Notice Information
Notice Title
Project Wayfind
Notice Description
The increase in the threat of GNSS denial and degradation, coupled with the use of UAVs within operational environments is focusing the MOD on the importance of using alternative sources of position, navigation & time, alongside GNSS. To be able to use these multiple different sources of PNT to generate a more trustworthy single estimate of position and time, it is necessary to use a PNT sensor fusion engine. Fusing different PNT sensors is not a new concept, but this contract will focus on being able to robustly test the performance of fusion engines, as well as adopting a common data standard for them, whilst seeking to also leverage performance improvements from strongly performing alternative PNT sensors. WAYFINDER is a Space Delivery Team owned project for a preferred supplier to develop and prove the performance of at least 2 multi-PNT-sensor fusion engines within at least 4 x 3-month spirals. There is a particular focus on improving Uncrewed Aerial Vehicle (UAV) operation within environments where the Global Navigation Satellite System (GNSS) is degraded and/or denied. To achieve this objective, Space DT are seeking to let a contract with an industry partner who can: Quickly identify existing, potentially suitable PNT sensor fusion products and alternative PNT sensors. Collate and communicate detail surrounding their performance and availability. Organise, facilitate, and regularly repeat trials that can provide robust evidence of how the PNT sensor fusion products and individual sensors perform in a GNSS denied and degraded environment. Lead on fast-paced improvements to those PNT sensor fusion products, with the aim of providing fieldable technology through spiral development in approximately 3-month increments. A key focus for Space DT is on a PNT sensor fusion product that can quickly and easily operate on a range of UAVs in a variety of different environments, with different PNT sensors, i.e. using a common data standard such as All Source Position and Navigation (ASPN). Space Delivery Team intend to run a short-term contract (6-weeks) to an estimated 5 suppliers where the short-term contract will then be used to down select to 1 or more suppliers to enter into a full-term contract (between approximately 1-2 years). The Statement of Work for each contract will be provided via the DSP at the relevant times within the procurement. There will be no options within the short-term contract. The Authority may include Options to procure the items requested under the full-term contract which a decision will be made when the tender documents and relevant Statement of Works are released. The total value of the approximately 5-6 short-term contracts is intended to be approximately PS1Million, to be split between the down selected suppliers and the total value of any full-term contracts is estimated to be approximately PS9Million. The Wayfinder short-term contract will be run primarily at OFFICIAL with an option to use higher classification of information, if the preferred supplier is able to operate at that level of classification. The Cyber Risk Level for the short-term contract has been assessed as Not Applicable. As the Statement of Work for the main contract is still being finalised, the Cyber Risk Level for the main-contract will be identified and communicated at the appropriate point of industry engagement. The Risk Assessment Reference for the short-term contract is (RAR) 250121A09 A full description of the Cyber Risk levels is available at DEFSTAN 05-138. Potential Providers should make themselves familiar with the requirements against the profile assessment for this risk level.
Lot Information
Lot 1
The increase in the threat of GNSS denial and degradation, coupled with the use of UAVs within operational environments is focusing the MOD on the importance of using alternative sources of position, navigation & time, alongside GNSS. To be able to use these multiple different sources of PNT to generate a more trustworthy single estimate of position and time, it is necessary to use a PNT sensor fusion engine. Fusing different PNT sensors is not a new concept, but this contract will focus on being able to robustly test the performance of fusion engines, as well as adopting a common data standard for them, whilst seeking to also leverage performance improvements from strongly performing alternative PNT sensors. WAYFINDER is a Space Delivery Team owned project for a preferred supplier to develop and prove the performance of at least 2 multi-PNT-sensor fusion engines within at least 4 x 3-month spirals. There is a particular focus on improving Uncrewed Aerial Vehicle (UAV) operation within environments where the Global Navigation Satellite System (GNSS) is degraded and/or denied. To achieve this objective, Space DT are seeking to let a contract with an industry partner who can: Quickly identify existing, potentially suitable PNT sensor fusion products and alternative PNT sensors. Collate and communicate detail surrounding their performance and availability. Organise, facilitate, and regularly repeat trials that can provide robust evidence of how the PNT sensor fusion products and individual sensors perform in a GNSS denied and degraded environment. Lead on fast-paced improvements to those PNT sensor fusion products, with the aim of providing fieldable technology through spiral development in approximately 3-month increments. A key focus for Space DT is on a PNT sensor fusion product that can quickly and easily operate on a range of UAVs in a variety of different environments, with different PNT sensors, i.e. using a common data standard such as All Source Position and Navigation (ASPN). Space Delivery Team intend to run a short-term contract (6-weeks) to an estimated 5 suppliers where the short-term contract will then be used to down select to 1 or more suppliers to enter into a full-term contract (between approximately 1-2 years). The Statement of Work for each contract will be provided via the DSP at the relevant times within the procurement. There will be no options within the short-term contract. The Authority may include Options to procure the items requested under the