Award

NSSL Extension

MINISTRY OF DEFENCE

This public procurement record has 1 release in its history.

Award

19 Aug 2022 at 12:00

Summary of the contracting process

The Ministry of Defence has awarded a contract titled "NSSL Extension" for the provision of Commercial Satellite Services to NSSL Global Limited. The contract involves the extension of an existing NSSL Catalogue Enabling Contract to provide military operations worldwide with satellite engineering services, airtime, and equipment. The procurement method used is a limited award procedure without prior publication, citing technical reasons for the absence of competition. The contract value is £9,000,000, and the contract period spans from 1st September 2022 to 29th February 2024, with the main delivery address being in the UK.

This tender presents business opportunities for companies involved in satellite communications equipment, particularly those with expertise in providing technical know-how for ground-based network infrastructures. Businesses capable of delivering secure network operating centres, central points of presence, and high-grade cryptographic equipment in the UK may find this tender suitable for growth. The award criteria for this contract focus on the lowest price, providing a chance for competitive pricing strategies within the satellite services industry.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

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.

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

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

Supplier Information

Number of Suppliers
1
Supplier Name

NSSL GLOBAL

Further Information

Notice URLs

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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"
}