Notice Information
Notice Title
TETRA Airwave Terminal Products and Services (TETRA 2022)
Notice Description
The provision of Terrestrial Trunked Radio (TETRA) Encryption Algorithm 2 (TEA2) compatible radio devices (handheld, desktop & mobile terminals), software, accessories, services and maintenance for use on the UK Airwave system.
Lot Information
TETRA Airwave Terminal Products and Services (TETRA 2022)
TETRA Airwave Terminal Products and Services (TETRA 2022)
Renewal: The initial term of the awarded framework agreement shall be 4 years (48 months), with the possibility of a further renewal period of 1 year (12 months).
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-030b2c
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/032977-2026
- Current Stage
- Award
- All Stages
- Planning, Tender, Award
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Framework
- Procurement Category
- Goods
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
32 - Radio, television, communication, telecommunication and related equipment
-
- CPV Codes
32000000 - Radio, television, communication, telecommunication and related equipment
Notice Value(s)
- Tender Value
- £50,000,000 £10M-£100M
- Lots Value
- £50,000,000 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- £125,000,000 £100M-£1B
Notice Dates
- Publication Date
- 10 Apr 20265 days ago
- Submission Deadline
- 15 Jul 2022Expired
- Future Notice Date
- 18 Mar 2022Expired
- Award Date
- 1 Jan 20233 years ago
- Contract Period
- 1 Jan 2027 - 30 Jun 2027 6-12 months
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- POLICE DIGITAL SERVICE
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- LONDON
- Postcode
- EC4R 1AP
- Post Town
- Central London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI3 Inner London - West
- Small Region (ITL 3)
- TLI35 Westminster and City of London
- Delivery Location
- Not specified
-
- Local Authority
- City of London
- Electoral Ward
- Cheap
- Westminster Constituency
- Cities of London and Westminster
Further Information
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-030b2c-2026-04-10T16:44:49+01:00",
"date": "2026-04-10T16:44:49+01:00",
"ocid": "ocds-h6vhtk-030b2c",
"description": "TETRA Airwave Terminal Products and Services (TETRA 2022).",
"initiationType": "tender",
"tender": {
"id": "PDSCN-148-2021",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "TETRA Airwave Terminal Products and Services (TETRA 2022)",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "32000000",
"description": "Radio, television, communication, telecommunication and related equipment"
},
"mainProcurementCategory": "goods",
"description": "The provision of Terrestrial Trunked Radio (TETRA) Encryption Algorithm 2 (TEA2) compatible radio devices (handheld, desktop & mobile terminals), software, accessories, services and maintenance for use on the UK Airwave system.",
"value": {
"amount": 50000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "TETRA Airwave Terminal Products and Services (TETRA 2022)",
"status": "cancelled",
"value": {
"amount": 50000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "The initial term of the awarded framework agreement shall be 4 years (48 months), with the possibility of a further renewal period of 1 year (12 months)."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "cost",
"description": "40"
},
{
"name": "Social Value",
"type": "cost",
"description": "15"
},
{
"name": "Price",
"type": "cost",
"description": "45"
}
]
},
"title": "TETRA Airwave Terminal Products and Services (TETRA 2022)"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "32000000",
"description": "Radio, television, communication, telecommunication and related equipment"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
},
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "1",
"deliveryLocation": {
"description": "United Kingdom"
}
}
],
"communication": {
"futureNoticeDate": "2022-03-18T00:00:00Z"
},
"participationFees": [
{
"id": "1",
"type": [
"document"
]
}
],
"coveredBy": [
"GPA"
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=47834&B=BLUELIGHT",
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 3,
"periodRationale": "N/A"
}
},
"tenderPeriod": {
"endDate": "2022-07-15T10:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 120
}
},
"awardPeriod": {
"startDate": "2022-07-15T10:00:00+01:00"
},
"bidOpening": {
"date": "2022-07-15T10:00:00+01:00"
},
"hasRecurrence": false,
"reviewDetails": "TETRA Airwave Terminal Products and Services (TETRA 2022)."