full-term contract which a decision will be made when the tender documents and relevant Statement of Works are released. The total value of the approximately 5-6 short-term contracts is intended to be approximately PS1Million, to be split between the down selected suppliers and the total value of any full-term contracts is estimated to be approximately PS9Million. The Wayfinder short-term contract will be run primarily at OFFICIAL with an option to use higher classification of information, if the preferred supplier is able to operate at that level of classification. The Cyber Risk Level for the short-term contract has been assessed as Not Applicable. As the Statement of Work for the main contract is still being finalised, the Cyber Risk Level for the main-contract will be identified and communicated at the appropriate point of industry engagement. The Risk Assessment Reference for the short-term contract is (RAR) 250121A09 A full description of the Cyber Risk levels is available at DEFSTAN 05-138. Potential Providers should make themselves familiar with the requirements against the profile assessment for this risk level.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-04e27c
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/005306-2025
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Goods
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
38 - Laboratory, optical and precision equipments (excl. glasses)
73 - Research and development services and related consultancy services
-
- CPV Codes
38112100 - Global navigation and positioning systems (GPS or equivalent)
73210000 - Research consultancy services
Notice Value(s)
- Tender Value
- £10,000,000 £10M-£100M
- Lots Value
- £10,000,000 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 17 Feb 20251 years ago
- Submission Deadline
- 21 Feb 2025Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- MINISTRY OF DEFENCE
- Contact Name
- Not specified
- Contact Email
- douglas.kershaw102@mod.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- BRISTOL
- Postcode
- N/A
- Post Town
- Not specified
- Country
- Not specified
-
- Major Region (ITL 1)
- Not specified
- Basic Region (ITL 2)
- Not specified
- Small Region (ITL 3)
- Not specified
- Delivery Location
- Not specified
-
- Local Authority
- Not specified
- Electoral Ward
- Not specified
- Westminster Constituency
- Not specified
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-04e27c-2025-02-17T10:34:48Z",
"date": "2025-02-17T10:34:48Z",
"ocid": "ocds-h6vhtk-04e27c",
"description": "The Authority will be using the Contract, Purchasing and Financing software platform to receive and pay invoices. The supplier must ensure they are registered prior to Contract Award",
"initiationType": "tender",
"tender": {
"id": "713697452",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Project Wayfind",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "38112100",
"description": "Global navigation and positioning systems (GPS or equivalent)"
},
"mainProcurementCategory": "goods",
"description": "The increase in the threat of GNSS denial and degradation, coupled with the use of UAVs within operational environments is focusing the MOD on the importance of using alternative sources of position, navigation & time, alongside GNSS. To be able to use these multiple different sources of PNT to generate a more trustworthy single estimate of position and time, it is necessary to use a PNT sensor fusion engine. Fusing different PNT sensors is not a new concept, but this contract will focus on being able to robustly test the performance of fusion engines, as well as adopting a common data standard for them, whilst seeking to also leverage performance improvements from strongly performing alternative PNT sensors. WAYFINDER is a Space Delivery Team owned project for a preferred supplier to develop and prove the performance of at least 2 multi-PNT-sensor fusion engines within at least 4 x 3-month spirals. There is a particular focus on improving Uncrewed Aerial Vehicle (UAV) operation within environments where the Global Navigation Satellite System (GNSS) is degraded and/or denied. To achieve this objective, Space DT are seeking to let a contract with an industry partner who can: Quickly identify existing, potentially suitable PNT sensor fusion products and alternative PNT sensors. Collate and communicate detail surrounding their performance and availability. Organise, facilitate, and regularly repeat trials that can provide robust evidence of how the PNT sensor fusion products and individual sensors perform in a GNSS denied and degraded environment. Lead on fast-paced improvements to those PNT sensor fusion products, with the aim of providing fieldable technology through spiral development in approximately 3-month increments. A key focus for Space DT is on a PNT sensor fusion product that can quickly and easily operate on a range of UAVs in a variety of different environments, with different PNT sensors, i.e. using a common data standard such as All Source Position and Navigation (ASPN). Space Delivery Team intend to run a short-term contract (6-weeks) to an estimated 5 suppliers where the short-term contract will then be used to down select to 1 or more suppliers to enter into a full-term contract (between approximately 1-2 years). The Statement of Work for each contract will be provided via the DSP at the relevant times within the procurement. There will be no options within the short-term contract. The Authority may include Options to procure the items requested under the full-term contract which a decision will be made when the tender documents and relevant Statement of Works are released. The total value of the approximately 5-6 short-term contracts is intended to be approximately PS1Million, to be split between the down selected suppliers and the total value of any full-term contracts is estimated to be approximately PS9Million. The Wayfinder short-term contract will be run primarily at OFFICIAL with an option to use higher classification of information, if the preferred supplier is able to operate at that level of classification. The Cyber Risk Level for the short-term contract has been assessed as Not Applicable. As the Statement of Work for the main contract is still being finalised, the Cyber Risk Level for the main-contract will be identified and communicated at the appropriate point of industry engagement. The Risk Assessment Reference for the short-term contract is (RAR) 250121A09 A full description of the Cyber Risk levels is available at DEFSTAN 05-138. Potential Providers should make themselves familiar with the requirements against the profile assessment for this risk level.",
