Tenders

UK4 - PRIMUS II Inservice Support Solution

Open
Deadline
182 days left
August 31, 2026
Contract Details
Category
Other
Reference
010876-2026
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
58
Quality Score/100
Fair

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 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.

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

27 requirements across 5 categories

Submission (5)
Mandatory (1)
Compliance (8)
Technical (12)
Financial (1)
SUBMISSION REQUIREMENTS5
--Registration on the Crown Commercial Service (CCS) Space Technology Solutions (RM6370) Dynamic Market (DM) is required prior to engagement.
--Registration on the Defence Sourcing Portal (DSP) is required to engage and complete the PSQ.
--Completion and submission of the Procurement Selective Questionnaire (PSQ).
MANDATORY EXCLUSION GROUNDS1
--No specific mandatory exclusion grounds are explicitly stated in the provided tender information.
ELIGIBILITY REQUIREMENTS8
--Must be registered on the Crown Commercial Service (CCS) Space Technology Solutions (RM6370) Dynamic Market (DM).
--Must be registered on the Defence Sourcing Portal (DSP).
--Must engage with the Authority if not yet on the DM to potentially expedite the application.
TECHNICAL CAPABILITY REQUIREMENTS12
--Capability 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.
--Capability to send and receive data from a MOD-owned satellite.
FINANCIAL REQUIREMENTS1
--No specific financial requirements (e.g., minimum turnover, financial ratios) are explicitly stated in the provided tender information.

Requirements Preview

Sign up to view complete requirements and analysis

Documents

4 documents available with AI summaries

OCDS RecordDOC
010876-2026_ocds_record.json

The Ministry of Defence requires 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 its PRIMUS Ground Station Terminal.

OCDS Release PackageDOC
010876-2026_ocds_release.json

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

Official PDF VersionPDF
010876-2026_official.pdf

The Ministry of Defence seeks a support solution for its PRIMUS Ground Station Terminal, requiring maintenance and technical support for three years with potential extensions, accessible via the CCS Space Technology Solutions Dynamic Market and requiring registration on the Defence Sourcing Portal to complete a Procurement Selective Questionnaire.

Tender NoticeHTM
010876-2026.html

Download failed - no summary available

Documents Preview

Sign up to view document summaries and analysis

58
Fair

Tender Quality Score

This tender for specialized ground station support demonstrates good technical clarity but suffers from critical deficiencies in document accessibility, transparency of evaluation criteria, and potential limitations to fair competition.

Score Breakdown

Legal Compliance70/100

The tender adheres to the UK national procurement framework, referencing the Procurement Act 2023 and utilizing a Dynamic Market. However, the failed download of the primary Tender Notice, absence of explicit mandatory exclusion grounds, and missing liable person/procedure codes are notable compliance gaps.

Tender Notice document failed to download
No explicit mandatory exclusion grounds stated
Clarity60/100

The technical requirements for the PRIMUS terminal support and the multi-stage procurement process are reasonably clear. However, the critical absence of specified evaluation criteria significantly reduces clarity for potential bidders.

Evaluation criteria are not specified
Completeness55/100

Basic information like title, reference, organization, and estimated value are present. However, the failure to download the main Tender Notice is a major deficiency. Key information such as explicit evaluation criteria, mandatory exclusion grounds, and financial requirements are missing, and contract duration is inconsistent.

Tender Notice document failed to download
Evaluation criteria are not specified
Fairness40/100

The lack of specified evaluation criteria and the failed access to the main tender document are significant fairness issues. The requirement for pre-registration on a specific Dynamic Market and DSP, combined with highly specific technical requirements for a unique asset (PRIMUS) and OEM software dependency, raises strong concerns about limited competition and potential tailoring for a very narrow pool of suppliers.

Evaluation criteria are not specified
Tender Notice document failed to download
Practicality60/100

Electronic engagement via DSP and DM is implied. However, the 'rolling start date' and inconsistent contract duration reduce practical certainty. The inability to access the main tender notice is a significant practical barrier for interested parties.

Tender Notice document failed to download
Contract start date is uncertain due to 'rolling start date'
Data Consistency70/100

While many key fields are populated, there are inconsistencies in the stated contract duration (37 months vs. 3+2 years). Missing fields include the liable person and specific procedure codes. The contract start date being the same as the submission deadline is explained by a 'rolling start date', mitigating this specific inconsistency.

Inconsistency in contract duration (37 months vs. 3+2 years)
Missing liable person and procedure codes
Sustainability50/100

No explicit green or social procurement criteria are included in the tender. There is an implicit focus on future capability, modular design, and potential upgrades, which can be linked to innovation, but it is not a primary sustainability driver.

No explicit green procurement criteria
No explicit social aspects included

Strengths

Clear description of the technical requirement for PRIMUS terminal support
Estimated contract value is disclosed, enhancing transparency
Detailed technical capability requirements are provided
Long submission period (approximately 7 months) allows ample preparation time
References UK national procurement regulations (Procurement Act 2023)

Concerns

Critical failure to download the main 'Tender Notice' document
Evaluation criteria are not specified, hindering transparency and fairness
Eligibility requirements and highly specific technical needs suggest limited competition and potential tailoring
Missing explicit mandatory exclusion grounds and financial requirements
Inconsistency in contract duration and uncertainty of the 'rolling start date'

Recommendations

1. Ensure all tender documents, especially the main Tender Notice, are fully accessible and downloadable.
2. Clearly define and publish all evaluation criteria to ensure transparency and fairness for all potential bidders.
3. Provide explicit details on mandatory exclusion grounds and any specific financial requirements.

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