},
"parties": [
{
"id": "GB-FTS-11756",
"name": "Police Digital Service",
"identifier": {
"legalName": "Police Digital Service",
"id": "08113293"
},
"address": {
"streetAddress": "33 Queen Street,",
"locality": "LONDON",
"region": "UK",
"postalCode": "EC4R 1AP",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Kenny Stewart",
"telephone": "+44 7971031811",
"email": "kenny.stewart@pds.police.uk",
"url": "https://uk.eu-supply.com/ctm/Supplier/Documents/Folder/34216"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "https://pds.police.uk/",
"buyerProfile": "https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/94392",
"classifications": [
{
"id": "BODY_PUBLIC",
"scheme": "TED_CA_TYPE",
"description": "Body governed by public law"
},
{
"id": "03",
"scheme": "COFOG",
"description": "Public order and safety"
}
]
}
},
{
"id": "GB-FTS-54627",
"name": "Police Digital Service",
"identifier": {
"legalName": "Police Digital Service",
"id": "08113293"
},
"address": {
"streetAddress": "20 Gresham Street,",
"locality": "LONDON",
"region": "UK",
"postalCode": "EC2V 7JE",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Kenny Stewart",
"telephone": "+44 7971031811",
"email": "kenny.stewart@pds.police.uk",
"url": "https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=47834&B=BLUELIGHT"
},
"roles": [
"buyer"
],
"details": {
"url": "https://pds.police.uk/",
"buyerProfile": "https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/94392",
"classifications": [
{
"id": "BODY_PUBLIC",
"scheme": "TED_CA_TYPE",
"description": "Body governed by public law"
},
{
"id": "03",
"scheme": "COFOG",
"description": "Public order and safety"
}
]
}
},
{
"id": "GB-FTS-11757",
"name": "High Court",
"identifier": {
"legalName": "High Court"
},
"address": {
"streetAddress": "7 Rolls Building",
"locality": "London",
"postalCode": "EC4A 1NL",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-74600",
"name": "Sepura Ltd",
"identifier": {
"legalName": "Sepura Ltd"
},
"address": {
"locality": "Cambridge",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-48326",
"name": "Motorola Solutions UK Ltd",
"identifier": {
"legalName": "Motorola Solutions UK Ltd"
},
"address": {
"locality": "London",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-COH-08113293",
"name": "POLICE DIGITAL SERVICE",
"identifier": {
"legalName": "POLICE DIGITAL SERVICE",
"id": "08113293",
"scheme": "GB-COH"
},
"address": {
"streetAddress": "20 Gresham Street",
"locality": "London",
"region": "UKI31",
"postalCode": "EC2V7JE",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Kenny Stewart",
"telephone": "+44 7971031811",
"email": "kenny.stewart@pds.police.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://pds.police.uk/"
}
},
{
"id": "GB-COH-04353801",
"name": "Sepura Ltd",
"identifier": {
"legalName": "Sepura Ltd",
"id": "04353801",
"scheme": "GB-COH"
},
"address": {
"locality": "Cambridge",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-525",
"name": "High Court",
"identifier": {
"legalName": "High Court"
},
"address": {
"locality": "London",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-COH-08113293",
"name": "POLICE DIGITAL SERVICE"
},
"language": "en",
"awards": [
{
"id": "003540-2023-1-1",
"relatedLots": [
"1"
],
"title": "TETRA Airwave Products and Services",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-74600",
"name": "Sepura Ltd"
}
]
},
{
"id": "003540-2023-2-2",
"relatedLots": [
"1"
],
"title": "TETRA Airwave Products and Services",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-48326",
"name": "Motorola Solutions UK Ltd"
}
]
},
{
"id": "032977-2026-2023/S 000-003540-1",
"relatedLots": [
"1"
],
"title": "TETRA Airwave Terminal Products and Services (TETRA 2022)",
"status": "active",
"suppliers": [
{
"id": "GB-COH-04353801",
"name": "Sepura Ltd"
}
]
}
],
"contracts": [
{
"id": "003540-2023-1-1",
"awardID": "003540-2023-1-1",
"title": "TETRA Airwave Products and Services",
"status": "active",
"value": {
"amount": 50000000,
"currency": "GBP"
},
"dateSigned": "2023-01-01T00:00:00Z"
},
{
"id": "003540-2023-2-2",
"awardID": "003540-2023-2-2",
"title": "TETRA Airwave Products and Services",
"status": "active",
"value": {
"amount": 50000000,
"currency": "GBP"
},
"dateSigned": "2023-01-01T00:00:00Z"
},
{
"id": "032977-2026-2023/S 000-003540-1",
"awardID": "032977-2026-2023/S 000-003540-1",
"title": "TETRA Airwave Terminal Products and Services (TETRA 2022)",
"status": "active",
"value": {
"amount": 75000000,
"currency": "GBP"
},
"dateSigned": "2023-01-01T00:00:00Z",
"period": {
"startDate": "2027-01-01T00:00:00Z",
"endDate": "2027-06-30T23:59:59+01:00"
},
"periodRationale": "There is a requirement for the original contractor(s) to deliver additional supplies to meet the revised demand for TETRA-compatible UK Airwave radio products and services, including Airwave-certified hybrid devices with dual-mode capability and KMF. The existing TETRA Contract will be extended until June 2027 to align with the pending CCS NS4 tender (as referenced in PME notice: RM6377).",
"items": [
{
"id": "1",
"title": "TETRA Airwave Terminal Products and Services (TETRA 2022)",
"classification": {
"scheme": "CPV",
"id": "32000000",
"description": "Radio, television, communication, telecommunication and related equipment"
