Scope
Reference
715693462
Description
Defence Equipment and Support (DE&S) on behalf of the Ministry of Defence (MOD), is looking to secure a support solution to provide maintenance and technical support for an Authority owned Ground Station Terminal. The requirement is for a period of three (3) years, with the potential to extend to an additional two (2) years via costed options.
This procurement shall be procured through the Crown Commercial Service (CCS), Space Technology Solutions (RM6370) Dynamic Market. The DM contains a list of qualified suppliers who meet specific membership conditions and are eligible to participate in procurements. Should Suppliers wish to recieve the PSQ are not yet on the DM, please engage with the Authority, who may be able to assit with expediting your application.
Interested suppliers are required to be registered on the DM, and Defence Sourcing Portal (DSP) to engage and complete the Procurement Selective Questionnaire (PSQ). Should Tenderers be Invited to Negotiate (ITN), the Authority will evaluate the Tenderers capacity and capability against the evaluation criteria.
For more details please refer to the official guidance, and the Space Technology Solutions DM. https://www.gov.uk/government/publications/procurement-act-2023-guidance-documents-define-phase/guidance-dynamic-markets-html / Space Technology Solutions - CCS
It is the Authority's intention to down-select approximately 5 highest scoring Tenderers, who will then be ITN providing they meet the overall score of a pass within the PSQ. The Authority reserve the right to a fail a tenderer should they not meet the minimum pass criteria at the Evaluation Stage, and subsequently not be ITN.
Overview:
PRIMUS is a UK-located Ground Terminal designed to provide an interface between the Authority’s operations centre (Or the Authority’s authorised operation centres) and the space segment (SSeg).
PRIMUS, is based on a 7.3-Meter S and X-band solution, sited within a Radome. It has been scoped to send and receive data from a MOD-owned satellite, whilst the Authority views PRIMUS as an enduring capability, intended to support numerous future Operational Concept Demonstrators (OCDs) that currently exist in various stages of development.
The duration of the Authority’s In-Service Support (ISS) requirements covers a three-year core contract for the maintenance and operational readiness of the asset.
Background:
PRIMUS has been conceived under the auspices of the Authority’s ISTARI programme as its foremost conceptual demonstrator through which ground segment hardware, software and architecture associated with current and future missions has been, and will continue to be, procured, developed and integrated.
The objective of PRIMUS is to develop an operational demonstration of the required hardware architecture that both informs and qualifies the MoD’s ground control segment concept, as well as integrating into the wider ISTARI architecture, enabling MoD execution of the Tasking, Collection, Processing, Exploitation, and Dissemination (TCPED) cycle. A core objective is to realise a solution which is applicable to supporting imminent missions, whilst also ensuring enduring capability through compatibility with future MoD activities where required.
Requirement:
PRIMUS is part of the UK Government’s broader efforts to maintain, secure and update its satellite communications capabilities, ensuring remote data links for Defence purposes.
The Authority requires provision of maintenance and support, which will include both hardware and software elements. The requirements span numerous considerations ranging from routine preventative maintenance to training and management of critical spares, commensurate with Line-3 support.
Miscellanous:
PRIMUS has been designed with future capability in mind, allowing for – thanks to the terminal’s modular design and line replaceable units – potential upgrades. The Modular design preferred on the basis of achieving relatively easy swap-out of small RF components such as feeds/waveguides/Low Noise amplifiers etc., by supplier-trained engineers.
The Cyber Risk Profile for this procurement identified by the Cyber Risk Assessment is:
Reference: Level 2
PRIMUS is equipped with the OEM’s licensed software and, as such, the terms governing the use of this proprietary software are prescribed within an existing and enduring licensing agreement between the OEM and the Authority. Suppliers are advised they are not explicitly covered under the agreement, and may be required to establish a relationship with the OEM in relation to licence software.
Tenderers are to be advised that this contract shall have a rolling start date, due to on-going dependencies associated with the terminal.
Total value (estimated)
- £1,800,000 excluding VAT
- £2,160,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 September 2026 to 1 September 2029
- Possible extension to 1 September 2031
- 5 years, 1 day
Description of possible extension:
The Authority intend to include atleast two (2) options which allow the potential extension to contract by one (1) year via costed options.
