United Kingdom7 days leftOpen

Project GOSHAWK

Tender Overview

ORGANIZATION

Ministry of Defence

LOCATION

United Kingdom, United Kingdom

VALUE

Not disclosed

DEADLINE

February 09, 2026 at 12:00

CATEGORY

Other

CPV CODE

73410000

REFERENCE

006424-2026

Project Timeline

Contact Information

View Original

Original Tender Description

The Ministry of Defence (“MOD”) is seeking to support the development and trial a low-cost interceptor, as detailed below: • Optimised for drones, loitering munitions and missiles at close ranges and low altitudes • Achieve a favourable ‘cost-exchange ratio’ and reliably counter diverse targets at varying speeds, altitudes, and trajectories • The fundamental requirement being, cost-effective, multi-threat interception capability. This requirement has been denoted Project GOSHAWK. The purpose of this Contract Notice (“CN”) is to advertise the requirement and invite potential suppliers to express their interest to participate in the competitive procurement and receive the ITT for Project GOSHAWK. Suppliers should only respond if they are (themselves or as part of a consortium with other suppliers) in a position to undertake the full programme and can meet the full requirement as set out above. As a pre-requisite, suppliers who intend to participate in Project GOSHAWK and who express an interest must be able to meet the following essential criteria: 1. Initial RFI response: a. Be able to receive and process information classified up to SECRET (in accordance with the UK’s Government Security Classification Policy) from the commencement of the Project GOSHAWK contract in accordance with GovS 007: Security b. Sign a Confidentiality Undertaking c. An outline of the supplier’s existing capability, detailing cruise speeds, sprint speed, intercept ceiling, operational ranges, manoeuvrability, kinetic payload, guidance, seeker performance, communication requirements, capability protection, deliverability timeline, launch system, outline plan for testing against credible scenarios, target interception rates, production costs, deployment ready date and integration requirements.* *Please note the information provided will be treated as commercially sensitive. 2. During the competition the suppliers will be required to demonstrate (including but not limited to and as will be further detailed in the procurement documentation): a. Technical ability to develop low-cost missiles to meet the Authority’s requirements; b. Future scalability of production for a potential follow on contract with an estimated demand of approximately 3,000 to 7,000 units per year, subject to successful trials. Further clarity of the estimated annual demand will be provided during the procurement, however the Authority reserves the right to not place any follow on contract(s); c. Export controls - Ideally no export controls, but European export control will be acceptable if required d. Desirable criteria – A high proportion of spend under this and any future related contracts will be UK based, which may include but not be limited to missile development and production. Suppliers who provide the essential criteria listed at 1 (a) to (c) above will be invited to participate and submit a response to the GOSHAWK ITT (see further detail below). The Authority will reserve the right in its absolute discretion to exclude suppliers if they are not deemed to credibly meet the essential criteria above. Intended Procurement Process The procurement is planned to consist of: • An Invitation to Tender (“ITT”). The ITT procurement process will be used to evaluate supplier’s tenders for a low-cost interceptor optimised for drones, loitering munitions and missiles at close ranges and low altitudes to reliably counter diverse targets at varying speeds, altitudes, and trajectories, with the fundamental requirement being, cost-effective, multi-threat interception capability. Contract: for Project GOSHAWK. The Authority intends to award between one to two (1 – 2) contracts for Project GOSHAWK development and trialling, the terms of will be set out by the Authority in the procurement documents. It is anticipated that the Project GOSHAWK Contract(s) will last approximately twelve (12) months from Contract award. The Project GOSHAWK contract(s) are a funded phase of the programme where suppliers will develop and mature their proposed solutions to meet the Authority’s requirements. The solutions will be trialled during the contract(s), further detail to be provided in the procurement documents. Subject to successful trials, the Authority currently intends to place one or more follow on contracts for the production of low-cost interceptors in the future. 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. 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.
⚠️

MANDATORY EXCLUSION GROUNDS

  • The Authority reserves the right in its absolute discretion to exclude suppliers if they are not deemed to credibly meet the essential criteria listed at 1 (a) to (c) of the Contract Notice.

