Notice

Competition Document: Innovations in dermal protection against liquid chemicals

Updated 20 February 2025

1. Introduction

This Defence and Security Accelerator (DASA) competition is run on behalf of the UK government but there is significant potential for solutions developed to be exploited internationally. It is seeking proposals that will address the challenge of developing a fabric which provides dermal protection against liquid chemical warfare agents and other low surface tension liquids. We are interested in treatments, fabric design, novel constructions or any other approach that prevents the penetration of low surface tension liquids.

Any options proposed must not use chemistries which are currently the subject of restriction proposals under The Regulation on the registration, evaluation, authorisation and restriction of chemicals (REACH) or any other governing body (e.g. European Chemicals Agency (ECHA), United States Environmental Protection Agency (EPA), the Stockholm Convention).

The overall objective of this competition is to develop fabrics that can be used to manufacture protective suits that meet the essential criteria against liquid and vapour given in “NATO Standard AEP-72 Volume I - Recommended chemical, biological and TIC challenge levels” (NATO AEP-72)[footnote 1]. Additionally, products should meet the robustness testing detailed in “BS 8467:2006 - Protective clothing. Personal protective ensembles for use against chemical, biological, radiological and nuclear (CBRN) agents” (BS8467).

We appreciate that there will be research in this area at different stages of development and we wish to efficiently explore all possible options. There are therefore 2 separate challenges in this competition.

Challenge 1 is for innovators that have a technical solution which can be developed to demonstrate basic liquid protection properties (see Dstl Liquid penetration under pressure test method (Dstl Test Method)) with potential to be progressed further towards the specific chemical warfare protection requirements, specified in Challenge 2. Proposals should include all costs to demonstrate basic liquid protection properties can be met. 

Challenge 2 is for innovators who have a technical solution which can be shown to pass the Challenge 1 test criteria (full report of testing to be supplied within the proposal) and has potential to be developed further such that it passes the essential chemical agent challenge as detailed in NATO AEP-72 and relevant robustness tests, detailed in BS8467. Proposals should include all costs to demonstrate these criteria can be met.

The manufacture of suits falls outside the scope of this phase of the competition.

This competition is funded by the Ministry of Defence and the Home Office with the potential for possible additional support to be provided from international partners from the US, Australia, Canada and New Zealand.

2. Competition key information

Key Information Competition Details
Submission deadline 12:00 Midday on 15 April 2025 (BST)
Total funding available £2.6 million (excluding VAT). We anticipate to fund up to 10 proposals for each challenge. We are expecting proposals to cost no more than £100,000 for Challenge 1 and £200,000 for Challenge 2, but we reserve the right to fund proposals higher than these amounts.
Technology Readiness Level (TRL) Challenge 1 ending at TRL 3                                                                                                                                   Challenge 2 starting at TRL3 and ending at least TRL 5
Contract start month Aim to start August 2025
Project duration Challenge 1 equal to or less than 8 months initial work with possibility of 8 month extension                                                                                                                                   Challenge 2 equal to or less than 8 months
Cyber Risk Assessment (CRA) number and risk level RAR-241120B03, Very Low Risk
Feedback release date 6 June 2025
Pre-sift criteria See Section 6 Pre-sift

2.1 Competition Specific Requirements

Please note that this competition has specific deliverables as part of its pre-sift criteria.

For bids into Challenge 2 you must already have a technical solution which can be shown to pass the Challenge 1 criteria (evidence to be supplied within the proposal). The proposal should also include information regarding the performance against “BS EN 14419:2010 Textiles — Oil repellency — Hydrocarbon resistance test” and “BS EN 23232:2009 Textiles — Aqueous liquid repellency — Water/alcohol solution resistance test”, to aid our understanding of the proposed concepts.

Bids into Challenge 2 must demonstrate, by passing the Dstl Test Method supplied, that they have the potential to be developed to pass the essential chemical agent challenge as detailed in NATO AEP-72 and relevant robustness tests, detailed below. Full details of the experimental results of the supplied test should be submitted as part of your proposal.

2.2 Where do I submit my proposal?

Via the DASA Online Submission Service where you will need to register for an account. Only proposals submitted through the DASA Online Submission Service will be accepted.

2.3 Public facing information

When submitting your proposal, you will be required to include a title, Proposal Value Proposition Statement (PVPS) and a short abstract. The title, PVPS and abstract you provide will be used by DASA, and Partners Across Government (PAG), to describe your project and its intended outcomes and benefits. They may be included at DASA events in relation to this competition and in documentation such as brochures. As this information can be shared, it should not contain information that may compromise Intellectual Property.

