Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

VEAT

NSSL Extension

  • First published: 21 August 2022
  • Last modified: 21 August 2022

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-036057
Published by:
Ministry of Defence
Authority ID:
AA76012
Publication date:
21 August 2022
Deadline date:
-
Notice type:
VEAT
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

Voluntary ex ante transparency notice

Directive 2009/81/EC

Section I: Contracting authority

I.1) Name and addresses

Ministry of Defence

Corsham

UK

E-mail: thomas.gregory103@mod.gov.uk

NUTS: UK

Internet address(es)

Main address: https://www.gov.uk

I.4) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

I.5) Main activity

Defence

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

NSSL Extension

II.1.2) Main CPV code

32531000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

Provision of Commercial Satellite Services, including Airtime, Equipment and Engineering Services.

II.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Value excluding VAT: 9 000 000.00  GBP

II.2) Description

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

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.

II.2.5) Award criteria

Criteria below:

Price

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Award of a contract without prior publication of a call for competition

Justification for selected award procedure:

The procurement falls outside the scope of application of the Directive

Explanation:

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.

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

Section V: Award of contract/concession

Contract No: NETBLOS/SAT009

V.2 Award of contract/concession

V.2.1) Date of conclusion of the contract/concession

19/08/2022

V.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

NSSL Global Limited

Redhill

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the concession and main financing terms (excluding VAT)

Total value of the concession/lot: 9 000 000.00  GBP

V.2.5) Information about subcontracting

The contract/concession is likely to be subcontracted

Section VI: Complementary information

VI.4) Procedures for review

VI.4.1) Review body

Ministry of Defence - Defence Digital

Corsham

UK

VI.5) Date of dispatch of this notice

19/08/2022

Coding

Commodity categories

ID Title Parent category
32531000 Satellite communications equipment Satellite-related communications equipment

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
thomas.gregory103@mod.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.