Tenders

UK4 - PRIMUS II Ground Station Support Solution

Open
Deadline
182 days left
August 31, 2026
Contract Details
Category
Other
Reference
010873-2026
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
62
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

29 requirements across 5 categories

Submission (4)
Mandatory (1)
Compliance (5)
Technical (17)
Financial (2)
SUBMISSION REQUIREMENTS4
--Engage and complete the Procurement Selective Questionnaire (PSQ).
--Achieve an overall pass score within the PSQ.
--Be among the approximately 5 highest scoring Tenderers in the PSQ to be Invited to Negotiate (ITN).
MANDATORY EXCLUSION GROUNDS1
--None explicitly mentioned in the provided text.
ELIGIBILITY REQUIREMENTS5
--Be registered on the Crown Commercial Service (CCS) Space Technology Solutions (RM6370) Dynamic Market (DM).
--Be a qualified supplier on the CCS Space Technology Solutions (RM6370) Dynamic Market.
--Meet specific membership conditions of the CCS Space Technology Solutions Dynamic Market.
TECHNICAL CAPABILITY REQUIREMENTS17
--Provide maintenance and technical support for an Authority owned Ground Station Terminal (PRIMUS).
--Provide support for a 7.3-Meter S and X-band solution sited within a Radome.
--Provide maintenance and support for both hardware and software elements.
FINANCIAL REQUIREMENTS2
--Be able to provide services for an estimated contract value of 2,160,000.0 EUR.
--Be able to offer costed options for an additional two years beyond the initial three-year contract.

Requirements Preview

Sign up to view complete requirements and analysis

Documents

4 documents available with AI summaries

OCDS RecordDOC
010873-2026_ocds_record.json

This OCDS record provides structured data about the Ministry of Defence's restricted tender for maintenance and technical support of the PRIMUS Ground Station Terminal, requiring suppliers to be registered on the CCS Space Technology Solutions Dynamic Market and Defence Sourcing Portal to complete a PSQ.

OCDS Release PackageDOC
010873-2026_ocds_release.json

The Ministry of Defence seeks a support solution for its PRIMUS Ground Station Terminal for 3+2 years, requiring suppliers to be registered on the CCS Space Technology Solutions Dynamic Market and the Defence Sourcing Portal to complete a Procurement Selective Questionnaire.

Official PDF VersionPDF
010873-2026_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, open to suppliers registered on the CCS Space Technology Solutions Dynamic Market and Defence Sourcing Portal.

Tender NoticeHTM
010873-2026.html

The Ministry of Defence seeks a 3-year support solution for its PRIMUS II Ground Station Terminal, requiring registered suppliers on the CCS Space Technology Solutions Dynamic Market and Defence Sourcing Portal to submit a Procurement Selective Questionnaire.

Documents Preview

Sign up to view document summaries and analysis

62
Good

Tender Quality Score

This tender is technically well-described but suffers from significant deficiencies in documentation completeness, data consistency, and fairness, particularly concerning restricted competition.

Score Breakdown

Legal Compliance75/100

The submission deadline of 2026-08-31 provides over six months from today's date (2026-02-06), which is highly reasonable for preparation. While the reveal date is missing, making it impossible to confirm the 7+ days from reveal, the overall timeframe is generous. The procedure type is defined as 'Restricted' and 'Competitive flexible procedure,' referencing the UK Procurement Act 2023, indicating compliance with national regulations. The CPV code is appropriate. However, the absence of the liable person, procedure codes, and explicit mention of mandatory exclusion grounds are minor deficiencies.

Missing liable person and procedure codes
Mandatory exclusion grounds not explicitly mentioned
Clarity80/100

The technical description of the requirement and the PRIMUS system is detailed and understandable. AI-extracted requirements are comprehensive and clear. However, the absence of detailed evaluation criteria and specific performance conditions in the provided text is a notable gap, impacting overall transparency.

Evaluation criteria not detailed
Performance conditions not explicitly stated
Completeness60/100

Basic information such as title, reference, organization, value, and duration is present. However, critical tender documents like the full Invitation to Tender (ITT), detailed Statement of Work (SOW), and comprehensive evaluation criteria are not provided within the given information, relying on external portals for full documentation. This is a significant gap.

Missing full Invitation to Tender (ITT)
Missing detailed Statement of Work (SOW)
Fairness40/100

The requirement for suppliers to potentially establish a relationship with the Original Equipment Manufacturer (OEM) for licensed software, combined with the highly specific nature of the PRIMUS system and reliance on a pre-qualified Dynamic Market, significantly restricts competition. This raises strong concerns about potential tailoring of requirements or creating an unfair advantage for specific suppliers. The lack of detailed evaluation criteria further impacts transparency.

Requirements for OEM relationship may restrict competition
Reliance on pre-qualified Dynamic Market for highly specific asset
Practicality65/100

The inconsistency regarding the contract start date (fixed date vs. 'rolling start date') is a major practical issue for planning and project initiation. While electronic submission is implied through the use of DM and DSP, direct URLs for specific tender documents are not provided. Financing and duration are clearly specified.

Inconsistent contract start date (fixed vs. rolling)
Data Consistency50/100

There are significant inconsistencies in key dates, particularly the contract start date (fixed date of 2026-08-31 23:00:00 vs. 'rolling start date'). A minor discrepancy exists in the submission deadline (2026-08-31 23:00:00 vs. 2026-09-01T00:00:00+01:00). Some basic fields like 'Liable Person' and procedure 'Code' are also missing.

Major inconsistency in contract start date
Minor discrepancy in submission deadline
Sustainability50/100

The tender does not explicitly include green procurement, social aspects, or innovation criteria for the support solution itself. While the PRIMUS asset is described as supporting future Operational Concept Demonstrators (OCDs) and having a modular design for upgrades, this is an indirect focus on innovation related to the asset's purpose, not a direct requirement for the service provider.

No explicit green procurement criteria
No explicit social criteria

Strengths

Clear and detailed technical description of the requirement and the PRIMUS system.
Estimated value and contract duration are clearly stated.
Long submission deadline provides ample time for preparation.
Utilizes established UK procurement frameworks (CCS Dynamic Market, DSP).
Cyber Risk Profile identified.

Concerns

Requirements for OEM relationship and reliance on a pre-qualified Dynamic Market may unduly restrict competition.
Critical tender documents (e.g., full ITT, detailed SOW, comprehensive evaluation criteria) are not provided.
Significant inconsistencies regarding the contract start date and minor discrepancy in submission deadline.
Evaluation criteria are mentioned but not detailed, impacting transparency.
Lack of explicit green, social, or innovation criteria for the support service itself.

Recommendations

1. Provide full tender documentation, including detailed evaluation criteria, Statement of Work, and draft contract terms, to ensure transparency and completeness.
2. Clarify the contract start date and submission deadline inconsistencies immediately to avoid confusion for potential bidders.
3. Review the OEM software licensing requirement to ensure it does not inadvertently create an unfair advantage for specific suppliers, or provide clear guidance on how non-OEM partners can comply.

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