2.4 Further guidance

For further guidance on what to expect during the submission process and how your proposal will be assessed, please see the following GOV.UK pages and forms:

3. Supporting activities

3.1 Launch webinar

6 March 2025 – Launch webinar providing further detail on the problem space and a chance to ask questions in an open forum. If you would like to participate, please register on the Eventbrite page.

3.2 One-to-One teleconference sessions

12 March 2025 – A series of 15 minute one-to-one teleconference sessions, giving you the opportunity to ask specific technical questions to the competition team in a closed forum. Registration for these sessions will be available the day after the launch webinar on 6 March 2025, on the Eventbrite page. Booking will be on a first come first served basis.

Non-technical questions about the competition process should be sent to the DASA Help Centre, accelerator@dstl.gov.uk.

3.3 Collaboration survey

We encourage collaboration between innovators for this competition. To support this, we have a short survey to collect details of those who wish to explore collaboration possibilities. If you are interested, please complete the collaboration survey.

The information (including personal details) you provide will be circulated among the innovators who have completed the survey. The sharing of details will only be done after an initial screening process has taken place, we reserve the right to not share all details.

All collaboration for proposal submissions is on an innovator-innovator basis. It is the innovators’ responsibility to determine the suitability of collaborators.

Inclusion or absence of collaboration will not affect assessment.

3.4 Innovation Outline

If you are uncertain of the relevance of your innovation, it is strongly recommended that you contact your local DASA Innovation Partner to discuss your idea. You can initiate this through the submission of a Contact DASA Form by following instructions on the Contact a DASA Innovation Partner page if you do not already have an established relationship with your local Innovation Partner.

Your local Innovation Partner will initially explore the suitability of your idea within the context of the requirements of the competition. With specific interest in the aspects covered within the Competition Scope section.

Your local Innovation Partner will, if required, also advise you on the submission of an Innovation Outline (IO), primarily used to further explore the relevance of your idea to the competition.

You must submit this IO through the Submission Service regardless of an established relationship with your local Innovation Partner. To submit an IO, log in to the submission service, select the service category DASA Innovation Outline. Then from the service name select Innovation Outline: Innovations in dermal protection against liquid chemicals. Your local Innovation Partner will be able to advise you on the IO content.

Submission of an IO for this competition will allow socialisation of the idea across the competition team, all elements of the IO will be shared. The competition team is made up of DASA, Dstl, MOD and Home Office staff. You should receive a response within two weeks, confirming whether or not your idea is in scope. The competition closes at 12:00 Midday on 15 April 2025 (BST). DASA cannot guarantee a response to an IO received after 1 April 2025.

All information you provide to us as part of your IO, that is not already available to us from other sources, will be handled in confidence. We will only share the information with those who can establish if your innovation is within scope of the competition. The information will only be used for the purposes for which it is provided to us. It won’t be used for other purposes, without us having obtained the necessary rights and permissions to do so.

Submitting an IO or speaking to your local innovation partner is not a mandatory criteria of this competition.

4. Competition scope

4.1 Background: Why we need Innovation in this area

Traditionally, dermal liquid protection has been provided by an air permeable, two- layer system, comprising an outer fabric, which controls the initial liquid interaction with the surface, and a carbon layer to absorb any vapours which penetrate the outer layer. It is the combination of these two layers which enables the wearer to operate in a CBRN environment without incurring the associated physiological burden of an air impermeable garment.

Changes in legislation (e.g. REACH) over recent years are constraining the methods available to Defence and Security for providing dermal protection against low surface tension liquids (such as chemical warfare agents (CWAs)). Due to these changes we are seeking innovative methods for future dermal protection.

4.2 Scope: The Requirement

The scope of this competition is technologies that provide wearable dermal protection against liquid chemical contamination. There are various means by which this could be achieved, and we are interested in any scientific and technological approaches that have the potential to deliver dermal protection against low surface tension liquids without the use of chemistries which are currently the subject of restriction proposals (e.g. under REACH, ECHA etc.).

We are interested in any approaches that are in scope, examples that we are aware of include:

  • highly wicking surfaces;
  • reactive coatings;
  • novel fabric compositions and fibre structures;
  • other technical approaches which prevent the liquid contamination causing harm to the wearer’s skin.

Any approach which is able to render the surface both hydrophobic and oleophobic within the constraints stated is also of interest.

