Tender

Project Wayfind

MINISTRY OF DEFENCE

This public procurement record has 1 release in its history.

Tender

17 Feb 2025 at 10:34

Summary of the contracting process

The Ministry of Defence (MOD) is seeking suppliers for 'Project Wayfind' under an open procedure tender, focusing on the development and testing of multi-PNT-sensor fusion engines to enhance UAV operations in GNSS-degraded environments. The procurement, managed by the Space Delivery Team (Space DT) based in Bristol, UK, is at the tender stage, with a submission deadline of 21st February 2025 and planned awards to start on 10th March 2025. The contracts will span short-term (6 weeks) and full-term (1-2 years), with a total estimated value of £10 million. This project pertains to goods in the 'Global navigation and positioning systems' category (CPV code 38112100).

Project Wayfind presents a significant opportunity for businesses specialising in GPS technology, navigation systems, and UAV operations. Suppliers adept in PNT sensor fusion and capable of iterative product testing and development are well-suited for this tender. The MOD plans to initially select around five suppliers for the short-term contracts, leading to a down-selection for the full-term contracts with potential total values up to £9 million. Companies in this domain can leverage their expertise to secure a strategic partnership with the MOD, contributing to critical defence capabilities. All submissions are required to be electronic, with relevant documentation provided via the Defence Sourcing Portal (DSP).

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

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.

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

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

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-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"
}