Tenders

UK4 - PRIMUS II Ground Station Support Solution

Open
Deadline
182 days left
August 31, 2026
Contract Details
Category
Other
Reference
010862-2026
Value
£2,160,000
Location
United Kingdom
Published
February 23, 2026
Organization
CPV Code
Project Timeline

Tender Published

February 06, 2026

Deadline for Questions

August 24, 2026

Submission Deadline

August 31, 2026

Contract Start Date

August 31, 2026

Buyer IntelligencePRO
🔒
Unlock Buyer Intelligence
See spending patterns, preferred procedures, and more.
Upgrade to Professional →
Budget
£2,160,000
Duration
37 months
Location
United Kingdom
Type
Other
65
Quality Score/100
Good

Original Tender 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 receive the PSQ are not yet on the DM, please engage with the Authority, who may be able to assist 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. 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.

Risk Analysis

Please log in to use risk analysis.

Login

Win Strategy

Please log in to access winning strategy recommendations.

Login

Competitors

Upgrade to see which companies are likely to bid on this tender, based on historical procurement data.

Login

Requirements & Qualifications

21 requirements across 5 categories

Submission (4)
Mandatory (1)
Compliance (5)
Technical (10)
Financial (1)
SUBMISSION REQUIREMENTS4
--Engage with the Authority if not yet on the Dynamic Market to potentially expedite your application.
--Complete the Procurement Selective Questionnaire (PSQ).
--Be prepared to be invited to negotiate (ITN) if down-selected and meet the pass criteria.
MANDATORY EXCLUSION GROUNDS1
--None explicitly mentioned in the provided text.
ELIGIBILITY REQUIREMENTS5
--Must be registered on the Crown Commercial Service (CCS) Space Technology Solutions (RM6370) Dynamic Market (DM).
--Must meet specific membership conditions of the Dynamic Market.
--Must be registered on the Defence Sourcing Portal (DSP).
TECHNICAL CAPABILITY REQUIREMENTS10
--Ability to provide maintenance and technical support for a Ground Station Terminal (PRIMUS).
--Capability to support a 7.3-Meter S and X-band solution, sited within a Radome.
--Expertise in maintaining and supporting both hardware and software elements of the terminal.
FINANCIAL REQUIREMENTS1
--None explicitly mentioned in the provided text.

Requirements Preview

Sign up to view complete requirements and analysis

Documents

4 documents available with AI summaries

OCDS RecordDOC
010862-2026_ocds_record.json

The Ministry of Defence seeks maintenance and technical support for its PRIMUS Ground Station Terminal for an initial three years, requiring suppliers to be registered on the CCS Space Technology Solutions Dynamic Market and Defence Sourcing Portal to participate in the Procurement Selective Questionnaire.

OCDS Release PackageDOC
010862-2026_ocds_release.json

The Ministry of Defence seeks a qualified supplier to provide 3-5 years of maintenance and technical support for the UK's PRIMUS Ground Station Terminal, requiring registration on the CCS Space Technology Solutions Dynamic Market and Defence Sourcing Portal to submit a Procurement Selective Questionnaire.

Official PDF VersionPDF
010862-2026_official.pdf

The Ministry of Defence seeks qualified suppliers via the CCS Space Technology Solutions Dynamic Market to provide 3-5 years of maintenance and technical support for its PRIMUS Ground Station Terminal, requiring registration on the Dynamic Market and Defence Sourcing Portal to submit a Procurement Selective Questionnaire.

Tender NoticeHTM
010862-2026.html

This Ministry of Defence tender seeks qualified suppliers registered on the CCS Space Technology Solutions Dynamic Market and Defence Sourcing Portal to provide 3-5 years of maintenance and technical support for the PRIMUS II Ground Station Terminal, requiring successful completion of a Procurement Selective Questionnaire for potential negotiation invitation.

Documents Preview

Sign up to view document summaries and analysis

65
Good

Tender Quality Score

This tender provides a clear technical description but suffers from a lack of transparency regarding evaluation criteria and significant inconsistencies in key dates.

Score Breakdown

Legal Compliance75/100

The tender adheres to UK national procurement regulations, referencing the Procurement Act 2023. The CPV code is appropriate, and the submission period is exceptionally long, allowing ample time for preparation. However, the procedure type and restricted type codes are missing, and the reveal date is not provided, which are minor disclosure gaps.

Missing procedure codes
Missing reveal date
Clarity65/100

The description of the PRIMUS system, its background, and the technical support requirements are detailed and clear. The AI-extracted requirements are well-structured and comprehensive. However, the tender explicitly states that evaluation criteria exist but fails to provide any details on what these criteria are, which is a significant lack of clarity for potential bidders.

Evaluation criteria not specified
Completeness70/100

The tender provides most essential information including title, reference, organization, estimated value, duration, and location. Detailed technical and eligibility requirements are also present. The primary omission is the lack of detailed evaluation criteria, which is crucial for a complete tender package. Missing procedure codes also contribute to a minor completeness gap.

Detailed evaluation criteria not provided
Missing procedure codes
Fairness60/100

The tender provides full document access and discloses the estimated value, with a very reasonable preparation deadline. However, the absence of detailed evaluation criteria significantly compromises transparency and objectivity, making it difficult for bidders to understand how their proposals will be assessed. The requirement for suppliers to be registered on a specific Dynamic Market (CCS RM6370) restricts competition, although a pathway for new applicants is mentioned. This limits broad market access.

Evaluation criteria not specified (lack of transparency)
Restricted market access via Dynamic Market
Practicality70/100

Electronic submission is strongly implied through the use of the Defence Sourcing Portal (DSP) and Dynamic Market. A relevant guidance URL is provided, and the contract duration and estimated value are clear. A minor practical issue is the ambiguity regarding the contract start date, which is listed as a fixed date but described as "rolling" due to dependencies.

Ambiguous contract start date ("rolling" vs. fixed)
Data Consistency55/100

There are several inconsistencies. The "Type" and "Procedure" codes are missing. More critically, the submission deadline listed in the basic information (2026-08-31 23:00:00) conflicts with the one in the AI-extracted requirements (2026-09-01T00:00:00+01:00). Additionally, the fixed contract start date is contradicted by the "rolling start date" statement. The "Liable Person" field is also empty.

Inconsistent submission deadlines
Inconsistent contract start date
Sustainability30/100

The tender does not explicitly incorporate any green procurement criteria, social aspects, or a direct focus on innovation from suppliers in its requirements or evaluation. While the PRIMUS system itself is designed for future capability and modularity, the tender does not leverage this to encourage sustainable or innovative proposals from bidders. It is also not EU funded.

No explicit green procurement criteria
No explicit social aspects

Strengths

Clear and detailed technical description of the required support for the PRIMUS system.
Very generous submission deadline, allowing ample time for preparation.
Estimated value and contract duration are clearly specified.
Compliance with UK Procurement Act 2023 is indicated.
Use of established e-procurement platforms (CCS Dynamic Market, DSP).

Concerns

Lack of detailed evaluation criteria, compromising transparency and objectivity.
Inconsistencies in key dates, particularly the submission deadline and contract start date.
Restricted market access due to the requirement for registration on a specific Dynamic Market.
Minimal focus on sustainability, green procurement, or social aspects.
Missing procedure codes and liable person information.

Recommendations

1. Publish detailed evaluation criteria for both the PSQ and ITN stages to enhance transparency and fairness.
2. Rectify all date inconsistencies, especially the submission deadline, and clarify the "rolling start date" for the contract.
3. Consider broadening market access where feasible, or clearly justify the restrictions imposed by the Dynamic Market.

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

Add to Pipeline