It should also be remembered that liquid hazards can also generate vapour hazards and any final product must be able to demonstrate the ability to deal with both hazards. It is acceptable to use a carbon layer, as in the current system, to achieve this. This could be supplied as Government Furnished Assets (GFA), if required. This is only of relevance for testing under Challenge 2.

4.3 Exploitation

Whilst the manufacture of suits falls outside the scope of this competition, there is a need within UK and allied nations to ensure our military and emergency responders are equipped with next generation protective suits that provide protective measures aligned to NATO AEP-72, “BS EN ISO 15025:2016 Protective clothing. Protection against flame” and “BS EN ISO 6530:2005 Protective clothing. Protection against liquid chemicals. Test method for resistance of materials to penetration by liquids”. Without commitment, funded projects that evidence demonstrable potential to support this objective may be supported to mature their innovation towards this objective.

5. Competition challenges

This competition has two challenges.

5.1 Challenge 1

Challenge 1 is for innovators that have a technical solution that can be developed to demonstrate basic liquid protection properties (see Dstl Test Method) with potential to progress towards specific chemical warfare protection requirements.

Innovators must also provide a report detailing data on liquid behaviour in accordance with “BS EN ISO 14419:2010 Textiles — Oil repellency — Hydrocarbon resistance test” (BS14419) and “BS ISO 23232:2009 Textiles — Aqueous liquid repellency — Water/alcohol solution resistance test” (BS23232), to provide initial understanding of material behaviour for further development considerations. The inclusion of supporting video or photographs would be of interest. Passing these tests (BS14419 and BS23232) is not a requirement to continue for the additional tasking option.

By the end of Challenge 1 innovations must provide pass/fail evidence against the basic liquid penetration test provided. This will form a minimum entry requirement for proposals to continue for the additional tasking activity which has the same objectives as Challenge 2 described later.

If the proposed technical solution is a coating, initial testing must be performed using a plain weave cotton fabric or polyester-cotton fabric (max 65% polyester) with a maximum mass per unit area of 150 gsm.

It is acknowledged that there are different methods of preventing liquid penetration therefore the innovator must supply information regarding the mechanism by which their proposal prevents liquid penetration and provide any other test data that they believe to be relevant to demonstrating the efficacy of their approach for assessment.

Proposals submitted under this challenge should be for research projects lasting no longer than 8 months with a final deliverable of a material that meets the specified criteria. We would require all the information requested above at the end of this phase.

Between months 6 and 8 of the project, innovators will be invited to submit a further proposal detailing activities for extending the project for a further 8 months in order to meet the more demanding specification described in Challenge 2. These proposals will be assessed and the option to progress some, or all, of the bids may be exercised. At this stage no bids from new innovators will be considered.

5.2 Challenge 2

Running concurrently with Challenge 1, Challenge 2 will seek to evaluate technical solutions at higher TRLs (at least TRL5).

Challenge 2 is for innovators who already have a technical solution which can be shown to pass the Challenge 1 criteria (evidence to be supplied within the proposal). The proposal should also include information regarding the performance against BS14419 and BS23232 to aid our understanding of the proposed concepts.

Bids into Challenge 2 must demonstrate, by passing the Dstl Test Method supplied, that they have the potential to be developed to pass the essential chemical agent challenge as detailed in NATO AEP-72 and relevant robustness tests, detailed below. Full details of the experimental results of the supplied test should be submitted as part of your proposal.

The target for Challenge 2 is to demonstrate that your proposed technical solution can meet the essential criteria against liquid as detailed in NATO AEP-72. In order to demonstrate this, samples must be tested by a quantitative penetration test against both placed and pressure droplets (at 20 kPa) using sulfur mustard (HD), sarin (GB) and soman (GD), with sample points at 2h, 4h, 6h, 8h, 23h, and 24h intervals. VX testing must be carried out at 6h and 24h intervals by the Low Volatility Agent Penetration (LVAP) test method. All testing must be undertaken by a Test House accredited to BS EN ISO/IEC 17025:2017 General requirements for the competence of testing and calibration laboratories. You must also be able to demonstrate that your proposed technical solution is able to meet the durability and additional requirements listed below, as described in BS8467 (Section 6).