"value": {
"amount": 10000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "The increase in the threat of GNSS denial and degradation, coupled with the use of UAVs within operational environments is focusing the MOD on the importance of using alternative sources of position, navigation & time, alongside GNSS. To be able to use these multiple different sources of PNT to generate a more trustworthy single estimate of position and time, it is necessary to use a PNT sensor fusion engine. Fusing different PNT sensors is not a new concept, but this contract will focus on being able to robustly test the performance of fusion engines, as well as adopting a common data standard for them, whilst seeking to also leverage performance improvements from strongly performing alternative PNT sensors. WAYFINDER is a Space Delivery Team owned project for a preferred supplier to develop and prove the performance of at least 2 multi-PNT-sensor fusion engines within at least 4 x 3-month spirals. There is a particular focus on improving Uncrewed Aerial Vehicle (UAV) operation within environments where the Global Navigation Satellite System (GNSS) is degraded and/or denied. To achieve this objective, Space DT are seeking to let a contract with an industry partner who can: Quickly identify existing, potentially suitable PNT sensor fusion products and alternative PNT sensors. Collate and communicate detail surrounding their performance and availability. Organise, facilitate, and regularly repeat trials that can provide robust evidence of how the PNT sensor fusion products and individual sensors perform in a GNSS denied and degraded environment. Lead on fast-paced improvements to those PNT sensor fusion products, with the aim of providing fieldable technology through spiral development in approximately 3-month increments. A key focus for Space DT is on a PNT sensor fusion product that can quickly and easily operate on a range of UAVs in a variety of different environments, with different PNT sensors, i.e. using a common data standard such as All Source Position and Navigation (ASPN). Space Delivery Team intend to run a short-term contract (6-weeks) to an estimated 5 suppliers where the short-term contract will then be used to down select to 1 or more suppliers to enter into a full-term contract (between approximately 1-2 years). The Statement of Work for each contract will be provided via the DSP at the relevant times within the procurement. There will be no options within the short-term contract. The Authority may include Options to procure the items requested under the full-term contract which a decision will be made when the tender documents and relevant Statement of Works are released. The total value of the approximately 5-6 short-term contracts is intended to be approximately PS1Million, to be split between the down selected suppliers and the total value of any full-term contracts is estimated to be approximately PS9Million. The Wayfinder short-term contract will be run primarily at OFFICIAL with an option to use higher classification of information, if the preferred supplier is able to operate at that level of classification. The Cyber Risk Level for the short-term contract has been assessed as Not Applicable. As the Statement of Work for the main contract is still being finalised, the Cyber Risk Level for the main-contract will be identified and communicated at the appropriate point of industry engagement. The Risk Assessment Reference for the short-term contract is (RAR) 250121A09 A full description of the Cyber Risk levels is available at DEFSTAN 05-138. Potential Providers should make themselves familiar with the requirements against the profile assessment for this risk level.",
"value": {
"amount": 10000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 60
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed",
"electronicCataloguePolicy": "required"
},
"hasOptions": false,
"status": "active"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "73210000",
"description": "Research consultancy services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"relatedLot": "1"
}
],
"participationFees": [
{
"id": "1",
"type": [
"document"
]
}
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=59416",
"communication": {
"atypicalToolUrl": "https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=59416"
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "As per guidelines in the RFQ documentation",
"appliesTo": [
"supplier"
]
}
]
},
"documents": [
{
"id": "economic1",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical1",
"documentType": "technicalSelectionCriteria"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"procedure": {
"isAccelerated": true,
"acceleratedRationale": "This is an Urgent Capability Requirement so are exempt from the current Procurement Regulations"
},
"tenderPeriod": {
"endDate": "2025-02-21T11:59:00Z"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2025-04-06T23:59:59+01:00"
}
},
"awardPeriod": {
"startDate": "2025-03-10T08:00:00Z"
},
"bidOpening": {
"date": "2025-03-10T08:00:00Z"
},
"hasRecurrence": false,
"contractTerms": {
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"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": "douglas.kershaw102@mod.gov.uk",
"url": "https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=59416"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.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-138139",
"name": "Space DT",
"identifier": {
"legalName": "Space DT"
},
"address": {
"locality": "Bristol",
"postalCode": "BS34 8JH",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
],
"details": {
"url": "http://www.des.mod.uk"
}
}
],
"buyer": {
"id": "GB-FTS-5483",
"name": "Ministry of Defence"
},
"language": "en"
}