Notice Information
Notice Title
NSSL Extension
Notice Description
Provision of Commercial Satellite Services, including Airtime, Equipment and Engineering Services.
Lot Information
Lot 1
Defence Digital, Strategic Connectivity, part of the UK Ministry of Defence (MOD) intends to amend a contract to NSSL Global Limited to allow the continuation of existing NSSL Catalogue Enabling Contract for a further 18 months from 1 September 2022 to 29 February 2024 to maintain a product catalogue capability for various Front Line Commands (FLC) and other Government Departments (OGD) to purchase Commercial Satellite (CS) engineering services, airtime and equipment in support of military operations worldwide, prior to this requirement being consumed into the Service Delivery Wrap requirement currently being competed for separately. Justification For Non-Competitive Decision: In accordance with regulation 4 of Defence and Security Public Procurement (Amendment etc.) (EU Exit) Regulations 2019 SI No. 2019/697, this procurement falls to be regulated under the provisions of the Defence and Security Public Contracts Regulations 2011 (DSPCR 2011) as amended (in particular by SI 2019/697 and SI 2020/1450). Prior publication of a contract notice in the Official Journal of the European Union is no longer appropriate. It is considered that amendment of this contract without prior publication of a contract notice in the UK e-notification service (as required by the relevant legislation) is lawful in accordance with regulation 16(1)(a)(ii) of the DSPCR 2011 because competition is absent for technical reasons. Technical reasons: NSSL Global are the only economic entity that can provide the technical know-how and systems required to deliver the capability that meets the requirement within the required timescale to maintain operational readiness- NSSL Global Ltd currently provide a bespoke, ground-based network infrastructure which is owned and operated by NSSL Global Limited and the Authority does not have sufficient rights in the system to provide information to any third party to operate. An alternate service provider would need to provide a MoD Assured UK based Network Operating Centre with security cleared personnel and central Point of Presence in the UK with MoD Assured links to their various teleports and 3rd party communications services. Replicating the existing network infrastructure would be complex, technically challenging and not without significant operational risk. Such a process would normally take up to 2 years to design, build and gain the necessary Assurances/Accreditation before migrating to a new network. An alternate service provider would also require 'List X' status in order to ensure the same technical and security guarantees for MoD data. This includes access, operation and maintenance of secure Gateways on commercial premises (Redhill) and MoD owned sites as well as access and handling of high-grade Cryptographic equipment and information classified up to and including Secret.
Procurement Information
Justification For Non-Competitive Decision: In accordance with regulation 4 of Defence and Security Public Procurement (Amendment etc.) (EU Exit) Regulations 2019 SI No. 2019/697, this procurement falls to be regulated under the provisions of the Defence and Security Public Contracts Regulations 2011 (DSPCR 2011) as amended (in particular by SI 2019/697 and SI 2020/1450). Prior publication of a contract notice in the Official Journal of the European Union is no longer appropriate. It is considered that amendment of this contract without prior publication of a contract notice in the UK e-notification service (as required by the relevant legislation) is lawful in accordance with regulation 16(1)(a)(ii) of the DSPCR 2011 because competition is absent for technical reasons. Technical reasons: NSSL Global are the only economic entity that can provide the technical know-how and systems required to deliver the capability that meets the requirement within the required timescale to maintain operational readiness- NSSL Global Ltd currently provide a bespoke, ground-based network infrastructure which is owned and operated by NSSL Global Limited and the Authority does not have sufficient rights in the system to provide information to any third party to operate. An alternate service provider would need to provide a MoD Assured UK based Network Operating Centre with security cleared personnel and central Point of Presence in the UK with MoD Assured links to their various teleports and 3rd party communications services. Replicating the existing network infrastructure would be complex, technically challenging and not without significant operational risk. Such a process would normally take up to 2 years to design, build and gain the necessary Assurances/Accreditation before migrating to a new network. An alternate service provider would also require 'List X' status in order to ensure the same technical and security guarantees for MoD data. This includes access, operation and maintenance of secure Gateways on commercial premises (Redhill) and MoD owned sites as well as access and handling of high-grade Cryptographic equipment and information classified up to and including Secret.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-036057
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/023124-2022
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Standard
- Procurement Category
- Goods
- Procurement Method
- Limited
- Procurement Method Details
- Award procedure without prior publication of a call for competition
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
32 - Radio, television, communication, telecommunication and related equipment
-
- CPV Codes
32531000 - Satellite communications equipment
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £9,000,000 £1M-£10M
Notice Dates
- Publication Date
- 19 Aug 20223 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 18 Aug 20223 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Not Specified
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- MINISTRY OF DEFENCE
- Contact Name
- Not specified
- Contact Email
- thomas.gregory103@mod.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- CORSHAM
- Postcode
- N/A
- Post Town
- Not specified
- Country
- Not specified
-
- Major Region (ITL 1)
- Not specified
- Basic Region (ITL 2)
- Not specified
- Small Region (ITL 3)
- Not specified
- Delivery Location
- Not specified
-
- Local Authority
- Not specified
- Electoral Ward
- Not specified
- Westminster Constituency
- Not specified
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-036057-2022-08-19T13:00:00+01:00",
"date": "2022-08-19T13:00:00+01:00",
"ocid": "ocds-h6vhtk-036057",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-036057",
"legalBasis": {
"id": "32009L0081",
"scheme": "CELEX"
},
"title": "NSSL Extension",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "32531000",
"description": "Satellite communications equipment"
},
"mainProcurementCategory": "goods",