These include the following tests

  • Air permeability testing to “BS EN ISO 9237:1995 Textiles — Determination of the permeability of fabrics to air”
  • Thermal and water-vapour resistance under steady-state conditions to “BS EN ISO 11092:2014 Textiles — Physiological effects — Measurement of thermal and water-vapour resistance under steady-state conditions” (sweating guarded-hotplate test)
  • Tensile strength as per section 5.4.1 (a) of BS8467:2006
  • Tear strength as per section 5.4.1 (b) of BS8467:2006
  • Protection against surface wetting in accordance with section 5.4.1 (c) of BS8467
  • Durability to abrasion
    • “BS EN ISO 12947-1:1998 Textiles. Determination of the abrasion resistance of fabrics by the Martindale method. Martindale abrasion testing apparatus”,
    • “BS EN ISO 12947-2:2016 Textiles. Determination of the abrasion resistance of fabrics by the Martindale method. Determination of specimen breakdown”,
    • “BS EN ISO 12947-3:1998 Textiles. Determination of the abrasion resistance of fabrics by the Martindale method. Determination of mass loss”, and
    • “BS EN ISO 12947-4:1998 Textiles. Determination of the abrasion resistance of fabrics by the Martindale method”. Assessment of appearance change. We require the results of all testing undertaken to be supplied in a final report, not just pass / fail criteria.

Proposals under this challenge should be for research, development and testing activities lasting no longer than 8 months.

As part of any bid into Challenge 2 innovators must cost in testing to determine the quantitative CWA permeation of their candidate materials. These results must be supplied to DASA as part of the reporting milestones of the project to allow suitable review. The bid must also include costings for the mechanical testing against the stated standards. All testing must be undertaken by a Test House accredited to BS EN ISO/IEC 17025:2017 General requirements for the competence of testing and calibration laboratories.

It is recommended that you make early engagement with appropriate test houses to ascertain timelines and costs for the required testing.

Visual representation of competition timeline. Illustrative only and may be subject to change.

5.3 We are interested in…

We want novel ideas to benefit UK Defence and Security. Your proposal should include evidence of:

  • innovation or a creative approach
  • clear demonstration of how the proposed work applies in a defence or security context

In particular, we are interested in

  • technical solutions that can, or have potential to, mitigate permeation of liquid CWAs and other low surface tension liquids (as low as ca. 20 mN mˉ¹) through (ideally) woven, non-woven or knitted fabrics under applied mechanical pressures of 20 kPa or more.
  • technical solutions that give consideration to ensuring the thermo-physiological burden of the resulting system is minimised by maximising conductive and evaporative cooling.
  • novel approaches that can prevent permeation of liquid CWAs through highly air-permeable fabrics
  • technical solutions which in addition to preventing liquid permeations also have the ability to mitigate the effects of flammable liquids and reduce the potential of ignition

5.4 We are not interested in…

We are not interested in proposals that:

  • use substances (e.g. fluorinated substances) which are, or have potential to become, environmental pollutants[footnote 2]
  • require any form of animal testing during development
  • require ethical (such as MODREC) approval
  • will clearly have a negative impact on thermo-physiological burden
  • constitute consultancy, paper-based studies or literature reviews
  • are an unsolicited resubmission of a previous DASA bid
  • offer demonstrations of off-the-shelf products requiring no experimental development (unless applied in a novel way to the challenge)
  • offer no real long-term prospect of integration into defence or security capabilities

6. Critical elements to include

When writing your proposal, ensure you have comprehensively covered the following elements:

  • focus on the Competition requirements but also include a brief (un-costed) outline of the next stages of work required for exploitation
  • include a list of other government funding you have received in this area. Make it clear how this proposal differs from that work
  • include a detailed project plan with clear milestones and deliverables. Deliverables need to be well defined and designed to provide evidence of progress against the project plan. Your deliverables must include a written final report
  • planned (and costed) attendance at the following meetings, which will all be in the UK.
    • a kick-off meeting at the start of the project
    • a mid-project event
    • an end of project event at the end of the relevant Challenge
    • regular reviews with the appointed Technical Partner and Project Manager
    • close down meeting at the end of the project

These activities may take place virtually. Slides and other material presented at these meetings should be appropriately marked and made available.

  • identify any ethical / legal / regulatory factors. Associated risks should be added to the Risk Register in Step 5 of the submission service along with details of how they will be managed, including break points in the project if approvals are not received
  • you must include any requirements for access to GFA. DASA cannot guarantee that GFA, except in the case of carbon layers (See Section 4.2), will be available. You need to include an alternative plan in your proposal in case it is not available.

7. Accelerating and exploiting your innovation

Over the lifetime of DASA competitions, ideas mature and accelerate under the guidance of appropriate end-users toward being a functional capability. How long this takes and how far towards a deployable capability innovations progress will depend on the competition requirement/aim and starting point of the innovation (i.e. the TRL level at the competition start and end point).