ELIGIBILITY REQUIREMENTS

  • Suppliers must be in a position to undertake the full Project GOSHAWK programme.
  • Suppliers must be able to meet the full requirement for a low-cost interceptor as set out in the tender.
  • Suppliers must acknowledge that the Procurement is exempt from the requirements of the Procurement Act 2023 (PA 2023).
  • Suppliers must acknowledge that none of the obligations, rights or remedies deriving from the PA 2023 apply to this Procurement.
  • Suppliers must acknowledge full responsibility for the cost of responding to the procurement.
🔧

TECHNICAL CAPABILITY REQUIREMENTS

  • Ability to receive and process information classified up to SECRET (in accordance with the UK’s Government Security Classification Policy and GovS 007: Security) from the commencement of the Project GOSHAWK contract.
  • Existing capability for a low-cost interceptor optimised for drones, loitering munitions and missiles at close ranges and low altitudes.
  • Existing capability must achieve a favourable ‘cost-exchange ratio’ and reliably counter diverse targets at varying speeds, altitudes, and trajectories.
  • Existing capability must demonstrate cost-effective, multi-threat interception capability.
  • Technical ability to develop low-cost missiles to meet the Authority’s requirements (to be demonstrated during competition).
  • Future scalability of production for a potential follow on contract with an estimated demand of approximately 3,000 to 7,000 units per year.
  • Ideally, the solution should have no export controls; European export control will be acceptable if required.
  • (Desirable) A high proportion of spend under this and any future related contracts will be UK based, which may include but not be limited to missile development and production.
💰

FINANCIAL REQUIREMENTS

  • The proposed interceptor must achieve a favourable ‘cost-exchange ratio’.
  • The proposed interceptor must be cost-effective.
  • Provide details on production costs in the initial RFI response.
📋

SUBMISSION REQUIREMENTS

  • Express interest to participate in the competitive procurement.
  • Sign a Confidentiality Undertaking.
  • Provide an outline of the supplier’s existing capability, detailing:
  • Cruise speeds
  • Sprint speed
  • Intercept ceiling
  • Operational ranges
  • Manoeuvrability
  • Kinetic payload
  • Guidance
  • Seeker performance
  • Communication requirements
  • Capability protection
  • Deliverability timeline
  • Launch system
  • Outline plan for testing against credible scenarios
  • Target interception rates
  • Production costs
  • Deployment ready date
  • Integration requirements

Requirements Preview

Sign up to view complete requirements and analysis

AI-powered requirement analysis
Complete compliance breakdown
Strategic bidding insights
Instant eligibility check

No credit card required • Setup in 2 minutes

DOC
OCDS Record
OCDS Data006424-2026_ocds_record.json
Summary:
The Ministry of Defence invites expressions of interest for Project GOSHAWK, seeking suppliers to develop and trial a low-cost, multi-threat interceptor capable of countering drones, loitering munitions, and missiles, requiring SECRET classification handling and a detailed capability outline.
DOC
OCDS Release Package
OCDS Data006424-2026_ocds_release.json
Summary:
The Ministry of Defence seeks suppliers for Project GOSHAWK to develop and trial a low-cost, multi-threat interceptor for drones and missiles, requiring essential capabilities like SECRET classification handling, a Confidentiality Undertaking, and a detailed outline of existing interceptor technology, with potential for future large-scale production.
PDF
Official PDF Version
Qualification Requirements006424-2026_official.pdf
Summary:
The Ministry of Defence invites expressions of interest for Project GOSHAWK to develop and trial a cost-effective, multi-threat low-cost interceptor for drones and missiles, requiring suppliers to handle SECRET information and demonstrate existing capability.
HTM
Tender Notice
Notice006424-2026.html
Summary:
Download failed - no summary available

Documents Preview

Sign up to view document summaries and analysis

AI document summaries
Key requirement extraction
Risk & compliance alerts
Strategic document insights

No credit card required • Setup in 2 minutes

65
Good

Tender Quality Score

This tender for Project GOSHAWK outlines a restricted procedure for developing a low-cost interceptor, demonstrating clear technical requirements but suffering from significant issues in transparency, completeness, and fairness, particularly due to classified value, missing evaluation criteria, and a strong preference for UK-based suppliers.

