which means there is an aggressive timeline of a demonstration firing in Q2 2025 and, subject to contract, potential serial production from Q3 2025, producing a minimum around 20 platforms per month. Industry day information: The Authority will be holding a Project Brakestop industry day on Tuesday 8th October 2024 in London UK. Please use the following link for further detail and to submit a request form to attend the industry day: https://forms.office.com/Pages/ResponsePage.aspx?id=7WB3vlNZS0iuldChbfoJ5XUTJJOnMC1Guv5Ej0GV_QpUOE9GWDdSMTFOT1hLVFJEQUhYMERTQVRENyQlQCN0PWcu Please note that responses must be submitted by 15:00 (GMT+1) 2nd October 2024 Due to capacity limitations, this industry day is limited to 2 personnel from each company. In the event of the location's capacity being exceeded, the Authority will reduce down to 1 person from each company. Additional information: Industry day information: The Authority will be holding a Project Brakestop industry day on Tuesday 8th October 2024 in London UK. Please use the following link for further detail and to submit a request form to attend the industry day: https://forms.office.com/Pages/ResponsePage.aspx?id=7WB3vlNZS0iuldChbfoJ5XUTJJOnMC1Guv5Ej0GV_QpUOE9GWDdSMTFOT1hLVFJEQUhYMERTQVRENyQlQCN0PWcu Please note that responses must be submitted by 15:00 (GMT+1) 2nd October 2024 Due to capacity limitations, this industry day is limited to 2 personnel from each company. In the event of the location's capacity being exceeded, the Authority will reduce down to 1 personnel from each company.",
        "items": [
            {
                "id": "0",
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ]
            }
        ],
        "legislativeReferences": [
            {
                "title": "Tax legislation",
                "url": "https://des.mod.uk/",
                "informationService": {
                    "id": "GB-FTS-102084",
                    "name": "DE&S"
                }
            }
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-102082",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "streetAddress": "MOD Abbey Wood South, 1261, Spruce 2B",
                "locality": "Bristol",
                "postalCode": "BS34 8JH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Attn: DE&S",
                "email": "DESFCG-Comrcl@mod.uk"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "GB-FTS-102084",
            "name": "DE&S",
            "identifier": {
                "legalName": "DE&S"
            },
            "address": {
                "streetAddress": "MOD Abbey Wood South, 1261, Spruce 2B",
                "locality": "Bristol",
                "postalCode": "BS34 8JH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "DESFCG-Comrcl@mod.uk"
            },
            "roles": [
                "informationService"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-102082",
        "name": "Ministry of Defence"
    },
    "language": "en"
}