United Kingdom7 days leftOpen

Unknown Tender

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

006201-2026

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

  • No explicit mandatory exclusion grounds are stated in the provided text.

ELIGIBILITY REQUIREMENTS

  • Be in a position to undertake the full programme.
  • Be able 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.
  • Acknowledge that none of the obligations, rights, or remedies deriving from the Procurement Act 2023 apply to this Procurement.
🔧

TECHNICAL CAPABILITY REQUIREMENTS

  • Be able to meet the full requirement for a low-cost interceptor.
  • Possess existing capability relevant to the development and trial of a low-cost interceptor, 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.
  • Demonstrate technical ability to develop low-cost missiles to meet the Authority’s requirements.
  • Demonstrate future scalability of production for a potential follow-on contract with an estimated demand of approximately 3,000 to 7,000 units per year.
  • Propose a solution with ideally no export controls, or at most European export controls.
  • Propose a low-cost interceptor optimised for drones, loitering munitions, and missiles at close ranges and low altitudes.
  • Propose a solution capable of reliably countering diverse targets at varying speeds, altitudes, and trajectories.
  • Propose a cost-effective, multi-threat interception capability.
  • Be able to develop and mature proposed solutions to meet the Authority’s requirements during the funded phase.
  • Be able to participate in trials of the proposed solutions during the contract(s).
💰

FINANCIAL REQUIREMENTS

  • No explicit financial standing requirements are stated in the provided text.
📋

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, and 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 Data006201-2026_ocds_record.json
Summary:
The Ministry of Defence seeks expressions of interest from suppliers to develop and trial a cost-effective, multi-threat low-cost interceptor for drones and missiles, requiring capability outlines, SECRET clearance, and a Confidentiality Undertaking to proceed to ITT.
DOC
OCDS Release Package
OCDS Data006201-2026_ocds_release.json
Summary:
This document is an OCDS data package providing information about Project GOSHAWK, a UK Ministry of Defence tender seeking expressions of interest from suppliers to develop and trial a low-cost interceptor for drones and missiles, requiring SECRET classification handling and existing capability outlines.
PDF
Official PDF Version
Qualification Requirements006201-2026_official.pdf
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 the ability to handle SECRET classified information and demonstrate existing capability.
HTM
Tender Notice
Qualification Requirements006201-2026.html
Summary:
The Ministry of Defence invites expressions of interest from suppliers to develop and trial a low-cost interceptor for drones and missiles, requiring essential criteria like SECRET security clearance, a confidentiality undertaking, and a detailed outline of existing capability.

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

64
Good

Tender Quality Score

This tender for a low-cost interceptor demonstrates a clear project scope but suffers from significant transparency and fairness issues, particularly concerning its legal framework and highly specific supplier requirements. While innovation is present, broader sustainability aspects are absent.

Score Breakdown

Legal Compliance65/100

The tender explicitly states an exemption from the Procurement Act 2023, but this crucial information is presented as cut-off text in the description, lacking a clear legal basis or full explanation within the notice. While defence exemptions are permissible, their poor communication reduces legal transparency.

Incomplete legal statement regarding procurement act exemption (cut-off text)
Lack of explicit legal basis for the exemption in the notice
Clarity70/100

The project's objectives and initial essential criteria are clearly outlined. However, the absence of detailed evaluation criteria for the subsequent Invitation to Tender (ITT) stage and the cut-off legal statement significantly diminish overall clarity for potential bidders.

Missing detailed evaluation criteria for the subsequent ITT stage
Incomplete description text (cut-off legal statement)
Completeness75/100

Most basic information, including duration for the initial contract, is provided. However, the estimated value is classified, and detailed evaluation criteria for the ITT are missing. The incomplete legal statement also impacts the completeness of critical information.

Estimated value is classified
Missing detailed evaluation criteria for the ITT stage
Fairness40/100

Fairness is significantly compromised by the classified value, lack of electronic submission, and the absence of detailed ITT evaluation criteria. Furthermore, the combination of mandatory SECRET clearance, highly detailed existing capability requirements, and a 'desirable' UK-based spend criterion strongly suggests tailoring towards established UK defence contractors with mature, specific technology, limiting broader competition.

Estimated value is classified, reducing transparency
No electronic submission supported
Practicality60/100

The lack of electronic submission is a significant practical drawback in modern procurement. The classified estimated value also hinders suppliers' ability to conduct proper financial planning and assess the commercial viability of participation.

No electronic submission supported
Estimated value is classified
Data Consistency80/100

Key fields are largely populated, and dates are logical. Minor inconsistencies include missing 'Liable Person' and specific procedure codes, as well as the incomplete description text which cuts off a critical legal statement.

Minor missing fields (e.g., Liable Person, procedure codes)
Incomplete description text (cut-off legal statement)
Sustainability50/100

The tender focuses on innovation through the development and trial of a new interceptor. However, it lacks any explicit criteria or considerations for environmental (green procurement) or social aspects, which are increasingly important in public procurement.

No explicit green procurement criteria
No explicit social procurement criteria

Strengths

Clear project objectives and scope for Project GOSHAWK
Detailed essential criteria for initial Expression of Interest
Appropriate CPV classification for military research
Focus on innovation for a critical defence capability
Duration of initial contract clearly specified

Concerns

Poor communication of legal exemption from Procurement Act 2023
Requirements appear tailored to established UK defence contractors
Absence of detailed evaluation criteria for the ITT stage
Estimated value is classified, reducing transparency
No electronic submission supported

Recommendations

1. Provide a complete and clear statement of the legal basis for any exemptions from national procurement regulations.
2. Enhance transparency by disclosing estimated value (if permissible) and outlining ITT evaluation criteria at the earliest possible stage.
3. Review requirements to ensure they are as generic as possible to foster broader competition, or clearly justify highly specific criteria.

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
64/ 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