Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Hypersonic Technologies & Capability Development Framework

  • First published: 10 December 2023
  • Last modified: 10 December 2023
  • Version: N/A
  • Record interest

     

  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-0422e5
Published by:
Unknown
Authority ID:
AA47308
Publication date:
10 December 2023
Deadline date:
-
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Full notice text

CONTRACT NOTICE FOR CONTRACTS IN THE FIELD OF DEFENCE AND SECURITY

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


Ministry of Defence

Team Hypersonics (UK), MoD Abbey Wood

Bristol

BS34 8JH

UK

Scott Taggart


scott.taggart107@mod.gov.uk


https://des.mod.uk/

https://des.mod.uk/
Checked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box

I.2)

Type of contracting Authority and Main Activity or Activities

Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

Hypersonic Technologies & Capability Development Framework

II.1.2)

Type of service contract

3

Main site or location of works, place of delivery or performance


UK

II.1.3)

Information on framework agreement

Checked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Checked box

Number of participants to the framework agreement envisaged

Duration of the framework agreement

7

Justification for a framework agreement the duration of which exceeds seven years

Estimated total value of purchases for the entire duration of the framework agreement

1000000000GBP

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

As part of the Team Hypersonics (UK) delivery strategy, the UK Ministry of Defence (MoD) Defence Equipment & Support (DE&S) intends to establish a multi-supplier Hypersonic Technologies & Capability Development Framework Agreement (the Framework). The aim of the Framework is to accelerate development of the United Kingdom Hypersonic Strike Capability and to provide a route to market for future operational elements of hypersonic and adjacent technologies. The Framework will be used to facilitate collaboration between MoD, industry and academia to accelerate the acquisition of an advanced Hypersonic Strike Capability.

The nature of the procurement will involve the provision of services and supplies across 8 (eight) distinct lots. Descriptions of each of the lots are further identified within this notice and the draft Invitation to Tender (ITT) documents, accessible through the Defence Sourcing Portal (DSP). The Framework will be used to appoint suppliers to deliver services and supplies to support the research, development and testing of hypersonic technologies with varying Technical Readiness Levels (TRLs). The maturity of the services and supplies provided under the resulting Call Off contracts will be up to TRL 9.

Services and supplies to be procured through the Framework are likely to include, but will not be limited to research, systems, components, technology, the provision of infrastructure, testing and other related expertise and materials across two categories, ‘functional components’ and ‘non-functional components’. Functional components could include liquid propellants, solid propellants, propulsion systems, airframes, flight control computer systems, guidance systems and sensors, communications and data links systems, system and parts integration, physical flight control systems, warheads, power supply and distribution, battery, actuators (fin & thrust control), high temperature materials and seekers. Non-functional components could include test and evaluation, platform integration, academic research, system design authority, modelling and simulation, specialists, integrated solution, thermal management, infrastructure, mission planning, assurance.

It is anticipated that the Framework will have a value up to £1bn and will run for up to a 7 (seven) year period. The Framework term will comprise two break points at years 3 (three) and 5 (five) of the Framework, at which point the Authority can decide whether to maintain or terminate the Framework. The Framework is set to allow for discretionary indexation of maximum Framework rates at years 3 (three) and 5 (five), at the Authority’s sole discretion.

The Framework will permit the periodic onboarding of new suppliers approximately every 6 to 12 months (from Framework commencement), at the Authority’s sole discretion, and new opportunities to join will be advertised using the Defence Sourcing Portal. Those wishing to join the Framework during the onboarding window will be required to submit a pre-qualification questionnaire (PQQ) and ITT response and will be evaluated on the same basis as the existing suppliers on the Framework. If successful, new suppliers that are onboarded will be awarded a contract for the remaining duration of the 7 (seven) year period.