"description": "Provision of Commercial Satellite Services, including Airtime, Equipment and Engineering Services.",
"lots": [
{
"id": "1",
"description": "Defence Digital, Strategic Connectivity, part of the UK Ministry of Defence (MOD) intends to amend a contract to NSSL Global Limited to allow the continuation of existing NSSL Catalogue Enabling Contract for a further 18 months from 1 September 2022 to 29 February 2024 to maintain a product catalogue capability for various Front Line Commands (FLC) and other Government Departments (OGD) to purchase Commercial Satellite (CS) engineering services, airtime and equipment in support of military operations worldwide, prior to this requirement being consumed into the Service Delivery Wrap requirement currently being competed for separately. Justification For Non-Competitive Decision: In accordance with regulation 4 of Defence and Security Public Procurement (Amendment etc.) (EU Exit) Regulations 2019 SI No. 2019/697, this procurement falls to be regulated under the provisions of the Defence and Security Public Contracts Regulations 2011 (DSPCR 2011) as amended (in particular by SI 2019/697 and SI 2020/1450). Prior publication of a contract notice in the Official Journal of the European Union is no longer appropriate. It is considered that amendment of this contract without prior publication of a contract notice in the UK e-notification service (as required by the relevant legislation) is lawful in accordance with regulation 16(1)(a)(ii) of the DSPCR 2011 because competition is absent for technical reasons. Technical reasons: NSSL Global are the only economic entity that can provide the technical know-how and systems required to deliver the capability that meets the requirement within the required timescale to maintain operational readiness- NSSL Global Ltd currently provide a bespoke, ground-based network infrastructure which is owned and operated by NSSL Global Limited and the Authority does not have sufficient rights in the system to provide information to any third party to operate. An alternate service provider would need to provide a MoD Assured UK based Network Operating Centre with security cleared personnel and central Point of Presence in the UK with MoD Assured links to their various teleports and 3rd party communications services. Replicating the existing network infrastructure would be complex, technically challenging and not without significant operational risk. Such a process would normally take up to 2 years to design, build and gain the necessary Assurances/Accreditation before migrating to a new network. An alternate service provider would also require 'List X' status in order to ensure the same technical and security guarantees for MoD data. This includes access, operation and maintenance of secure Gateways on commercial premises (Redhill) and MoD owned sites as well as access and handling of high-grade Cryptographic equipment and information classified up to and including Secret.",
"awardCriteria": {
"criteria": [
{
"type": "price",
"name": "Lowest price"
}
]
},
"hasOptions": false
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "UK"
}
],
"relatedLot": "1"
}
],
"procurementMethod": "limited",
"procurementMethodDetails": "Award procedure without prior publication of a call for competition",
"procurementMethodRationaleClassifications": [
{
"scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
"id": "D_OUTSIDE_SCOPE",
"description": "The procurement falls outside the scope of application of the directive"
}
],
"procurementMethodRationale": "Justification For Non-Competitive Decision: In accordance with regulation 4 of Defence and Security Public Procurement (Amendment etc.) (EU Exit) Regulations 2019 SI No. 2019/697, this procurement falls to be regulated under the provisions of the Defence and Security Public Contracts Regulations 2011 (DSPCR 2011) as amended (in particular by SI 2019/697 and SI 2020/1450). Prior publication of a contract notice in the Official Journal of the European Union is no longer appropriate. It is considered that amendment of this contract without prior publication of a contract notice in the UK e-notification service (as required by the relevant legislation) is lawful in accordance with regulation 16(1)(a)(ii) of the DSPCR 2011 because competition is absent for technical reasons. Technical reasons: NSSL Global are the only economic entity that can provide the technical know-how and systems required to deliver the capability that meets the requirement within the required timescale to maintain operational readiness- NSSL Global Ltd currently provide a bespoke, ground-based network infrastructure which is owned and operated by NSSL Global Limited and the Authority does not have sufficient rights in the system to provide information to any third party to operate. An alternate service provider would need to provide a MoD Assured UK based Network Operating Centre with security cleared personnel and central Point of Presence in the UK with MoD Assured links to their various teleports and 3rd party communications services. Replicating the existing network infrastructure would be complex, technically challenging and not without significant operational risk. Such a process would normally take up to 2 years to design, build and gain the necessary Assurances/Accreditation before migrating to a new network. An alternate service provider would also require 'List X' status in order to ensure the same technical and security guarantees for MoD data. This includes access, operation and maintenance of secure Gateways on commercial premises (Redhill) and MoD owned sites as well as access and handling of high-grade Cryptographic equipment and information classified up to and including Secret."
},
"awards": [
{
"id": "023124-2022-NETBLOS/SAT009-1",
"relatedLots": [
"1"
],
"status": "active",
"hasSubcontracting": true,
"suppliers": [
{
"id": "GB-FTS-61932",
"name": "NSSL Global Limited"
}
]
}
],
"parties": [
{
"id": "GB-FTS-22975",
"name": "Ministry of Defence",
"identifier": {
"legalName": "Ministry of Defence"
},
"address": {
"locality": "Corsham",
"region": "UK",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "thomas.gregory103@mod.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.gov.uk",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "MINISTRY",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"scheme": "COFOG",
"id": "02",
"description": "Defence"
}
]
}
},
{
"id": "GB-FTS-61932",
"name": "NSSL Global Limited",
"identifier": {
"legalName": "NSSL Global Limited"
},
"address": {
"locality": "Redhill",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-22977",
"name": "Ministry of Defence - Defence Digital",
"identifier": {
"legalName": "Ministry of Defence - Defence Digital"
},
"address": {
"locality": "Corsham",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-22975",
"name": "Ministry of Defence"
},
"contracts": [
{
"id": "023124-2022-NETBLOS/SAT009-1",
"awardID": "023124-2022-NETBLOS/SAT009-1",
"status": "active",
"value": {
"amount": 9000000,
"currency": "GBP"
},
"dateSigned": "2022-08-19T00:00:00+01:00"
}
],
"language": "en"
}