Skip to main content
Looking to bid on government tenders? See our TaaS tender preparation service
Tenders

Website and Intranet

Open
Deadline
19 days left
April 24, 2026
Contract Details
Category
Open Procedure
Reference
009997-2026
Value
Not disclosed
Location
United Kingdom
Published
March 28, 2026
CPV Code
Project Timeline

Tender Published

February 04, 2026

Deadline for Questions

April 17, 2026

Submission Deadline

April 24, 2026

Contract Start Date

May 31, 2026

Buyer IntelligencePRO
🔒
Unlock Buyer Intelligence
See spending patterns, preferred procedures, and more.
Upgrade to Professional →
Budget
Not disclosed
Duration
36 months
Location
United Kingdom
Type
Open Procedure
75
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 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

Risk analysis is not yet available for this country's tenders. Currently supported: Estonia, Poland, Lithuania, and Latvia.

Win Strategy

Get an AI-powered winning strategy tailored to this tender. Includes win probability score, key opportunities and challenges, recommended bid focus areas, competitive positioning insights, and actionable recommendations to maximize your chances.

Login

Competitors

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

Login

Requirements & Qualifications

53 requirements across 5 categories

Submission (3)
Mandatory (1)
Compliance (1)
Technical (47)
Financial (1)
SUBMISSION REQUIREMENTS3
--Providers must log their interest by emailing katy.cooney@locala.org.uk.
--Expression of Interest (EOI) must be submitted by Friday 20th February 2026.
--A formal procurement process is anticipated to commence in Spring 2026, which will likely entail further submission requirements.
MANDATORY EXCLUSION GROUNDS1
--No mandatory exclusion grounds are explicitly mentioned in the provided information.
ELIGIBILITY REQUIREMENTS1
--No specific eligibility requirements (e.g., company registration, certifications, minimum turnover) are explicitly mentioned in the provided information.
TECHNICAL CAPABILITY REQUIREMENTS47
--Capable of delivering a modern, accessible, and secure website and intranet solution.
--Solution must be delivered as a single, coherent digital ecosystem.
--Solution must offer a high-quality user experience.
FINANCIAL REQUIREMENTS1
--No specific financial requirements (e.g., minimum turnover, financial guarantees) are explicitly mentioned in the provided information.

Requirements Preview

Sign up to view complete requirements and analysis

Documents

4 documents available with AI summaries

Planning NoticeHTM
009997-2026.html

Locala Community Partnerships is seeking providers for a 3-5 year contract to design, build, and support a modern, accessible, and secure website and intranet solution, with a formal procurement process expected to commence in Spring 2026.

OCDS RecordDOC
009997-2026_ocds_record.json

Locala Community Partnerships seeks providers for a modern, accessible, and secure website and intranet solution, integrated into a single digital ecosystem, with a focus on user experience, content management, and scalability, for a 3-5 year contract starting with implementation in the first 6 months.

OCDS Release PackageDOC
009997-2026_ocds_release.json

Locala Community Partnerships is seeking expressions of interest from providers for a planned procurement in Spring 2026 to deliver a modern, accessible, and secure website and intranet solution as part of their Digital Refresh Programme.

Official PDF VersionPDF
009997-2026_official.pdf

Locala Community Partnerships plans to procure a modern, accessible, and secure website and intranet solution, with a formal tender process expected to begin in Spring 2026, and interested providers should register their interest by February 20, 2026.

Documents Preview

Sign up to view document summaries and analysis

75
Good

Tender Quality Score

This is a well-described planning notice for an upcoming open procedure, with exceptionally clear and outcome-focused requirements for the website and intranet. However, it naturally lacks critical information expected in a formal tender, such as the estimated value and evaluation criteria.

Score Breakdown

Legal Compliance75/100

The procedure type and CPV code are clearly defined, and there are no disputes. However, the estimated value is classified, and full legal requirements (e.g., mandatory exclusion grounds) are not yet detailed, which is typical for a planning notice but reduces immediate transparency.

Estimated value is classified
Clarity80/100

The description and requirements for both the website and intranet are exceptionally clear, detailed, and understandable, including specific performance conditions. The primary missing element is the evaluation criteria, which is expected in the formal tender documents.

Evaluation criteria are not specified
Completeness70/100

Basic information, deadlines, and duration are provided, and requirements are well-defined. However, the estimated value is not disclosed, evaluation criteria are missing, and full tender documents (beyond planning notices) are not yet available.

Estimated value not disclosed
Evaluation criteria not specified
Fairness85/100

The requirements appear generic and not tailored to a specific company, focusing on outcomes. However, the classified estimated value and the absence of evaluation criteria reduce transparency. The lack of e-submission for the EOI also raises minor concerns about equal access.

Estimated value is classified
Evaluation criteria are not specified
Practicality65/100

The contract start date and duration are known. However, electronic submission is not supported for the EOI (email only), and financing information (value) is not available, which impacts the practicality for potential bidders.

Electronic submission not supported (EOI via email)
Financing information (value) not available
Data Consistency90/100

The data is generally logical and consistent, with no suspensions or disputes. Most key fields are populated, and dates are coherent. The 'Liable Person' field is not populated, which is a minor omission.

Liable Person field not populated
Sustainability50/100

The tender explicitly mentions a focus on innovation and the organization's social purpose is inherent and reflected in some objectives. However, specific green procurement criteria and explicit social aspects for the supplier are not detailed.

No explicit green procurement criteria
Limited explicit social criteria for supplier

Strengths

Clear and detailed description of requirements and objectives
Focus on outcomes and innovation
Specific performance conditions (KPIs) are defined
Appropriate CPV code and procedure type
Good data consistency and logical timeline

Concerns

Estimated value is not disclosed (classified)
Evaluation criteria are not specified
No explicit e-submission platform mentioned (EOI via email)
Full tender documents (with T&Cs, detailed legal requirements) are not yet available
Limited explicit sustainability (green/social) criteria for the supplier

Recommendations

1. Ensure the formal tender documents clearly disclose the estimated contract value to enhance transparency and allow bidders to assess suitability.
2. Provide comprehensive and objective evaluation criteria in the formal tender to ensure fairness and transparency in the selection process.
3. Implement a dedicated e-procurement platform for the formal tender process to facilitate equal access and streamline submissions.

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

New Service

Want us to handle this tender?

Our procurement experts prepare everything. Proven to work — you review, approve, and submit.

~1hYour time only
80%+80%+
$0Upfront
See full comparison
Without TaaSWith TaaS
40-80 hrs
Preparation time
~1 hr
Your time only
15-25%
Average win rate
80%+
Win rate
Risk of errors
Manual review
Expert QA
Compliance check
You do all
Handle everything
We do all
End-to-end service
Let's Win This Tender
Pay only when you win · 400+ companies trust us
Or do it yourself

Add to Pipeline