Open

Hypersonic Technologies & Capability Development Framework

Descriptions

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.

Timeline

Published Date :

10th Dec 2023 2 years ago

Deadline :

N/A

Contract Start :

N/A

Contract End :

N/A

Tender Regions

Keywords

missiles

rocket

AAMs

cruise weaponry

cruise munitions

combat aircraft

missile weaponry

expert review

fighter missiles

pilot studies

rocket munitions

avionics testing

missile armament

guided missiles

warhead systems

cruise missiles

defense missiles

military drones

rocket systems

spacecraft

stress testing

projectiles

defense aircraft

study design review

guided system simulation

guided weapon systems

innovation delivery

prototype realization

test plan execution

field research advisory

methodology guidance

product testing delivery

military missiles

guided fighter missiles

tactical aviation design

aerospace testing

R&D implementation

space mission hardware

cruise missile variants

aerial combat missiles

performance validation

system bus configuration

results verification

proposal refinement

cruise missile systems

battlefield technology

operational assessments

tri-mode cruise missiles

project coordination

fighter jet innovation

tactical missiles

evaluation support

airborne cruise weapons

data analysis consulting

experimental execution

technology benchmarking

air-to-air weaponry

sea-based cruise systems

low-altitude missiles

air-to-air missiles

aircraft missile systems

naval cruise missiles

defence training support

missile cruise systems

air defense missiles

military aircraft

initial technical trials

capability demonstration

research planning

scientific consulting

weapons system R&D

development execution

armed forces logistics

capability trials

aerospace defense R&D

academic research advice

standoff missiles

embedded systems linkage

design conformity checks

space system evaluation

defence-grade software

service layer integration mapping

early-stage technology assessment

combat support coordination

ground-launched cruise weapons

homeland defence initiatives

rocket propulsion testing

API orchestration strategies

national defence operations

cross-platform interface planning

unmanned aerial system development

hardware-software interfacing strategy

aerospace defense vehicles

integration architecture design

missile trajectory trials

altitude system performance check

strategic military operations

defence readiness facilitation

surveillance system innovation

spacecraft shielding research

cross-domain cruise munitions

system handshake protocol design

user evaluation protocols

hypersonic platform trials

military aviation equipment

missile system prototyping

firmware integration plans

concept feasibility analysis

air-to-ground system development

controller interface mapping

orbital defense technology

long-range guided missiles

proof-of-concept modeling

exploratory system development

technical program management

precision cruise missiles

physical systems synchronization

terrain-following missiles

versatile cruise missiles

military electronics research

flight test certification

middleware advisory services

technical performance scoring

strategic capability development

air/ground/sea launched cruise missiles

legacy system compatibility consulting

combat systems innovation

peripheral configuration consulting

innovation readiness checks

system validation planning

hypersonic vehicle studies

end-to-end research services

system readiness evaluation

military hardware development

security mission planning

aircraft performance validation

data exchange model alignment

multi-platform cruise missiles

combat support technologies

sensor-actuator coordination

armed forces systems analysis

device communication protocols

Let’s Get you Started ✍

Get to see all tender details more briefly

Already have an account ?

Workflows

Status :

Open

Procedure :

N/A

Suitable for SME :

N/A

Nationwide :

No

Assign to :

Tender Progress :

0%

Details

Notice Type :

Framework

Tender Identifier :

IT-378-246-T: 2024 - 001

Tenderbase ID :

310724019

Low Value :

£100K

High Value :

£1000K

Buyer Information

Address :

Liverpool Merseyside , Merseyside , L13 0BQ

Website :

N/A

Procurement Contact

Name :

Tina Smith

Phone :

0151 252 3243

Email :

tina.smith@shared-ed.ac.uk