Notice Information
Notice Title
Project NIGHTFALL
Notice Description
The Ministry of Defence ("MOD") is seeking to procure a future tactical ballistic missile through a short-term development programme. This requirement has been denoted Project NIGHTFALL. The Authority's requirement for Project NIGHTFALL: Demonstrate a cost-effective, tactical (>500km) ballistic missile system, capable of being safely ground launched from a mobile platform in a high threat tactical environment, navigating to and accurately striking a user-programmed fixed target co-ordinate. It shall be operable in harsh physical environments, day and night, resilient in a complex Electromagnetic environment (EME), including within a GNSS contested/degraded environment, and resistant against targeted EW attack and spoofing. The system requires the ability to deliver multiple (>2) effectors from a single ground vehicle. Each effector must carry a circa 200kg (high explosive) payload over 500km on a ballistic trajectory at supersonic speeds, with some basic manoeuvrability. The effector must be able to navigate in a GNSS contested/degraded environment and strike within 10m of a provided target co-ordinate 50% of the time i.e. have a CEP50 of 10m. The effector must be able to strike targets within 10 minutes of launch. All NIGHTFALL effectors must be fired from the same launcher. Post launch, the ground vehicle/launcher and crew must be able to rapidly leave the area, within 15 minutes of launching all effectors. We are looking for systems that can be delivered within 9-12 months to provide at least five all-up units for trials. The design should minimise and ideally be free from foreign government trade and usage restrictions, such as export control. The design must have the ability to be upgraded in the future, such as increasing the range, accuracy, in-flight manoeuvrability, fitted telemetry and other elements as required. It is a principle of project NIGHTFALL that the level of anticipated GFX should be minimised or eliminated where possible. Subject to potential future contract, manufacturing shall be scalable to meet operational requirements at a minimum of 10 units per month, with the ability to further increase. The purpose of this Contract Notice ("CN") is to advertise the requirement and invite potential suppliers to express their interest and participate in the competitive procurement and receive the ITT for Project NIGHTFALL. Suppliers should only respond if they are (themselves or as part of a consortium with other suppliers) in a position to undertake the full development programme and can meet the full requirement as set out above. All suppliers who express an interest in this procurement, and who have returned an acknowledgement of their responsibilities with regards to the NIGHTFALL Security Aspects Letter ("SAL") and Confidentiality Undertaking by the deadline, will be invited to participate and submit a response to the NIGHTFALL ITT (see further detail below). Intended Procurement Process The procurement is planned to consist of: a. A NIGHTFALL Competitive Development Phase ("CDP") Invitation to Tender ("ITT"). A CDP ITT will be used to select suitable suppliers to tender for a CDP Contract; and b. NIGHTFALL CDP Contract(s) for the design development and testing programme for Project NIGHTFALL. Only those suppliers who have expressed an interest and returned a completed SAL and Confidentiality Undertaking will be invited to tender for a CDP Contract. The Authority intends to award up to three (3) NIGHTFALL CDP Contracts, the terms of will be set out by the Authority in the procurement documents. The CDP is a funded phase of the NIGHTFALL programme where suppliers will develop and mature their proposed solutions for Project NIGHTFALL. It is anticipated that the CDP Contract will last approximately twelve (12) months from Contract award. General Whilst what is set out above is the intended procurement process, the Authority, in its sole discretion, reserves the right to amend in any way and/or cancel the procurement process. The Authority reserves the right to withdraw this notice at any time for any reason. The Authority reserves the right not to award any Contract to any supplier at any stage during the procurement. The Authority does not bind itself to enter into any Contract(s) arising out of the proceedings envisaged by this CN and no contractual rights express or implied arise out of this CN or the procedures envisaged by it. This Procurement is exempt from the requirements of the Procurement Act 2023 ("PA 2023"). By expressing and interest to participate in the Procurement you acknowledge (and continue to acknowledge) that none of the obligations, rights or remedies deriving from the PA 2023 apply to this Procurement. Other than any amount that may be paid to successful supplier(s) in accordance with the terms of the NIGHTFALL CDP Contract, any suppliers who respond to this procurement (irrespective of whether they are assessed to meet the ITT requirements or are evaluated to be successful suppliers) shall be fully responsible for the cost of responding to the procurement and the Authority does not accept any liability for any costs howsoever incurred including but not limited to those costs arising out of or in connection with any amendment to, or cancellation of, the procurement process.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-05f1fd
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/081141-2025