During the onboarding window, existing Framework suppliers on the Framework will not be required to re-tender following their initial appointment, but will be subject to due diligence checks to ensure their ongoing suitability to the framework. During the onboarding window existing Framework suppliers will be able to apply join a new lot and will need to submit a new ITT response for any additional lots which will be evaluated against the same standards as new entrants. Existing Framework suppliers will also be required to confirm whether there have been any changes to their original PQQ response. Onboarding new suppliers throughout the term of the Framework will ensure that it remains relevant in a fast changing political, technological and regulatory landscape.

The underlying Framework Terms and Conditions will not be altered as part of the onboarding process described above.

Acceptance onto the Framework will be subject to successfully meeting all of the pre-defined criteria and minimum standards stated within the Pre-Qualification Questionnaire (PQQ) and ITT. Both processes (PQQ and ITT) will be undertaken through the DSP. There will be no minimum or maximum number of suppliers per lot.

Applicants will need to participate in a “Restricted” procurement process to be awarded a place on the Framework, this will consist of:

1. Applicants will need to submit a response to the PQQ, which is accessible through the DSP, within the time period stated in the tender documents and the cover letter.

2. The Authority will evaluate PQQ responses and determine which Applicants meet the stated evaluation criteria/mandatory minimum requirements stated in the PQQ.

3. Those suppliers who are successful in meeting the mandatory minimum requirements will be invited to the ITT stage, which will be released through the DSP.

4. Applicants will submit a bid response in accordance with the ITT instructions.

5. Any clarifications required will be raised by Bidders and answered by the Authority.

6. The Authority will evaluate responses received in accordance with the instructions stated in the ITT.

7. Bidders who are successful in meeting the stated evaluation criteria in the ITT will be awarded a place on the Framework (subject to approvals and contract signature).

Task orders under the Framework will be awarded as Call-Off contracts, either through a Mini-Competition (the default route) between all suppliers on a chosen lot(s), or in certain circumstances, through a Direct Award process. The Authority will reserve the right, at its sole discretion, to Direct Award Framework Tasks to a chosen supplier. Grounds under which the Authority may pursue a Direct Award may include, but are not limited to national security, exclusive rights, urgency, absence of competition, or other grounds that the Authority deems necessitate the Direct Award of a contract.

In certain cases, due to the nature of the required supplies and services, Bidders may need to evidence that they meet specified security, nationality and confidentiality requirements and standards. The required suitability/eligibility criteria for a Mini-Competition/Call-Off will be identified, and assessed, either through a sifting process (prior to the release of the Mini-Competition documents), or within the Mini-Competition documents. The Authority shall have sole discretion in determining whether to use a sifting process prior to each Mini-Competition.

As per Regulation 6(3A)(b) of Defence and Security Public Contract Regulations 2011 (“DSPCR 2011”), this procurement, and any resulting Call Off contracts, are exempt from the requirements of the DSPCR 2011 and the specified retained EU Law (as defined by Regulation 6(7) of the DSPCR 2011) to protect the UK’s national security interests. By submitting a response to the PQQ you acknowledge that none of the obligations, rights and remedies deriving from the DSPCR and/or from the specified retained EU law apply to this Procurement.

The Authority will be holding an optional supplier briefing/launch conference for Applicants on 19/12/2023. The session will be held virtually and will provide an overview of the procurement process with an opportunity to ask questions. If you would like to attend the session, please register for the opportunity on DSP and send a message identifying the proposed attendees (including email address) to the Authority no later than 2pm on 18/12/2023. Please note that the participation will be limited to three attendees per organisation.

II.1.6)

Common Procurement Vocabulary (CPV)

75220000
35600000
35620000
35622100
35623000
35623100
72227000
72228000
73210000
73300000
73410000
73420000
73425000
73430000
73435000

II.1.7)

Information about subcontracting

Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box

II.1.8)

Division into lots

Yes

Unchecked box Unchecked box Checked box

II.1.9)

Will variants be accepted

No

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded

III.1.4)

Other particular conditions to which the performance of the contract is subject

Applicants must note that certain Mini-Competitions may require suppliers to demonstrate they have adequate information security provisions in place, this may include entering into further confidentiality provisions. These requirements may be a pre-requisite to participating in Mini-Competitions or any Call Off Contract.