Ensure your deliverables are designed with the aim of making it as easy as possible for assessors to recognise expected development in technology maturity of the potential solution over the lifetime of the contract, specifically how this demonstrates improved capability against the current known solutions.

Low TRL research and development may not be able to articulate exploitation in great detail, but it should be clear that there is credible advantage to be gained from the technology development.

During the competition phase all correspondence must be via the DASA Help Centre (accelerator@dstl.gov.uk), or your local Innovation Partner.

7.1 How to outline your exploitation plan

Include the following information to help the assessors understand your exploitation plans to date:

  • the intended defence or security end-users of your product and whether you have previously engaged with them, their procurement arm or their research and development arm
  • awareness of, and alignment to, any existing end-user procurement programmes
  • the anticipated benefits (for example, in cost, time, improved capability) that your solution will provide to the end-user
  • whether it is likely to be a standalone product or integrated with other technologies or platforms
  • expected additional work required beyond the end of the contract to develop an operationally deployable commercial product (for example, “scaling up” for manufacture, cyber security, integration with existing technologies, environmental operating conditions)
  • additional future applications and wider markets for exploitation
  • wider collaborations and networks you have already developed or any additional relationships you see as a requirement to support exploitation
  • how your product could be tested in a representative environment in later phases
  • any specific legal, ethical, commercial or regulatory considerations for exploitation

8. Pre-sift Criteria

Before your proposal is assessed, all proposals will be checked for compliance with the competition document and may be rejected before full assessment if they do not comply.

Only those proposals that demonstrate compliance against the competition scope and DASA pre-sift criteria will be taken forward to full assessment. For more information on how your proposal will be assessed please read Assessment process and criteria.

Innovations in Dermal Protection against liquid chemicals pre-sift criteria are as follows:

Criteria Measure
The proposal outlines how it meets the scope of the competition Within scope (Pass) / Out of scope (Fail)
The proposal fully explains how it meets the DASA criteria (Desirability, Feasibility, and Viability) in the relevant questions in Step 3 of the submission service Pass / Fail
The proposal must contain a financial plan, a project plan and a resourcing plan which demonstrate how the work proposed will be completed Pass / Fail
For Challenge 2 you have specifically included costing for quantitative CWA permeation and mechanical testing by an accredited Test House (see section 5.2) Pass / Fail
Your deliverables include a written final report Pass / Fail
For Challenges 1 and 2 the final deliverable month indicated must be less than or equal to 8 months from T0 where T0 is the Project start date agreed by both parties Pass / Fail
For Challenge 2 the proposal contains evidence that the qualifying test has been met Pass / Fail

9. How your proposal will be assessed

Proposals that are compliant will be assessed against the standard DASA assessment criteria (Desirability, Feasibility and Viability) by subject matter experts from the MOD (including Dstl), the Home Office and the front-line military commands. You will not have the opportunity to view or comment on assessors’ recommendations.

DASA reserves the right to disclose on a confidential basis any information it receives from innovators during the procurement process, which includes the full proposal, to any third party engaged by DASA for the specific purpose of evaluating or assisting DASA in the evaluation of your proposal. In providing such information you consent to such disclosure. Appropriate confidentiality agreements will be put in place.

After assessment, proposals will be discussed internally at a decision conference where, based on the assessments, budget and wider strategic considerations, a decision will be made on the proposals that are recommended for funding.

Innovators are not permitted to attend the decision conference.

10. DASA Terms and Conditions

Please read the DASA Terms and Conditions which contain important information for innovators. For this competition we will be using the Innovation Standard Contract (ISC): Terms and Conditions. Information on the relevant DEFCONs can be found by registering on the Knowledge in Defence site.

We require unqualified acceptance of the Terms and Conditions; if applicable, please ensure your commercial department has provided their acceptance.

We will use deliverables from DASA contracts in accordance with our rights detailed in the contract Terms and Conditions. This includes sharing deliverables with International governments under appropriate Memoranda of Understanding (MOU).

10.1 Feedback

Proposals that are unsuccessful will receive feedback in the form of bullet points and a couple of short paragraphs after the Decision Conference.

Where a proposal meets the fundable requirements for a competition, but is not funded, DASA will continue to seek funding from partners across government and shall consider your proposal fundable for 12 months from the date of the decision release.