},
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "United Kingdom"
},
"relatedLot": "1"
}
],
"amendments": [
{
"id": "1",
"description": "The modification will provide for an extended term of six (6) months to 30 June 2027 and an increase of value by PS25,000,000, scope of supply remains the same, whilst future plans are confirmed and a new GCA procurement process is undertaken. Please note the original F03 Contract Award Notice covered two (2) contractors however the F20 Modification Notice form does not provide another structured supplier field to record this information. CCS guidance is to set out the second contractor details in this section VII free-text area: Motorola Solutions UK Ltd 160 Victoria Street, London, SW1E 5LB NUTS Code: UK - United Kingdom Identifier (Companies House): 00912182 The contractor is not an SME",
"rationale": "Need for additional works, services or supplies by the original contractor/concessionaire: The TETRA Contract was entered into on 1 January 2023 for a period of four (4) years (subject to an extension in exceptional circumstances of one year) and with an original expiry date of 31 December 2026. A short extension of the TETRA Contract for a period of six months is required to ensure that public safety agencies operating under the contract can remain fully operational on the TETRA-based UK Airwave network until the broadband-enabled Emergency Services Network (ESN) is ready for deployment. Although TETRA is an open international two-way communication standard, developed by the European Telecommunications Standards Institute (ETSI) to support a competitive and multi-partner digital mobile radio market, the UK Airwave system employs proprietary encryption and authentication. As a result, only approved suppliers and devices are able to operate on the platform. These stringent interoperability and accreditation requirements impose technical constraints that limit interchangeability or interoperability with the existing installed base. Pursuing such functional equivalence would likely expose the Contracting Authority (CA), and the wider public safety user community, to substantial additional costs and disruption associated with achieving full certification. The current certification process relies on the NCSC Certified Assisted Products (CAPS) process - which is no longer part of the NCSC accreditation scheme - and on Airwave Lead Assurer approval for TEA2-compatible devices. Consequently, only the two original contractors (Sepura and Motorola) presently hold NCSC and Airwave approval to supply TETRA radio terminals to UK public safety agencies operating on Airwave. This limitation does not indicate that potential new entrants lack the technical capability to satisfy Airwave specifications; however, onboarding any new supplier into the CAPS scheme or developing a new accreditation pathway would require an extended period of time, likely exceeding the published ESN delivery schedule (currently December 2029). Any new supplier entering the market is highly likely to face the risk of introducing a TETRA-only product that becomes increasingly obsolete for UK requirements. Attempting to accelerate accreditation and compliance activities would place significant additional demands on finite public safety resources and could undermine the integrity of the security assurance process (including TEA2 compatibility). It may also introduce risks of non-compliance with relevant legislation and standards, such as NIS2 and NCSC requirements, and third-party supplier platforms (such as fleet mapping, command and control, and dispatch systems, telephony and peripheral equipment). In addition to the technical constraints described above, initiating a new procurement process to award a contract for the extension period would create considerable and avoidable cost duplication for the CA, particularly when considered in the context of the objectives of the forthcoming Crown Commercial Service (now GCA) Network Services 4 (NS4) framework tender (as set out in the Preliminary Market Engagement (PME) notice: RM6377). Such an approach would also generate significant operational inconvenience for the CA and public safety users compared with the proposed solution, which preserves continuity of essential services. Changing suppliers mid-contract-combined with the associated re-certification activities-may necessitate extensive user retraining and risk disruption to mission-critical operations. It should be noted that the permitted contract scope includes the supply of NCSC and Airwave-certified hybrid (dual-mode capability) TETRA radio terminals and accessories that are compatible with the original contract specification, where such equipment is procured primarily for operational use on the Airwave network. Collectively, the above considerations highlight the substantial economic and technical barriers that would result in significant inconvenience and considerable cost duplication for both the Contracting Authority and the broader public safety user community reliant on the Airwave service."
}
]
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 2
},
{
"id": "2",
"measure": "bids",
"relatedLot": "1",
"value": 2
}
]
}
}