III.1.5)

Information about security clearance


III.2)

Conditions for Participation

III.2.1)

Personal situation



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.




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.

III.2.2)

Economic and financial standing





Full Pre-Qualification and award criteria is stated within the PQQ and ITT documents. To be awarded a place on the Framework, Applicants will need to successfully meet the requirements of the PQQ and ITT stage.

At the PQQ stage, to be shortlisted and invited to the ITT stage, Applicants are required to meet the following rules:

1. “Pass” all Pass/Fail questions within the PQQ - Applicants who receive a "Fail" score for any of the Pass/Fail questions in the PQQ will be ineligible to participate in the ITT stage.

2. Not meet any of the other stated exclusion grounds or criteria in the PQQ (e.g. National Security grounds) – those Applicants that do, will be ineligible to participate in the ITT stage.

PQQ questions which constitute mandatory minimum requirements have a "Pass"/"Fail" criterion assigned. Pass/Fail criteria and any other grounds for exclusion is identified in the PQQ itself within the Evaluation Guidance, notices and/or questions.

Following successful completion of the PQQ (with no “Fail” scores assigned by the Authority) and compliance against the specified mandatory Pass/Fail criteria, Applicants will be invited to submit a tender (through the Invitation to Tender/ITT process) to apply for the Framework against the Lots the Applicant selected at the PQQ stage.

At the ITT stage, to be awarded a place on the Framework Applicants will be required to submit a commercial and technical proposal and both components will be assessed on a Pass/Fail basis in accordance with the criteria stated within the ITT. Applicants will be required to “Pass” both components to be awarded a place on the Framework on the relevant Lot.







III.2.3)

Technical and/or professional capacity





See III.2.2





III.2.4)

Reserved contracts

Unchecked box
Unchecked box

Section IV: Procedure

IV.1)

Type of Procedure

IV.1.1)

Type of Procedure


Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box

Justification for the choice of accelerated procedure

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate

Objective criteria for choosing the limited number of candidates

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Unchecked box

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

IV.3.2)

Previous publication(s) concerning the same contract

Unchecked box
Unchecked box


Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents



 


IV.3.4)

Time-limit for requests to participate

 12-1-2024  17:00

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates


IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

Section VI: Complimentary Information

VI.1)

Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published


VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

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.

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures


Ministry of Defence

MoD Abbey Wood

Bristol

BS34 8JH

UK




Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

VI.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 8-12-2023

ANNEX B

Information About Lots

1     Design and Integration

1)

Short Description

Services and supplies relating to: Platform integration, Systems integration and design authority, Thermal management, Infrastructure.

A detailed lot description is provided in the ITT documents

2)

Common Procurement Vocabulary (CPV)

75220000
35600000
35620000
35622100
35623000
35623100
72227000
72228000
73210000
73300000
73410000
73420000
73425000
73430000
73435000

3)

Quantity or scope


4)

Indication about different contract dates

84

5)

Additional Information about lots

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.

ANNEX B

Information About Lots

2     Modelling, Simulation, Testing and Evaluation

1)

Short Description

Services and supplies relating to: Modelling & simulation, Mission Planning, Test & Evaluation, Assurance.

A detailed lot description is provided in the ITT documents.

2)

Common Procurement Vocabulary (CPV)

75220000
35600000
35620000
35622100
35623000
35623100
72227000
72228000
73210000
73300000
73410000
73420000
73425000
73430000
73435000

3)

Quantity or scope


4)

Indication about different contract dates

84

5)

Additional Information about lots

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.

ANNEX B

Information About Lots

3     Airframe and Power Generation

1)

Short Description

Services and supplies relating to: Airframe, Physical flight control system, High Temp Materials,

Power Supply & Distribution.

A detailed lot description is provided in the ITT documents.