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Goods
- Procurement Method
- Selective
- Procurement Method Details
- Restricted
- 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
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
- 9 Dec 20252 months ago
- Submission Deadline
- 18 Dec 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
- Not Specified
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- MINISTRY OF DEFENCE
- Contact Name
- Attn: Kyte Robert
- Contact Email
- robert.kyte100@mod.gov.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
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-05f1fd-2025-12-09T15:45:07Z",
"date": "2025-12-09T15:45:07Z",
"ocid": "ocds-h6vhtk-05f1fd",
"description": "The Contracting Authority intends to use an e-Tendering system in this procurement exercise, please visit www.contracts.mod.uk for full details and to register your interest in this procurement.",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-05f1fd",
"legalBasis": {
"id": "32009L0081",
"scheme": "CELEX"
},
"title": "Project NIGHTFALL",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "35623100",
"description": "Air/ground/sea launched cruise missiles"
},
"additionalClassifications": [
{
"id": "73410000",
"scheme": "CPV",
"description": "Military research and technology"
},
{
"id": "PURCHASE",
"scheme": "TED_TYPE_SUPPLIES_CONTRACT",
"description": "Purchase"
}
],
"mainProcurementCategory": "goods",
"description": "The Ministry of Defence (\"MOD\") is seeking to procure a future tactical ballistic missile through a short-term development programme. This requirement has been denoted Project NIGHTFALL. The Authority's requirement for Project NIGHTFALL: Demonstrate a cost-effective, tactical (>500km) ballistic missile system, capable of being safely ground launched from a mobile platform in a high threat tactical environment, navigating to and accurately striking a user-programmed fixed target co-ordinate. It shall be operable in harsh physical environments, day and night, resilient in a complex Electromagnetic environment (EME), including within a GNSS contested/degraded environment, and resistant against targeted EW attack and spoofing. The system requires the ability to deliver multiple (>2) effectors from a single ground vehicle. Each effector must carry a circa 200kg (high explosive) payload over 500km on a ballistic trajectory at supersonic speeds, with some basic manoeuvrability. The effector must be able to navigate in a GNSS contested/degraded environment and strike within 10m of a provided target co-ordinate 50% of the time i.e. have a CEP50 of 10m. The effector must be able to strike targets within 10 minutes of launch. All NIGHTFALL effectors must be fired from the same launcher. Post launch, the ground vehicle/launcher and crew must be able to rapidly leave the area, within 15 minutes of launching all effectors. We are looking for systems that can be delivered within 9-12 months to provide at least five all-up units for trials. The design should minimise and ideally be free from foreign government trade and usage restrictions, such as export control. The design must have the ability to be upgraded in the future, such as increasing the range, accuracy, in-flight manoeuvrability, fitted telemetry and other elements as required. It is a principle of project NIGHTFALL that the level of anticipated GFX should be minimised or eliminated where possible. Subject to potential future contract, manufacturing shall be scalable to meet operational requirements at a minimum of 10 units per month, with the ability to further increase. The purpose of this Contract Notice (\"CN\") is to advertise the requirement and invite potential suppliers to express their interest and participate in the competitive procurement and receive the ITT for Project NIGHTFALL. Suppliers should only respond if they are (themselves or as part of a consortium with other suppliers) in a position to undertake the full development programme and can meet the full requirement as set out above. All suppliers who express an interest in this procurement, and who have returned an acknowledgement of their responsibilities with regards to the NIGHTFALL Security Aspects Letter (\"SAL\") and Confidentiality Undertaking by the deadline, will be invited to participate and submit a response to the NIGHTFALL ITT (see further detail below). Intended Procurement Process The procurement is planned to consist of: a. A NIGHTFALL Competitive Development Phase (\"CDP\") Invitation to Tender (\"ITT\"). A CDP ITT will be used to select suitable suppliers to tender for a CDP Contract; and b. NIGHTFALL CDP Contract(s) for the design development and testing programme for Project NIGHTFALL. Only those suppliers who have expressed an interest and returned a completed SAL and Confidentiality Undertaking will be invited to tender for a CDP Contract. The Authority intends to award up to three (3) NIGHTFALL CDP Contracts, the terms of will be set out by the Authority in the procurement documents. The CDP is a funded phase of the NIGHTFALL programme where suppliers will develop and mature their proposed solutions for Project NIGHTFALL. It is anticipated that the CDP Contract will last approximately twelve (12) months from Contract award. General Whilst what is set out above is the intended procurement process, the Authority, in its sole discretion, reserves the right to amend in any way and/or cancel the procurement process. The Authority