We will share the abstract, PVPS and title of your proposal with any other UK government departments that may express an interest in funding the proposal through DASA, in accordance with the competition document. If a budget holder within the MOD wishes to read the full proposal to decide if they will fund it, we will share it with them under these circumstances. If it is within 60 days of the original NOT FUNDED decision release date, we will share the full proposal with them without seeking your permission. If it is over 60 days since the original NOT FUNDED decision we will seek your permission before sharing the full proposal with them.

For other potential funders, we will seek your permission before sharing the full proposal regardless of the number of days since the original NOT FUNDED decision release.

In the event that funding becomes available, DASA may ask whether you would still be prepared to undertake the work outlined in your proposal under the same terms. Your official DASA feedback will indicate if your proposal was deemed fundable, but not awarded funding at the time.

Funded projects will be allocated a Project Manager (to monitor the project) and a Technical Partner (as a technical point of contact). In addition, the DASA team may work with an innovator to support delivery and exploitation including, when appropriate, introductions to end-users and business support to help develop their business.

11.1 Cyber Risk Assessment (CRA)

On receipt of a FUND decision, successful innovators must prove cyber resilience before the contract is awarded. The start of this process is the submission of a Supplier Assurance Questionnaire (SAQ). The SAQ allows innovators to demonstrate compliance with the specified risk level and the corresponding profile in Def Stan 05-138, and the level of control required will depend on this risk level.

To expedite the contracting time of successful innovators we ask all innovators to complete the SAQ before they submit their proposal (this is not mandated). The SAQ must be completed using the DASA Risk Assessment number RAR-241120B03, answer questions for risk level “Very Low”. In the SAQ form, for the contract name please use the competition title and for the contract description please use the title of your proposal.

The Defence Cyber Protection Partnership (DCPP) will review your SAQ submission and aim to respond within 2-5 working days with a reference number and an indication of your compliance status. They welcome emails if you think a response has not been provided in this time. There are 2 compliance statuses:

  1. Compliant – no further action
  2. Not compliant – you will be required to complete a Cyber Implementation Plan (CIP) before the contract is placed which will need to be reviewed and agreed with the relevant project manager or, a Cyber Essentials Certification (CEC) must be held before contract can be awarded. Further information and guidance on obtaining a CEC can be found here: https://www.ncsc.gov.uk/cyberessentials/overview

The email response from DCPP should be uploaded (JPG or PNG format) as part of your proposal before submission. You will also be asked to enter your SAQ reference number. Please allow enough time to receive the SAQ reference number prior to competition close at 12:00 Midday on 15 April 2025 (BST).

11.2 Export control for overseas partners

All relevant export control regulations will apply if a company ultimately wants to sell a developed solution to a foreign entity. All innovators must ensure that they can obtain, if required, the necessary export licences for their proposals and developments, such that they can be supplied to the UK and other countries. If you cannot confirm that you can gain the requisite licences, your proposal will be sifted out of the competition.

Additionally, if we believe that you will not be able to obtain export clearance, additional checks may be conducted, which may also result in your proposal being sifted out of the competition.

12. Points of Contact

While all reasonable efforts will be made to answer queries, DASA reserves the right to impose management controls if volumes of queries restrict fair access of information to all potential innovators.

12.1 Innovation Partner

DASA has a team of Innovation Partners that can provide you with support throughout the application process. They are the initial point of contact between you and DASAs competitions. If you are interested in working with DASA, speak to your local DASA Innovation Partner.

12.2 DASA Help Centre

Competition queries including on process, application, commercial, technical and intellectual property aspects should be sent to the DASA Help Centre at accelerator@dstl.gov.uk, quoting the competition title. DASA cannot guarantee a response to a query after 25 March 2025, 3 weeks before the competitions closes.

  1. Innovators do not need to access this document. If they are participating in Challenge 2 (section 5.2) they will need to access a specialised accredited Test House for appropriate testing to NATO AEP-72 to be conducted. The Test Houses are fully aware of the requirements and of NATO AEP-72. The testing required is described in section 5.2. In addition to these specialised tests, there are a number of other tests we require in Challenge 2 but these are listed in section 5.2 and described in ISO and BS documents. 

  2. PFAS Material Definition

    Fluorinated substances that contain at least one aliphatic carbon atom that is both saturated and fully fluorinated (without any H/Cl/Br/I atom attached to it), i.e. any chemical with at least a perfluorinated methyl group (–CF₃) or a perfluorinated methylene group (– CF₂–) in its structure and the simplest substance meeting this definition is tetrafluoromethane (CF₄).