2)

Common Procurement Vocabulary (CPV)

75220000
35600000
35620000
35622100
35623000
35623100
72227000
72228000
73210000
73300000
73410000
73420000
73425000
73430000
73435000

3)

Quantity or scope


4)

Indication about different contract dates

84

5)

Additional Information about lots

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.

ANNEX B

Information About Lots

4     Low TRL / Specialists

1)

Short Description

Services and supplies relating to: Academic Research, Specialists.

A detailed lot description is provided in the ITT documents.

2)

Common Procurement Vocabulary (CPV)

75220000
35600000
35620000
35622100
35623000
35623100
72227000
72228000
73210000
73300000
73410000
73420000
73425000
73430000
73435000

3)

Quantity or scope


4)

Indication about different contract dates

84

5)

Additional Information about lots

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.

ANNEX B

Information About Lots

5     Lethal Package

1)

Short Description

Services and supplies relating to: Warhead, Fuse.

A detailed lot description is provided in the ITT documents.

2)

Common Procurement Vocabulary (CPV)

75220000
35600000
35620000
35622100
35623000
35623100
72227000
72228000
73210000
73300000
73410000
73420000
73425000
73430000
73435000

3)

Quantity or scope


4)

Indication about different contract dates

84

5)

Additional Information about lots

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.

ANNEX B

Information About Lots

6     Propulsion

1)

Short Description

Services and supplies relating to: Liquid Propellant, Solid Propellant, Propulsion System.

A detailed lot description is provided in the ITT documents.

2)

Common Procurement Vocabulary (CPV)

75220000
35600000
35620000
35622100
35623000
35623100
72227000
72228000
73210000
73300000
73410000
73420000
73425000
73430000
73435000

3)

Quantity or scope


4)

Indication about different contract dates

84

5)

Additional Information about lots

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.

ANNEX B

Information About Lots

7     Onboard Computing

1)

Short Description

Services and supplies relating to: Flight control computer systems, Guidance systems & sensors,

Comms & data links systems.

A detailed lot description is provided in the ITT documents.

2)

Common Procurement Vocabulary (CPV)

75220000
35600000
35620000
35622100
35623000
35623100
72227000
72228000
73210000
73300000
73410000
73420000
73425000
73430000
73435000

3)

Quantity or scope


4)

Indication about different contract dates

84

5)

Additional Information about lots

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.

ANNEX B

Information About Lots

8     Seekers

1)

Short Description

Services and supplies relating to: Seekers.

A detailed lot description is provided in the ITT documents.

2)

Common Procurement Vocabulary (CPV)

75220000
35600000
35620000
35622100
35623000
35623100
72227000
72228000
73210000
73300000
73410000
73420000
73425000
73430000
73435000

3)

Quantity or scope


4)

Indication about different contract dates

84

5)

Additional Information about lots

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.


Coding

Commodity categories

ID Title Parent category
35623100 Air/ground/sea launched cruise missiles Cruise missiles
35622100 Air-to-air missiles Tactical missiles
35623000 Cruise missiles Missiles
75220000 Defence services Provision of services to the community
73300000 Design and execution of research and development Research and development services and related consultancy services
73425000 Development of military aircrafts, missiles and spacecrafts Pre-feasibility study and technological demonstration
72228000 Hardware integration consultancy services Systems and technical consultancy services
35600000 Military aircrafts, missiles and spacecrafts Security, fire-fighting, police and defence equipment
73410000 Military research and technology Research and Development services on security and defence materials
35620000 Missiles Military aircrafts, missiles and spacecrafts
73420000 Pre-feasibility study and technological demonstration Research and Development services on security and defence materials
73210000 Research consultancy services Research and development consultancy services
72227000 Software integration consultancy services Systems and technical consultancy services
73430000 Test and evaluation Research and Development services on security and defence materials
73435000 Test and evaluation of military aircrafts, missiles and spacecrafts Test and evaluation

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
N/a
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.