reserves the right to withdraw this notice at any time for any reason. The Authority reserves the right not to award any Contract to any supplier at any stage during the procurement. The Authority does not bind itself to enter into any Contract(s) arising out of the proceedings envisaged by this CN and no contractual rights express or implied arise out of this CN or the procedures envisaged by it. This Procurement is exempt from the requirements of the Procurement Act 2023 (\"PA 2023\"). By expressing and interest to participate in the Procurement you acknowledge (and continue to acknowledge) that none of the obligations, rights or remedies deriving from the PA 2023 apply to this Procurement. Other than any amount that may be paid to successful supplier(s) in accordance with the terms of the NIGHTFALL CDP Contract, any suppliers who respond to this procurement (irrespective of whether they are assessed to meet the ITT requirements or are evaluated to be successful suppliers) shall be fully responsible for the cost of responding to the procurement and the Authority does not accept any liability for any costs howsoever incurred including but not limited to those costs arising out of or in connection with any amendment to, or cancellation of, the procurement process.",
"items": [
{
"id": "0",
"deliveryAddresses": [
{
"region": "UK"
}
]
}
],
"submissionMethod": [
"written"
],
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "To express an interest to this procurement you must send your lead bidder's / company name and two point of contact details (to include; names, phone numbers, email address, and postal address) to: https://forms.office.com/Pages/ResponsePage.aspx?id=7WB3vlNZS0iuldChbfoJ5YetrIitR-tAtwOsHNa4umdUNFdSNFlNVzY0RzRTRlgzTEE4UFRHMkhUWi4u Suppliers who express an interest in this procurement and who have returned an acknowledgement of their responsibilities with regards to the SAL and Confidentiality Undertaking by the deadline, will be invited to participate in the Procurement. The NIGHTFALL SAL outlines the appropriate measures the Authority deems necessary to safeguard the protective aspects that pertain to this procurement. The NIGHTFALL Confidentiality Undertaking outlines the confidentiality provisions the Authority deems necessary to ensure aspects that pertain to this procurement are kept confidential in accordance with the terms of the Confidentiality Undertaking. The deadline for expressing an interest in this procurement and issued a response to the SAL and Confidentiality Undertaking, is 12:00 midday on 18 December 2025. The Authority reserves the right to reject any expressions of interest received after this time, and/or responses to the SAL and Confidentiality Undertaking uploaded after this time, in the Authority's sole discretion.",
"appliesTo": [
"supplier"
]
},
{
"type": "suitability",
"description": "Suppliers Instructions How to Express Interest in this Tender: 1. Register your company on the eSourcing portal (this is only required once) - Browse to the eSourcing Portal - Click the \"Click here to register\" link - Accept the terms and conditions and click \"continue\" - Enter your correct business and user details - Note the username you chose and click \"Save\" when complete - You will shortly receive an email with your unique password (please keep this secure) 2. Express an Interest in the tender - Login to the portal with the username/password - Click the \"PQQs Open to All Suppliers\" link. (These are Pre-Qualification Questionnaires open to any registered supplier) - Click on the relevant PQQ to access the content. - Click the \"Express Interest\" button in the \"Actions\" box on the left-hand side of the page. - This will move the PQQ into your \"My PQQs\" page. (This is a secure area reserved for your projects only) - Click on the PQQ code, you can now access any attachments by clicking the \"Settings and Buyer Attachments\" in the \"Actions\" box 3. Responding to the tender - You can now choose to \"Reply\" or \"Reject\" (please give a reason if rejecting) - You can now use the 'Messages' function to communicate with the buyer and seek any clarification - Note the deadline for completion, then follow the onscreen instructions to complete the PQQ - There may be a mixture of online & offline actions for you to perform (there is detailed online help available) If you require any further assistance please consult the online help, or contact the eTendering help desk.",
"appliesTo": [
"subcontractor"
]
}
]
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted",
"tenderPeriod": {
"endDate": "2025-12-18"
},
"submissionTerms": {
"languages": [
"en"
]
}
},
"parties": [
{
"id": "GB-FTS-168674",
"name": "Ministry of Defence",
"identifier": {
"legalName": "Ministry of Defence"
},
"address": {
"streetAddress": "MOD Abbey Wood | #4217 | FIR 2C",
"locality": "Bristol",
"postalCode": "BS34 8JH",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Attn: Kyte Robert",
"email": "robert.kyte100@mod.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "MINISTRY",
"scheme": "TED_CA_TYPE",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"id": "02",
"scheme": "COFOG",
"description": "Defence"
}
]
}
},
{
"id": "GB-FTS-168675",
"name": "DE&S",
"identifier": {
"legalName": "DE&S"
},
"address": {
"streetAddress": "MOD Abbey Wood South, Fir 2C",
"postalCode": "BS34 8JH"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-168674",
"name": "Ministry of Defence"
},
"language": "en"
}