Options
The right to additional purchases while the contract is valid.
The Authority reserve the right (but shall not be obligated) to invoke option(s) to extend the duration of the contract by twelve (12) months ((3 )(+ 1) + 1 )) making a potential total duration of 5 years.
Main procurement category
Services
CPV classifications
- 32500000 - Telecommunications equipment and supplies
- 32570000 - Communications equipment
- 32581000 - Data-communications equipment
- 32400000 - Networks
- 32531000 - Satellite communications equipment
- 72250000 - System and support services
- 72260000 - Software-related services
- 72267000 - Software maintenance and repair services
- 72268000 - Software supply services
- 71356300 - Technical support services
- 71356000 - Technical services
- 50332000 - Telecommunications-infrastructure maintenance services
- 50330000 - Maintenance services of telecommunications equipment
Contract locations
- UK - United Kingdom
Participation
Legal and financial capacity conditions of participation
The Authority may utilise the DM for the Legal and Capacity conditions of particpation, further details provided in the PSQ documents.
Technical ability conditions of participation
Selection criteria as detailed in the PSQ documents.
Particular suitability
Small and medium-sized enterprises (SME)
Submission
Enquiry deadline
20 February 2026, 5:00pm
Submission type
Requests to participate
Deadline for requests to participate
6 March 2026, 12:00pm
Submission address and any special instructions
Responses to the PSQ must be completed and submitted on the Defence Sourcing Potal (DSP) by 12:00 GMT 6th March 2026.
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
1 July 2026
Award criteria
| Name | Description | Type |
|---|---|---|
| Most Advantageous Tender (MAT) | Award criteria will be stated in the procurement ITN documents, which will be issued to tenderers who are formally invited to the ITN stage. |
Price |
Weighting description
Award criteria will be stated in the procurement ITN documents, which will be issued to tenderers who are formally invited to the ITN stage.
Other information
Payment terms
Potential suppliers must note the mandatory requirement for electronic trading using the Contracting, Purchasing and Finance (CP&F) electronic procurement tool. All payments for Contractor Deliverables under the Contract shall be made via CP&F. You can find details on CP&F at https://www.gov.uk/government/publications/modcontracting-purchasing-and-finance-e-procurement-system.
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Competitive flexible procedure
Dynamic market being used
Special regime
Defence and security
Competitive flexible procedure description
Defence, Equipment and Support (DE&S) is conducting this Competitive flexible procedure over two (2) stages:
Stage 1: Conditions of Participation / Procurement Specific Questionnaire (PSQ)
The Authority shall use the PSQ response to create a shortlist of Tenderers who:
(1) are eligible to participate and;
(2) best meet, in terms of capacity and capability, the selection criteria set out in this notice and the PSQ
Stage 2: Invitation to Negotiate (ITN)
Tenders are to be evaluated on a Most Advantageous Tender (MAT) basis, using a combination of price and non-price criteria. Bidders who are successful at Stage 1, shall receive the ITN, where full details of the award criteria shall be defined.
Reduced tendering period
Yes
Using dynamic market - minimum 10 days
Documents
Documents to be provided after the tender notice
Suppliers should note, this competition is being procured via the Crown Commercial Services, Space Technology Solutions Dynamic Market (DM) (https://www.crowncommercial.gov.uk/agreements/RM6370). To qualify and recieve the PSQ, suppliers should be signed up to the DM in order to recieve the PSQ.
The information, guidance and draft contract documents for this opportunity are available on http://www.contracts.mod.uk. Suppliers must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a forgotten username/password link on the homepage.
The deadline for submitting your response(s) is detailed within this Tender Notice. Please ensure that you allow yourself plenty of time when responding to this opportunity prior to the closing date and time, especially if you have been asked to upload documents.
Contracting authority
Ministry of Defence
- Public Procurement Organisation Number: PHVX-4316-ZVGZ
MOD Abbey Wood
Bristol
BS34 8JH
United Kingdom
Contact name: Jessica Applegate
Email: desspace-comrcl@mod.gov.uk
Website: https://www.gov.uk/government/organisations/ministry-of-defence
Region: UKK12 - Bath and North East Somerset, North Somerset and South Gloucestershire
Organisation type: Public authority - central government