Score Breakdown

Legal Compliance70/100

The tender clearly defines its legal basis, including an explicit exemption from the Procurement Act 2023, which is a specific legal characteristic for defence procurement. CPV codes are appropriate, and there are no disputes. However, the classified value and missing procedure codes represent minor disclosure gaps, and the reported 'download failed' for the primary notice is a concern if it means the full legal text is not accessible.

Estimated Value is classified, limiting disclosure.
Missing procedure codes for 'Type' and 'Procedure'.
Clarity75/100

The project description and initial essential requirements for the Expression of Interest (EOI) phase are clearly articulated. However, the absence of detailed evaluation criteria for the subsequent Invitation to Tender (ITT) phase significantly reduces clarity for potential bidders regarding how their proposals will ultimately be assessed.

Evaluation criteria for the ITT phase are not specified.
Completeness65/100

Basic information like title, organization, and duration is present. However, the estimated value is classified, and crucially, the primary 'Tender Notice' document content appears inaccessible ('Download failed'). Key details like evaluation criteria for the ITT and specific procedure codes are also missing, impacting the overall completeness.

Primary 'Tender Notice' document content reported as 'Download failed'.
Estimated Value not disclosed (classified).
Fairness50/100

The classified value and the absence of specified evaluation criteria for the ITT phase significantly hinder transparency and objective assessment. The 'desirable' criterion for UK-based spend, while potentially permissible under defence exemptions, strongly favors national suppliers and limits international competition. The highly detailed 'existing capability' requirements, combined with the lack of e-submission and potential document access issues, raise concerns about equal access and a level playing field.

Estimated Value is classified, reducing transparency.
No evaluation criteria specified for the ITT phase.
Practicality60/100

The lack of electronic submission capabilities is a significant practical drawback in modern procurement. The classified value makes it difficult for potential suppliers to gauge the scale and allocate resources effectively. The reported failure to download the primary tender notice also presents a practical barrier to accessing essential information.

No electronic submission (e-submission) supported.
Estimated Value is classified, hindering practical planning for bidders.
Data Consistency85/100

The tender generally exhibits good data consistency with logical dates and no reported disputes or suspensions. Minor omissions include the liable person and specific procedure codes, but these do not introduce contradictions.

Missing 'Liable Person' field.
Missing procedure 'Code' for 'Type' and 'Procedure'.
Sustainability45/100

The tender demonstrates a clear focus on innovation through the development and trial of a new interceptor technology. However, it lacks any explicit mention or integration of environmental (green procurement) or social sustainability criteria, which are increasingly important aspects of modern public procurement.

No explicit green procurement criteria.
No explicit social criteria.

Strengths

Clear description of the project's objectives and technical requirements for the EOI phase.
Appropriate CPV code assigned for military research and technology.
Duration of the initial contract phase is clearly specified.
Strong focus on innovation for developing new defence capabilities.
Good data consistency with logical dates and no reported disputes.

Concerns

Estimated value is classified, significantly reducing transparency and fairness.
Absence of detailed evaluation criteria for the subsequent ITT phase.
Strong preference for UK-based spend and highly specific existing capability requirements raise fairness concerns.
Lack of electronic submission (e-submission) is a major practical drawback.
Primary 'Tender Notice' document content reported as inaccessible ('Download failed').

Recommendations

1. Disclose the estimated value or provide a reasonable range to enhance transparency and allow for better bidder planning.
2. Clearly define and publish the evaluation criteria for the ITT phase to ensure objectivity and fairness.
3. Ensure all tender documents are fully accessible and available for download to all potential suppliers.

AI Scoring Preview

Sign up to view complete requirements and analysis

Complete quality score analysis
Detailed sub-score breakdown
Strengths & concerns insights
Strategic recommendations

No credit card required • Setup in 2 minutes

Generate DocumentsReview Documents
B
Tender Quality Score
65/ 100 · Good

Tender Assistant

Ask me anything about this tender

Tender Assistant

Hello! I'm your AI assistant for this tender. I can help you understand requirements, deadlines, eligibility criteria, and provide strategic insights.

What are the main requirements?
When is the deadline?
Who is eligible to bid?

No credit card required

Setup in 2 minutes

Save with Notes